Loading...
HomeMy WebLinkAboutContract 42413L OE= F 1 FORT WORTH CITY SECRETARY , 1 CONTRACT NO. i.l.;1'1'5 U '( \j <; ;PY SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK Michael J . Moncrief Mayor CITY PROJECT No. 00630 TPW No. P228-541200-203280063083 Water No. P253-541200-603170063083 Sewer No. P258-541200-703170063 0 83 APRIL 2011 Doug las W . Wiersig, P .E. Thomas M. Higgins Acting City Manager Director , Transportation and Public Wo rks Department S . Frank Crumb , P.E. Director, Water Department Richard Z ava la Director, Parks and Community Services Department PREPARED FOR: T he City of Fort Worth CON F O R MED OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX M&CReview Page 1 of2 Official site of the City of Fort Wort h, Texas CITY COUNCIL AGENDA FORT WORT H ~ COUNCIL ACTION: Approved on 10/4/2011 DATE: 10/4/2011 REFERENCEC-25214 LOG 20CONSTRUCTION WESTCREEK KELLIS NO.: NAME: -- CODE: NON-PUBLIC C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of a Contract with Tri-Tech Construction , Inc., in the Amount of $1 ,196,921 .50 for the Westcreek Drainage Improvements (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Tri-Tech Construction , Inc., in the amount of $1,196 ,921 .50 for construction of the Westcreek Drainage Improvements . DISCUSSION: The construction project recommended by this M&C is needed to reduce the risk of roadway overtopping along South Ridge Terrace between Westcreek Drive and Kellis Park . The pro j ect was advertised for bid on April 21 , 2011 and April 28 , 2011 in the Fort Worth Star- Teleqram. On June 9 , 2011 , the following bids were received : BIDDER AMOUNT CALENDAR DAYS rTri-Tech Construction, Inc. $1 ,196,921 .50 210 Calendar Days !Jackson Construction , LTD $1,217,776 .25 Conatser Construction TX, LP $1,234,838.00 Ed A. Wilson $1,661,255.90 I I The low bid for this project is from Tri-Tech Construction , Inc., in the amount of $1 ,196,921 .50 . Costs for the implementation of this project will be funded by the Storm Water Capital Projects Bond 2009 Fund . Funding in the amount of $107 ,722.00 is included for associated construction survey, materials testing , and inspection costs. The contingency fund for possible change orders is $35 ,908.00. Tri-Tech Construction , Inc., is in compliance with the City 's M/WBE Ordinance by committing to 24 percent M/WBE participation . The City's goal on this project is 21 percent. This project is located in COUNCIL DISTRICT 3 , Mapsco 89M. 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 Bond 2009 Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P227 541200 203280063083 $1.196,921 .50 Submitted for City Manager's Office by: Fernando Costa (6122) http ://apps .cfwnet.org/council_pa cket/mc _re v iew.a sp ?ID= 15757 &councildate= 10 /4/2011 10/6/2011 M&CReview Originating Department Head: Additional Information Contact: ATTACHMENTS MAND C 00630 .pdf Douglas W. Wiersig (7801) Chad Simmons (8179008346) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l5757&councildate=l0/4/2011 Page 2 of2 10/6/2011 CITY OF FORT WORTH, TEXAS TRA NSPORTA TION & PUBLIC WORKS DEPA RTMENT ADDENDUM NO. 1 to the Spe ci fica ti on s & Contract D ocuments for --"":':--';~'-':."-\: ,.::r C'\ ': . .'J. <' }\\ ,f\: . *' ·. ::I' \I ?•.' ' ··.* 0 ~ *.· . ·.* 'I. ~-:L,:,'-]1 1 T. Ri:"1,ii,;GE·~. ~ \b,;;;;'.:,::il Cli~/J- 5 -12'-~ DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK CITY PROJECT NO. 00 630 Bid Submittal Due Da te: May 19, 2011 Addendum No. 1 Iss u ed: May 13, 2011 The Sp ecifi cati on s, Co ntract D ocuments and Drawin gs fo r the above mentioned projec t a re revised and a m ended as fo ll ows: PROJECT DRAWINGS: 1. Sheet 6; Sanitary Sewer SS-1 Plan & Profile 1.1. Revise ca ll o ut s ta tin g "CUT AND PLUG EX IS T. 15" SAN . SEWE R WITH FL O WABLE FILL" to say "CUT AND PLUG EXIST.15" SAN . SEWER". 1.2 . Add ge n era l n o te to sh eet s ta tin g "ALL SANITARY SEWER LINES ABANDONE D IN PLA CE SHALL BE FILLE D WITH GRO UT IN ACCORDANCE WITH CITY SPE CI FICATIO NS". 2. Sheet 17 through 18; Kellis Park Grading Plan 2 .1. Add ge n eral n o te statin g "ALL STAGING AND STORAGE AREAS SHALL BE CO O RDI NATED THROUGH AND APPROVED BY PARKS AN D COMMUNITY SE RVICES". 3. Sheet 27; Traffic Control Plan (Phase 1) 3.1 . Sh eet signed a nd sealed by Engin eer 4. Sheet 28; Traffic Control Plan (Phase 2) 4.1. Sh eet signed and seale d by Engin eer 5. Sheet 29; Driveway Staging/ Access Detail 5.1. Sh eet signed a nd sealed by En gin eer 6. Sheet 30; Minor Intersection Closure Methods 6.1 . Sh eet signed a nd seale d b y Engineer 7. Sheet 31; Minor Cross Street Detour Detail 7.1. Sh eet signed and sealed by En gin eer 8. Sheet 32; Street Closure 8.1. Sh eet signed and sealed by Engi neer CONTRACT DOCUMENTS: 04-BID PACKAGE 4.1-BID PROPOSAL WORKBOOK; UNIT III; PAVING & DRAINAGE IMPROVEMENTS Th e fo ll owi ng chan ges to the bid pr opo sal workbook ha ve bee n in corporated in to the bid proposal wor kbook ava il abl e for do w nload on the City of Fort Worth 's Bu zzs aw W ebsit e. Addendum No. 1 Page 1 of 3 May 12, 2011 REVISE BID ITEMS: (BID-00134) Grass-Hydromulch Seeding -Install Revise bid quantity to 1,700 SY (BID-00498) Subgrade-Lime Stabilized-30 lb s/sy -Install (6-INCH) Revise bid quantity to 3,720 SY ADD BID ITEMS: Description Uni t of Measure (BID-00137) Grass-Sod -Ins tall SY (BID-00498) Subgrade-Flexbase-Install SY (BID-00185) Tree Removal-Remove LS Quantity 1,7 00 135 1 BID PROPOSAL SIGNATURE PAGE; FOURTH PARAGRAPH Strike "on e hundred six ty eight (168)" and replace with "two hundred ten (210)" in the description of the calendar days to co mplete the contract after beginning construction. 4.4-LIST OF FITTINGS (DELETE): List of fittings shall not be s ubmitted with the bi d proposal and will not be considered as part of contractor bid. OS-GENERAL AND SPECIAL CONDITIONS 5.6-SPECIAL PROVISIONS (PAVING-DRAINAGE) Page 40 of 41; insert the fo ll owing; CLARIFICATIONS: 85. PAY ITEM -GRASS-SOD -INST ALL (BID-00137): See Standard Specifications Item No. 118, "Sodding" for specificati on s governin g the items . Quantities for these pay item are approximate and are given only to es tablish a unit price for the work. 86. PAY ITEM -SUBGRADE-FLEXBASE -INST ALL (BID-00498): See Standard Specifications Item No. 208, "F lexible Base (Crushed Limestone)" for specifica tions governing the items . Quantities for these pay item are approximate and are given only to establish a unit price for the work. 87. PAY ITEM -TREE REMOVAL -REMOVE (BID-00185): This item shall include the removal and disposal of trees, stumps, and roots of trees designated for removal in the construction plans. Trees and shrubs n ot designated for removal shall be protected from scarring, barking or other injuries during construction operations. The lump s um bid price for tree removal shall be considered full pay ment for all labor, materials, equipment, tools and incidentals necessary to complete the work. 1. Grass-SOD vs. Grass-Hydromulch It is the intent of the Owner to use Grass-SOD in the parkways and Right-of-Way for restoration near and around residential properties, whereas Grass-Hydromulch is provided in the bid qu antities for restoration in larger graded areas near and around the channels a t the extreme south and north ends of the proposed drainage improvements. Addendum No.1 Page 2 of 3 May 12, 2011 2. Pavement Subgrade over the Reinforced Concrete Box Culverts (RCBs) The re a re ce rtain a reas w h e re the RCB s h ave less th an fo urteen (14) inch es o f cover b elow the p rop osed to p of p avem ent (a pproxima tely the 60 LF towa rd th e d own stream end o f the p rop ose d RCB s). In these areas, it is anticipated that th e subgrad e canno t b e pre p ared with traditi on al lime sta b ilizatio n due to th e inability to p ro p e rl y mix and co mpact the s u bgrade above th e RCB s . In th ese areas, fl ex base subgrad e sh a ll be u sed ab ove th e RCB s where p ro p er mixin g for lime sta bili zation cannot b e achi eved . Place m ent of fle xbase s ubg ra d e shall be in accord an ce with City o f Fo rt Wo rth Standard Sp e cific a ti on s for Stree t and Sto rm Drain Co ns tru ctio n ; la tes t e d iti o n. 3. Temporary Pavement Repair for Unit I; WATER IMPROVEMENTS and Unit II; SEWER IMPROVEMENTS Te mporary p avem e nt re p air is sh own on th e bid p rop osal w ith the correct u ni t of m easu re and a pprox ima te quantity. H owever, th e quantity d oes no t in cl ude p or ti on s o f ex isting pipe "to-b e-rem oved " w hich co in ci d e w ith the a li gn m ent of the p ro p osed RCB s. P ipe in th ese areas sh a ll be re m oved as p a rt of the "Uncl assifie d Trench Ex cava ti on and Back fill -Insta ll " bid qua ntity fo r the install a ti on of the RCBs. Ty pical te mpo rary p avem ent re p a ir w ill n o t be p erform ed in these areas. 4. Temporary Pavement Repair over the proposed RCBs The re w ill n o t be typical temporary p avem ent re p air over the p ro p ose d RCB s durin g insta ll a tio n . The drivin g s u rface over the recentl y co n structe d RCB s sh a ll be co mpac ted and m aintai n ed as a sm oo th dri vi ng su rface free of p o t h oles, rutting and mounding . 5. Road Closures Full roa d cl osures are anticipa ted during the co urse of co nstructi on of the p ro p osed RCB s. However, provision s sh a ll b e ma d e to en sure reside n ces w hich with in th e cl osed p o rtion of the road h ave a d equate d rive way access and em ergen cy vehicles h ave access durin g co n stru ction as sh own on the traffic contro l plan s. Provis ion s sh all a lso be m a d e to en sure affec ted residents receive regular mai l d eli veries during co n s truction . 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 in the space provided on the signature page of the Bid Proposal. Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 1 Page 3 of 3 May 12, 2011 City of Fort Worth P,ojeot M,n, ... , Chad Simmons, P.E. Project DRAINAGE , PAVING , WATER AND SAN ITARY IMPROVEMENTS FOR WESTCREEK DRIVE Unit/Section: Date UNIT Ill; PAVING & DRAINAGE IMPROVEMENTS. TPW No. P228-541200-20328006308 3 Water No. P25 3-541 200-603170063083 Sewer No . P258-541200-703170063083 C ity Project# 00630 Your Ve ndor Numl>e r Your Company Name Bid Items CPMS Record Sub Group Number Material Drainage-Major BID-00067 Other Erosion Control-Gabion Basket -Install Drainage-Maier BID-00068 Other Erosion Control-Mattress -Install Drainage-Major BID-00069 Concrete Headwall -Install Drainage-Major BID-00070 ServiceCS Headwall -Remove Drainage-Ma jor BID-00080 ServiceCS Pioe -Remove Drain aae-M aior BID-00082 Concrete Pipe-24 Inch-CL Ill -Install Drainaae-Maior BID-00083 Concrete Pipe-30 Inch-CL Ill -Install Drainaa e-Maior BID-00089 Concrete Pioe-60 Inch-CL Ill -Install Drainaae-Maior BID-00092 Concrete Rio-Rao -Install (5" -TxDOT Headwall) Storm Water Pollution Prevention Plan > Than 1 Ac Drainaae-Maior BID-00100 ServiceCS SWPPP -Install Drainaae-Maior BID-00101 ServiceCS Unclassified Trench Excavation & Backfill -Install Drainaae-Maior BID-00855 Concrete Box Culvert-10 Ft x 5 Ft -Install Drain aae-Maiar NA Concrete 24"x24" Eaualizer in 10'x5' Box Culvert Drainaae-Minor BID-00108 Concrete lnlet-lnline-20 Ft -Install General-Common BID-00124 ServiceCS Mobilization -Services Land-Grass BID-00134 Veaetation Grass-Hydromulch SeedinQ -Install Land-Grass BID-00134 Veaetation Grass-Sod -Install Land-Soil BID-00147 Soil Toosoil -Install ("PRE-BID ITEM-\ Park-Site BID-00181 ServiceCS Traffic Control -Install Park-Srte BID-00185 ServiceCS Tree Removal -Remove Se'wWr-Collection BID-00372 ServiceCS Trench Safetv Svstem 5 Foot Deoth -Install Se'wWr-Collection BID-00849 ServiceCS Manhole-Adiustment -Services (0 PRE-BID ITEM0 \ Street-Parkway BID-00402 ServiceCS Driveway -Remove Street-Parkway BID-00404 Concrete Driveway-6 In ch -Install Street-Parkway BID-00414 ServiceCS Utility Adjustment -Reoair ("PRE-BID ITEM-) Street-Pavina BID-00411 Concrete Retainina Wall -Install Street-Pavino BID-00424 ServiceCS Curb & Gutter -Remove Pavement -Non-Green Cement -Install Street-Pavino BID-00429 Concrete /6" Deoth\ Pavement-2 Inch Min HMAC on 2/27 Concrete Base - Street-Pavino BID-00443 Asohalt Install Street-Paving BID-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove Street-Pavina BID-00495 Other Subarade-Flexbase -Install Street-Pavinq BID-00498 Lime Subgrade-Lime Stabilized-30 lbs/sv -Install (6-INCH) Street-Pavina BID-00843 Concrete Curb -7 Inch -Install Street-Pavina BID-00844 Concrete Curb-Curb & Gutter as directed bv tnsoector-Reolace Traffic-Sien BID-00504 Steel Sian-Proiect Des ianation -Install (*PRE-BID JTEM*l Walkwav-Sidewalk BID-00528 Concrete Walk -Install Walkwav-Sidewalk BID-00529 ServiceCS Walk -Remove Water-Distribution BID-00847 ServiceCS Valve Box-Adjustment -Services ("PRE-BID ITEM") Water-Distribution BID-00848 ServiceCS Meter Box-Adjustment -Services (*PRE-BID ITEM*) Unit of Your Unit Measure Quantity Price CY 140 CY 360 CY 76 LS 1 LF 268 LF 170 LF 200 LF 24 CY 4 .5 LS 1 CY 1326 LF 1259 EA 12 EA 7 LS 1 SY 1700 SY 1700 CY 250 $16.00 LS 1 LS 1 LF 1653 EA 4 $400 .00 SF 1331 SF 1331 LS 1 $10,000.00 CY 5 L F 1481 SY 3666 SF 425 CY 602 SY 135 SY 3720 LF 1394 LF 100 EA 2 $350.00 SF 37 SF 37 EA 9 $300 .00 EA 2 $35 .00 Total Bid This Unit Your Bid $4,000.00 $1 ,600.00 $10,000.00 $700.00 S2 700.00 $70.00 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 all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of an y labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten ( I 0) calendar days after issue of the work order and to complete the contract within two hundred ten (210) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, a s applicable) 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. D 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 : Addendum No. 2: Addendum No . 3 : Addendum No. 4 : Addendum No. 5 : Addendum No. 6: I ,\ i'!i x ( nr , mt \,: 111 Respectfully submitted, By: Title : Company: Address : Date : SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 85. PAY ITEM -GRASS-SOD -INSTALL lBID-00137): See Standard Specifications Item No . 118 , "Sodding " for specifications governing the items . Quantities for these pay item are approximate and are given only to establish a unit price for the work. 86 . PAY ITEM -SUBGRADE-FLEXBASE -INSTALL (BID-00498): See Standard Specifications Item No . 208 , "Flex ible Base (Crushed Limestone)" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work . 87 . PAY ITEM -TREE REMOVAL -REMOVE (BID-00185): This item shall include the removal and disposal of trees , stumps , and roots of trees designated for removal in the construction plans . Trees and shrubs not designated for removal shall be protected from scarring , barking or other injuries during construction operations . The lump sum bid price for tree removal shall be considered full payment for all labor, materials , equipment , tools and incidentals necessary to complete the work . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07 /28/2010 Page SP-40 of 41 ~ B y BO YCE FOSTER PARK L=WS TYPICAL TRAN SI TION LENGTHS ANO SUGGESTED MAX!MUM SP .... CI NG Of DEVICES MINIMUM DESIR ABLE TAPER SUGGES TED MAX1M UM UGGES TED SIGN LENGTHS (L FEET DEVICE SP ACING ACI NG FEET 10' LAN[ tt' LANE 12' LAN E ON A TAPER ON A TANGENT •x • OffSET Of"FSCT OfFSET FEET (FEET DI MENSIO N 150 165 180 30 60-75 120 205 225 24 5 35 70-90 160 265 295 320 40 80-100 240 450 495 5'0 90-11 0 320 500 550 600 50 100-125 400 SOUTH RIDGE TERRACE (SPURGEON ST . TO FULLER AVE) •L: TAPER LE NGTH IN FEET w-WIDTH or OFFSET !N FEET 5 .. posrrn SP EED NOTE: BUffER ZONE Will BE 25 FEET {MAXI MUM) 1:z TRAFFIC CONTROL PLAN \" SEE DETAIL "221" ON SHEET 6 FULLER ST . SOUTH RIDGE TERRACE , (FULLER TO BINYONl ~~~-t---,TRAFFIC CONTROL PLAN SEE DETAIL F-1 ON SHEET 5 DIN BIL LAD VE. n:: 0 2 [ &ilc (81 g~, -B I~. 1 w1 L------i\ t 0 <( >- U1 \ RES ON C1 Copyri9ht 2011 t>y A.N.A.CONSULT .-.Nl S,L.L.C LEGE ND WOR K ZONE/CLOSURE ARE A DETOUR TR Af FIC tm'4 BAR RIC AD E X SIG NALIZED 1NTERS£C110N 100 200 300 GRAPHIC SCALE IN FEET ~ f • * -\ f'·os ~A-r_.~Mo:,.• 1 . \~~J A.N.A. CONSULT AN TS. LLC TSP( R[GtST[R[D flRM NO f-20 THE SEAL APPEARING ON THtS DOCU MEN T WAS AUTHORI ZED BY OS AM A f'. NA$H[D P.E. •90373 ON MAY 11. 2011 err.' PllOJ.NO.r.""JO MAl'SCO NO.; 8<11.1.R "' "OJ ,S c n ·y OF FORT WORTH. TE XAS TR,\l\'SJ>ORT ATI ON AND PUBLI C WO RKS DEPT. ENGI NEERI NG D IVISION WESTCREEK-KELLI S PARK STO RM WATE R IMPROVEMEl'ITS WESTCREEK DRI VE (M EDINA AVE. T O W ESrFI EL D AVE.) TRAFFI C CONTROL PLAN {PHASE 1) ... ~. 27 .. ····-· ·····-·-··--.... --··-· •=·· •.. IC z , ~ g la I" ~ ~ 0 I;; ~- 3 ~ ::! !;( 3 w ~/------1 _, SOUTH RIDGE TERRACE , CBINYON TO MEDINA) AND MEDINA AVE (SOUTH RIDGE TERRACE TO WESTCREEKl TRAFFIC CONTROL PLAN SEE DETAIL F-1 ON SHEET 5 ~ BOYCE FOSTER PARK FULLER TYPICAL lRAASITION LENGTHS ANO SUGGESTED WAX!t.lUM SPACING Of DEVICES MINI MUM DESIRABLE TAPER SUGGESTED MAX1t.4 UM GCESTED SICN LENGTHS L FUT DE:VICE SPACING ACING FEET FOR MULA ' 10' LANE 11' LANE 12' LANE ON A TAPER ON A TANG[Nl .,. OffSET OFFSET OFFSET FEET FEET DI MENSION 150 165 180 :,0 60-75 120 L=Ws' 205 225 60 2'5 '5 70-90 160 265 295 J20 40 80-100 240 450 495 540 45 90-110 J20 L=WS 500 550 600 50 100-125 400 'L"' TAPER LENGTH IN FEET W• WIDTH Of OffS[T IN FEET S•POSTED SPEED NOTE : BUFF"ER ZONE WILL BE 25 FHT (MAXIMUM). FULLER -- BIL LAD -- RES ON VE. Cf) O::'. 0 2 0 <( r- U1 [ [ \ LEGEND WORK ZONE/CLOSURE AREA DETOUR TRAfFIC ~ BARR!CAOE X SIGNALIZED INTERSECTION 100 200 JOO AN.A. CONSUL l ANTS, LLC TBPE REGISTERED FIRM NO F-20 THE SE"'L APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY OSAMA f . NASHEO P.£. •90373 ON MAY 11, 2011 CITYl'RN..0- MAl'5CI.J NO ll'IM II. I,. Q(ll,N CITY OF HJ RT WORTH. 11::XAS TRAr-;SPO RTATION AND r uouc WO RKS DEPT. ENG INEER lr-;G DIVISION WESTCREE K-KELLI S PA RK STORM WATER 1~1PROVEME,''1'S WESTCREEK DRIVE (MEDI NA AVE. TO WESTFIELD AVE.) TRA FFI C CONTRO L PLA N (PHAS E 11 ) .... ~o. OATIS "' CHCC'ltEDon,I M----·~·~~-----··--~ -··-••• i I ! ~ 0 t;; ~- 3 ~ ::i ~ 1. WITH TRAFF IC ON EXISTING BUILD ONE-HAL F OF DRI VE. 2. BUILD OTHER HAl..f OF DRIVE 2. BUILD OT HER HALf OF DRIVE OR DRUt.1 5 (TYP.) SINGLE ACCESS DRIVES a (:H T~AfflC ON EXISTING BUILD ONE DRIVE DRU "S / l.Wll <T YP.l 2. OPE N CO MPLETED DRIVE AI\IO BUILD NEXT DRIVE. MULTIPLE ACCESS DRIVES DgS TYP.) LEGE ND m WORK ZO NE/CLOSURE ARE A -TYPE II BARACAOE -• TR AHIC DIRECTIO N ~ ~8P1~~~~~E ~~~ DEPE NDENT CH ANNELIZING DE VICES + SIG NALIZED INTERSECTION ~ \~;;iJ~);J ~;!t? A.N.A. CO NSUL T AN TS. LLC rBPE REGISTERED tlRM NO. F-20 TH( SEAL APPE ARING ON THIS DOCUMENT WAS AU THORIZED BY OS AM A F NASHED P.E. •90 373 ON MAY 11, 20 11 ~cm=~=ru=.=~=,...===~~-~,~'~t:::==='="='==-=·="~~ i CITY OF FORT WORTH. TE.XAS TRAr-.SPORTATION AND PUBLIC WORKS DEPT. ENGINEERlr-:G DIVISION >---W-,f-o.-1,(-R-w~-~-~--~-,f-A-~l,,,-S-J,-~.s-R_K __ _,~ WESTCREEK DRIVE f--~(M_E_·D_IN_A_A_VE_'·_·r_o _w_es_r _FI_ELD __ A_ve_-.)f-_.~ ! DR IVEWAY STAG ING'ACC ESS DETAIL ., I f It ... !NOINEl!H • IUIIIYl!YOflll • l"LANNl!III i ; ~• ff~-~~§-:::.R ! ~l a O iii -B~i " ~ I.,;;:;., ~-..T.,.,::::,cc,.,.,.,,,-,.;;;;.,,;::,,,,-., .• ,"'°""""'su."''""'"""·'"'L,-..,-. --------------------------------------------------------------------==="'---.. ----·--L .. -•. -""_-_-'_'-_-.-.-,_-_-'_-__ -.. ---.. -' .. SEE NOR THBOUND DETOUR DElNL SEE <2 DR 3J L ANE ~ we CLOSURE lERt.l lNUS DElAIL SEE NORT HBOUND DETOUR OEl AIL Rll-2 MINOR NORTHSIDE NB CLOSURE DET All SEE <2 OR 3> LANE EB CLOSURE DETAIL SEE SOUTHBOUND DElOUR DEl AIL I l SEE <2 OR 3 ) L.<N E EB CLOSURE )i \ t ~RMINUS DETAIL SEE SOUTHBOUND O[ TOUR on AIL MINOR SOUTHSIDE SB CLOSURE DET All SEE SOU l HBOUNO DE TOUR OEl N L Ll SEE <2 OR 31 L ANE :---11j ~lj,lf----WB CLOSURE lERMINUS f SEE !2 OR 3l L ANE DETAIL WB CLOSURE DETAIL I I SEE SOUlHBOU NO DETOUR OEl AI L MINOR NORTHSIDE SB CLOSURE DE T All SE E NORlHBOUNO DETOUR OEl AIL JI l I SEE 12 OR 3l LANE EB CLOSURE l ERt.llNUS DETAIL 11', t f---- S([ <2 OR 31 __J1 ~~~u~i I ~ DETAIL SEE NOR THBOUND OElOUR OEl AIL ROAD CLOSED R11-2 SEE <2 OR 3> L AN E EB CLOSURE DEl AIL SEE CO MPLETE DETOUR DET AIL ~f---- S([ <2 OR 31 LANE EB CLOSURE lERMINUS O[TAIL SEE COMPLETE DE TOUR DETAIL MINOR SOUTHSIDE CLOSURE DETAJL SEE COMPLETE DElOUR DETAIL SEE COMPLETE DETOUR DElAIL SE E CO MPLElE OElOUR OEl AIL SEE <2 OR 3> L ANE WB CLOSURE TER MINUS DET AI L SEE COM PL ET E DE TOUR OEl AIL SEE CO MPLETE DEl OUR OET AIL ROAD CLOSED Rll-2 MINOR NORT HSIDE CL OS URE DETAIL R6·1R ~ titftt!Sl:~·i+<,,;,. ~~7 A..N.A. CONSUL T AN TS . LLC TBPE REGISTERED f"IRM NO. f"-20 TH[ SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY OS AMA r NASHED P .E. •90373 ON MAY 11, 2011 e;,,·::C,;,c,SS•:C!~e!:C..,·oiio:,":."',_,,c,•e....::,Wcc>~---------i;Q~~ CITY OF FORT WORTH. TEXAS ... TRA1'"SPORTATI 0N AND PUBLIC WORKS DEPT. ENOl"El'..RING DIVISION ~ MINOR SOUTHSIDE NB CLOSURE DET All MINOR THROUGH CLOSURE DET All MINOR W /SIGNAL THROUGH CLOSURE DETAIL ~J.C~~\?,,-~,~~~ .. JttK ~ WESTCREEK DRIVE • l--~(M_rn_,_NA_A_v_e._1_-0_w_~_,_F1_E_LD_A_V_E.~)-1 ~ I ~ t MINOR INTERSECTION CLOSURE METHO DS ~. . .__ ___________ __,~- , !I i ... -H i Al\. ~ 5 1~CI~~,~-~,,,~ .. ~-~~~~~~ ~ ~ c ill I!~ I 1-=---f>-'=---1~~,.~-1!;( B ~. L---------~---------------------------------------------------------------------'===--...J... __ ...J... __ _,__ __ __,f C1 Copy,i9ftt :l011by A.N .A.CONSUL1 AN1S.L.L.C. S•9"0l.re C•TY or FQP T WOR't, TRANSi"QRT .t,T()t. ...., Pli8L,C W~l<S ~·ll 11.· 0 ,.,.,, ... ,_ ··~ ""' ·~ '" ::.~ .. Oe1e FULL S TR EET CL0SUR£ D( TO U? P~AN 'F-1' •"" -· 0 \1 ..,__l ,~•"9 do v lc u •tll c..,,_ t o •c.,,..-., No,o • u -"" --c~. S ,Qflitu.-f C I TY O• FOIH 1/0IHH TR•NSP(.l:H .t,Ti [W "'" PUBL I C \IOl<KS FULL INTERSEC T ION CLOSURE DETOUR "'?~·•••••r,..,.,,.,,n _h""-'"' M 'F -3' Cllf Of rOR T wQRT1-< l~A.'1SPQII TA 1 ()'1 -1••1,(1l1:: WORKS FU I l s r~t.E T CLOSURE OETOV R NOTE: 1. CONTRACTOR IS TO REPLACE ALL PAVE MENT MARKINGS DESTROYED DURING CONSTRUCTION 2. FULL ROAD CLOSURES SHOULD NOT EXCE£D 10 CALENDAR DAYS. OR , ROAD CLOSURES MUST BE DONE ONLY DURING DAYTIME. 3. WORK WITHIN 500' OF A TRAFTtC SIGNAL SHALL BE COORDIN ATED WITH THC CITY OF fORT WORTH TRArtlC SIGNAL DIVISION . LEGEND rm WORK ZONE/CLOSURE ARE A TYPE 111 BAR AC ADE TRAFFIC DIRECTION ~ ~8fS1~~~~1E~?:6~ DEPENDENT CHANNELIZING DEVICES -+-$1GNAL!ZED INTERSECTION A..N.A. CONSUL T ANTS, LLC TBP( REGISTERED rlAM NO F-20 T t< SE Al APPE AR!NC ON THIS DOCUMENT WAS AUTHORIZED BY OSAMA F NASH(O P ( •90.3 7 3 ON MAY 11, 2011 <-------'""''"'"'°"'=----------'~ CITY OF FORT WORTII, TEXAS TRANSPORTATION ANO PU BLIC WORKS DEPT. ENGl~EERINO DIVISION WESTCREEK-KELLI S PARK STORM WATER l\lPROVE.M E,\'TS I i i (MEDINA WA~~~~~E~~~:LD AVE.) ~ f-M-IN---'O=R'-'C'---R"-0-'S'---S-=S'---T:..:R:.._EE_:.T=D"-ETc:O.=Uc...R-"-D-=E"-TA-I-L ~ .... t ~~~~~,-·~'-'··~~~~;J~ f-'=~-'""--+-'=~~ J i •• L__~C-Co-o,-,.,-M-2<1~1,0_y_S-,.-,-co..-SU._T_N<_TS-,C-.C~.C-. --------------------------------------------------------------------===cc._-_.-_-,,--L .. -.,-... -_-'_-_-_-,-.---~.-----.. ---'~ 5 a. 0 Flogger 2 Floggers required wheneve opposing traffic required t o use some lone. Flogger s shall be in cons t ant radio contact. No congregrating around flogger sta t ions. Flogger stations must be lighted ot night ENO ROAD WOR i !?"lJ I if Zf1 .. 1\I I: . ~-... rr<1 ~ y< °'w Oo: '<< ~w ... z ... 0 :JN CD I ... rlogger Required On Co1tee1or /Residentio/ Street s Addil<onol F'loggers Moy Be Requir e d De pendin(J Qr, field Cond itions ~ ;;:; Th is p ion is submitted for TCP. I certify this pion will be used for the follow ing locotion(s): "' w ~ encl that all channelizing devices will conform to "General Notes" as shown on the bock. 0 Signature: CITY OF FORT WORTH TRANSPORTATION AND P UBLIC WORKS No l e : Dote: TYPICAL TWO WAY STREET L ANE CLOSURE See reverse s ide for General Noles ond Device S ocin P LAN "22 1" "GENERAL NOTES" 1. All channelizing devises shollbe in accordance ...,.ilh the current edition of t he Texas Manvel on Traffic Control Oevices. 2. All Traffic Control Devices shall hove ..... orklng visible warning lights cs required in accordance with t he current edition of TMUTCO . 3. For Jempocacy S"tu ations, ..... hen it is not feasible to rem11e end restore pavement markings , channelization must be mode dominant by using a very close device spacing. This is especially important in locations of conflicting information, such os where traffic is directed over a double yello...,. cen t erline. lnsuch locations, channelizing device spacing of 10.......1.c..e is required. 4. For I 009 Term Slationary work, oil conflicting pavement markings must be removed and centerline striping provided where t wo way traffic is in adjacent lanes . 5. Contractor shotlprovide sidewolk closure, crosswalk closure and •or ...,.alk bypass whenever pedestrian movements ore oflected by construction activities. All sidewalks ond crosswalks shall be accessible when contractor is not working unless otherwise opproved by the City Traffic Engineer. 6. The use al trailer mounted ARROW DISPLAYS may be required on all lane closures. The contractor shall provide one •1• stand-by unit ;n good working condition ot the job site, ready for use, if his operation requires 24-hour o day closure and ii required 7. City Traffic Engineer ond•or Inspectors may require additional t raffic control devces. TYPICAL TRANSITION LENGTHS AND SUGGESTED MAXIMUM SPACING Of DEVICES Minimum Desirable Toper Suggested Max imum Device Suggested Sign Len ths CU feet Spocinq Spocinq (FeetJ Posted formulo • ,o· tt· 12' On o Toper Ono Tangent "X" Speed Lone Lone Lone (Feetl (Feet) Dimension MPH Offset Offset Offset JO 150 165 tBO 30 60-75 120 35 L·~ 6 205 225 245 35 70-90 T60 40 265 295 320 40 80-100 240 45 450 495 540 45 90-110 ]20 'sc, L•WS 500 550 600 50 100-125 400 •L•Taper length in feet W• Width ol offset in feet S• Posted speed Note: Buller Zone wnl be 25 fee t (moximuml. A.N.A. CONSULT ANTS. LLC TBPE RECISTEREO f"IRM NO . f"·20 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY OS AMA F'. NASHED P.E . •90373 ON MAT !1, 2011 0 § cj z g ~ § ~==========='}~:~~~';,,~'';"t====='="=' ==""==· '::::jT ~ 1-crr_,_•_•o_,_'o_roo_~ _________ __.} ClTI' OF FORT WORTH. leXAS T R ANSPORT AT IO N AND PUBLIC WORKS DEPT ENGINEER 11'"G DI VISION WESTCREEK-KELLI S PARK STOR M WATER IMPROVEMENTS I WF..STCREEK DRIVE t---~(M_E_"D_IN_A_A_V_E._1_-0_w _ES_T_Fl_E_LD_A_V_E.~) --1~ STREET CLOS URE t----, ... -----------1~· l..li~~-,~·"·':::=····~~~~; e== ili t--=c...,~=c...,~~32~..,!;( ~~.=,.=,,=,;,.~, =20=,,o~, =.,~.,.=co=,su.=, ... =,,~.,~.LC~------------------------------------------------------""'==-... --.. -'--.,a-.,.-.-"""-'-""-. -•• -.. --"'---."-.. '-""_J·· ~ CITY OF FORT WORTH, TEXAS TRAN SPORTA TION & PUBLI C W ORKS DEPART M EN T ADDENDUM NO. 2 t o the Sp ecifica t ion s & Contract D oc u ments for DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK CITY PROJECT NO. 00 630 REVISED Bi d Submitta l Due D a te: June 2, 2011 Addendum No. 2 Iss u e d : May 16, 20 11 This addendum revi s e s the Bid Submittal Due Date to June 2, 2011 . 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 in the space provided on the signature page of the Bid Proposal. Failure to acknowledge receipt of the Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE", re s ulting in disqualification. Addendum No. 2 Page 1 of 1 May 16, 2011 CITY OF FORT WORTH, TEXAS TRANSPORTA TION & P UBLIC WORKS DEPA RTMENT ADDENDUM NO. 3 t o the Spe cific a ti ons & C o ntract D ocume nts for DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK CITY PROJECT NO. 00 63 0 REVISED Bid Submitta l Due Da te: June 9, 2011 Add endum No. 3 Iss u ed: M ay 27, 2011 This addendum revises the Bid Submittal Due Date to June 9, 2011 . This Addendum No. 3 forms part of the Specifications & Contract Documents for the abov e referenced project and modifies the original Specifications & Contract Documents of the same. Acknowledge your receipt of this addendum No. 3 in the space provi ded on the signature page of the Bid Proposal. Failure to acknowledge receipt of the Addendum No . 3 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 3 Page 1 of 1 May 27, 2011 l CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 4 --'''-"'~'\: ..._---.~ iJL ,..~ \\ ,,:; ;;:-. \ :: . • . • • . '. ~ ·(rJ '\ ~c _ .. *'·.'.f'\i ~ ·.· ·. {) /•:' ' · ..• ,,, f ~ ·.. . . . . " ' '. .. " ' . ' " ' .··. *. ~ ;I, =u,nJtJ T. PEI1]1-JGE'i: ;I, ~--··.·······················:··-~ 1 ·._ -274~7 : ~ li ~ ·. . . :-1. I"! n 1~". '. 1 ~ ~ {"' • ' •: I ,i,! If(' .: .. ~-' C n; ?--\ :_.~ ,,::' \\ >;'f f.;i,./A1·. \_~\':;5 ?};$<,i_ 6 -2-2~ DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS to the Specifications & Contract Documents for FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK CITY PROJECT NO. 00630 Bid Submittal Due Date: June 9, 2011 Addendum No. 4 Issued: June 2, 2011 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: PROJECT DRAWINGS: 1. Sheets 17-18; Kellis Park Grading Plans & Sheets 19-20; Kellis Park Cross Sections 1.1. These sheets were revised to reflect minor changes on the gabion wall and mattress geometry to avoid existing trees in Kellis Park. The changes created no appreciable differences in bid quantities. More specifically, the changes occurred at sections 0+30.00, 2+75.00 & 3+00 .00. CONTRACT DOCUMENTS: 02-FRONT-END INFORMATION 2 .1-DELETE the SPECIAL INSTRUCTIONS TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) contained within the contract documents and REPLACE with the attached SPECIAL INSTRUCTIONS TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) [PMO OFFICIAL RELEASE DATE: 12.21.2010] 04-BID PACKAGE Th e following changes to the bid proposal workbook have been incorporated into th e bid proposal workbook available for download on the City of Fort Worth 's Buzzsaw Website. 4.1-BID PROPOSAL WORKBOOK; UNIT I; WATER IMPROVEMENTS DELETE BID ITEM: (BID-00549) Meter Box -Relocate ADD BID ITEMS: Description (BID-00550) Meter Box -Class A -Install (BID-00762) Water Service-I Inch-Tap to Main-Install (BID-00372) Trench Safety System 5 Foot Depth-Install Unit of Meas . EA EA LF 4.2-BID PROPOSAL WORKBOOK; UNIT II; SEWER IMPROVEMENTS Addendum No. 4 Page 1 of 3 Quantity 1 1 159 June 2, 2011 r ADD BID ITEMS: Description (BID-00202) Pre-Construction Cleaning & TV -Study (BID-00354) Sewer Service-4 Inch-Install (BID-00355) Sewer Service-4 Inch Service Tap-Install Unit of Meas. Quantity LF 735 LF 40 EA 6 4.2-BID PROPOSAL WORKBOOK; UNIT III; PAVING & DRAINAGE IMPROVEMENTS ADD BID ITEMS: Description Unit of Meas. (BID-00065) Channel-Unclassified Excavation-Remove (BID-00471) Pavement-Transition-Min 6 Inch HMAC-Install (BID-00496) Lime for Stabilization -Install CY TON TON Quantity 750 17 40 OS-GENERAL AND SPECIAL CONDITIONS 5.6-SPECIAL PROVISIONS (PAVING-DRAINAGE) Page 40 of 41 ; insert the following; 88. PAY ITEM -CHANNEL-UNCLASSIFIED EXCAVATION -REMOVE (BID-00065): See Standard Specifications Item No. 110, "Unclassified Channel Excavation" for specification s governing the items. Quantities for the se pay item are approximate and are given only to establish a unit price for the work. 89. PAY ITEM-PAVEMENT-TRANSITION -MIN 6 INCH HMAC-INSTALL (BID- 00471): See Standard Specifications Item No. 312, "Hot-Mix Asphaltic Concrete" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. 90. PAY ITEM -LIME FOR STABILIZATION -INST ALL (BID-00496): See Standard Specifications 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. OS-APPENDICES 8.1 INSERT/APPEND Appendix D ; Special Instructions for Kellis Park Improvements Addendum No. 4 Page 2 of 3 June 2, 2011 ' CLARIFICATIONS: 1. The concrete compressive strength requirement for paving improvements shall comply the Geotechnical Report or 3,600 PSI at 28 days. 2. Pay item (BID-00498) "Subgrade-Lime Stabilized-30 lbs/sy -Install" is provided for "Material Manipulation" and not for the actual Lime. Lime will provided for by pay item (BID-00496) "Lime for Stabilization -Install." This Addendum No. 4 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. 4 in the space provided on the signature page of the Bid Proposal. Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 4 Page 3 of 3 June 2, 2011 ~ \~ VJ \. -:.., -.. \< .._f,,?- <ii' I I 7/T ~-t"Ll J~~ \ " . CJ ' ' ' ENLARGED VIE W SCALE: 1·-5· LEGEND PROPOSED 12" THICK ~ GABI ON MATTRESS NOTES 1. SE E SHEETS 19 &: 20 FOR CROSS SEC TI ON \IIE WS &: GABION t.lA TTRESS LI MITS. 2. SEE SHEE T 18 FOR LI NE AN D CU RVE TABLES. ~ ~ ~ ti e:f~ti .--------,=,...,.,==-=--,----1 :;:!~ ... , KELLIS PARK ., GRADING PLAN WESTCREEK DRIVE ~~!!,riF;O"'R,.,T..,W"-OmiR\i;Tii/Ht TifE;~~Nr~~""t;'~""r ~~1 ~ 11 :===:o,. f-==-c.&...~------''"''"'-'' ""=~ .... tt"''"'"'--1 ~ m D EOTTE I N C. ..• , :::-.:.::i:.:::.:: - CIYILI .. Olt,lllkl .. C l'UtNCl<ftAnoto •MoMH!ftl ...... ~co,,,31::: Dfl>'IIIN BY: SC-".£: O"t(: ?F!O.IECTNO.: SHU:. ~ ~------------------------------------------------------------------------------...L:'c:m"""'--JL:a"'-'-='--'.:C"";:;'·;:;ro:::,oc...J.==•:::®;;::·OO::...&.""-'""-""-' _, () .,f .:, - \ 0 V , I / "t t '--ii'"' l t/' -; 1 . \ 1/ I ' ;;-. ~":'~,I '( I I / I ' UNt,: I U:NGTH LJ 2418 f------- L2 1202 L3 '988 IA 14 .4 7 l.5 , .. , L8 '"'' L7 ,. .. LEGEND PROPOSED 12" THI CK GASION MATTRESS NOTES 1. SE[ SHEETS 19 & 20 tOR CROSS SECTION VIEWS & CABION MATTRESS LI MITS. CHAN.VEL A -UNE: TABLE START POINT (N.E) £ND POINT (N.£) 532' 15' J2.96"T (2049"129,f82?512) (20476tu.•BU2.2 1) 524• 32' 06.i9"1' (20451 38 ... 8248.45) (20440.45,48243.48) s:w 56' 2234'1.' (20357.57,48248.00) (20:UJ .30.4825938) 537' 48' -H.691: (203333 /,48265.25) (2032/.B8,.f82?4 ll ) S42' 37' 43.42'1: {20308.95,482~.tu) {202tS8.84,4B32UM) .535• 41 ' 35 JO"); {20250.08,4833? 24 ) {20205.12,48389 54) 525• 06' 24.23'1: (20189.U,,483?8.89) (2013'.80,48403.88) CHANNEL A -CURVl: TABU: CURVE / RADIUS LENGTfl CIIORD D!ROCTtON START POINT (N.E) END POINT (N.E) Cl 214 940 28.95' S28" 23· 39.97-W (20478.IU.48262.2 1) (20451.38,48248.45) c2 100.000 36.4JB su· oo· J0.49'lr (20t,o.•s.,e24J.48) (20405 33,4823HJ4) C3 1:5 ooo 50.5.fo s15• 38" <U .17"E (2040!>.33.48234.6-41 (203'7.57.48248.oo) C4 200.000 9.912 536' 21· 3352'1.: (203.fJ.30.4~938) (eo3333l.48~2S) C5 200000 115.928 540-12' U ~"E (20321 88.48274 /J) (2030tJ.95.48285.04) Ctl 200.000 2 4 ZIO S39" IW' 39.H"E (20268.6-4 .48321 96} (ZOZSO.Da.41533'7 24) CT 100000 18.506 S3IY Z3' ZS.157'1: (20205.IZ,48369!!>4) (Z018918,483'78.89) ~ ~ ti C:f~Q ~----=~~==,-----~ i, KELLIS PARK .. 1---~~G~R~A~D~IN~G~PL~A~N~--~ ~ WESTCREEK DRIVE ~ ~;:;u~F;;O~R~T.!lW~~~~~:aiT~~,.k!"1E~rr;N~~7c,~a;-, ao~;;;;™-i ~ r;=~~ ~ 1----------....!!!!!..:2':W,,"--I ~ !ti;?.§.Q;ff!:; l~c;;.:.::-€.~ ~ l)R,.~8Y· ~~-DA.TC: ORO.A:CTNO.: Sl1CET· t L-------------------------------------------------------------------------------'-''"'m"'"":....--"'-'"'-=c...Jc:":.:-•:.:-~::c":....i.:::-="'c:-":::..,,.;;":..:::.""'"'-' 10 +3 0 .001 10 +5 0 .001 10 +75.ool 890 890 8 90 690 890 690 61/Q 81/Q 660 660 660 660 .,,, 670 670 670 670 660 660 660 660 660 660 6,0 850 6'0 650 650 ·650 6'0 6'0 6<0 6'0 6'0 6<0 -30 -20 -,o 20 30 -30 -20 -,o ,o 20 30 -30 -20 -IO ,o 20 30 11 +00 001 11 +25 001 11 +5 0 .001 890 890 690 690 690 690 660 61/Q 680 680 660 680 '"' 670 "' "' 670 670 660 660 660 660 850 850 "" 6,0 8,0 "' '" 6'0 '" 8<0 6'0 .. o -30 -20 -IO IO 20 30 -30 -20 -,0 ,o 20 30 -30 -20 -IO IO 20 30 11 +7 5 001 12 +0 0 0 0 1 6 90 690 ,90 690 ~ ~ 680 660 680 680 ~ r?~·~>~t~\~ C:f~ ti ti UAHCIO f ~Dlll',CP '"' 6 70 ............................. I I ;i i c;J(i;kJ I 81/Q 860 680 660 = I= KELLIS PARK CROSS SECTIONS ~ ,50 '50 630 WESTCREEK DRIVE ~ FORT WORTH TEXAS ~ ""'·m,1nH 0fYf7fOl!IWORTH I '" '" 6<0 6<0 -.-rs:~!~ -30 -20 -,0 IO 20 30 -30 -20 -,0 ,0 20 30 I SECTI ON SCALE !};?I9"JT.§i I ~~;...~;:; . ..:.S:i'=: HORIZ.· r • JO ~ VERT.: 1· • 10· OIi~ .... IIY: I ~~=~ l?t'-~~2010 1=~-':·' 157~i 41 t cm"' ... .. o .. o -30 .. o "o -30 600 '" 12+25 .001 13+00 001 13 +75 .001 ... .. o ,o 30 600 ,0 ... -30 ''° -30 ''° -,0 12+50.001 13+25.ool -20 -10 /0 20 [NORTH BRIDGE SECTIO N! 68C '10 660 ... 30 ... ''° 30 '"' 30 670 ... -30 ''° -30 '"' -,o 12+75.001 13+5 0 .001 -20 -10 /0 20 610 ... 30 680 .,. ,o [SQ[ffFI BRIDGE SECTION! • ... 20 ,o :?)!~\.~!~( .. ~ CI.A"'l!IOT llct:,c;o ............................ ~ ~ "' ti e:t~" t ,11i;z.i~ .-----,=,..,...,===-----! .:: ... ' .. KELLIS PARK 1----,;~;,;:,;;f;;;;,,_t;,.R,;;~;;a~-;;~o',TDi-al~~~ii~,,-----1 ~ hi ~====FD-;""'R~T~W~O;;;;;R.i;;THiiiteT~E"l?'-#N;'<~rn«.rr,;...,;;;™.--1 ~ :~=~h r-------~=,L---,--------'""'-'"' ""="'-""'"'"'--I i s!~;:,.o\~c~0LE !.i;?,!~.f!:!·r~.ll';I . ..C::.::;..E.§1~ k '------------------------------------------------------------------------...L.-""-"'-·'_1 ·_._'_ 0 ._..1,,;;':';;;~~.;;;.."_,1a;-"..;;"""'=-'l:'"a;11-1t.:;''aaro""-•l:«.;"'-';;;,_aa"..;;':;..'.&.l-.;;;ro..;i»";..;,c"-.,t SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) I) 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 ( I 0) days after the contract has been awarded . To be an acceptable surety on the bid bond , the surety must be authorized to do business in the state of Texas . In addition , the surety must a) 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 b) 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 s um 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 a) 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 b) 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 . The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any liti gation 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 $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 ofFort Worth . City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 1 of 9 All contracts shall require a maintenance bond in the amount of one hundred percent ( I 00%) 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. 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 Co nstruction 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 l 3-A-21 through I 3-A-29) prohibiting discrimination in employment practices . 6) WAGE RA TES: 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 2) 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 ha s 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 . 7) FrNANCIAL 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 . City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 2 of 9 8) INSURANCE: Within ten (JO) 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 lnjury-$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 coverage as may be required by each individual project. 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 : VII or equivalent measure of financial strength and solvency. t) 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. I) 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 . City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 3 of 9 I 0) NONRESIDENT BIDDERS: Pursuant to Article 60 I g, 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. "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 nonresident 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. 155 30, 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 neg I igent 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 neg I igent 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. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 4 of 9 Rev 3-13-09 12) A WARD 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 , PR1ME 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. 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 do not acknowledge all applicable addenda may be rejected as non-responsive. 15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a) Workers Compensation Insurance Coverage I ) Definitions : 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)-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 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. 2) 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. City of Fort Worth . Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 5 of 9 3) The Contractor mu st provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4) 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. 5) The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file ce rtificates of coverage showing coverage for all persons providing services on the project; and b) 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. 6) The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7) 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. 8) 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. 9) The contractor shall contractually require each person with whom it contracts to provide services on a project, to: a) provide coverage, based on pro per 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; b) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is bein g provided for all employees of the person providing services on the project, for the duration of the project; c) 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; d) obtain from each other person with whom it contracts, and provide to the contractor: City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 6 of 9 Rev 3-13-09 1) a certificate of coverage, prior to the other person beginning work on the project; and 2) 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; e) retain all required certificates ofcoverage on file for the duration of the project and for one year thereafter. f) 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 g) 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 . 10) 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 commiss ion's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal , civil penalties or other civil actions . 11) 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 of notice 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 : "REQ U IRED 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". City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12 .21 .2010 Page 7 of 9 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-2 I through I 3A-29), prohibiting discrimination in employment practices. 17) AGE DISCRIMINATION: In accordance with the policy ("Policy") ofthe 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 of a 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 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 ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties 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. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 8 of 9 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 1) final quantities , or 2) 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. 20) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids for pavement contracts. 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 as outlined in the PREQUALIFICATION REQUIREMENTS FOR PA YING CONTRACTORS most recent version, and any other documents the Department may deem necessary, to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been compiled by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company . This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated with 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 Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion , may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if inadvertently opened, shall not be considered t) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for 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. g) Any contractor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualification for 2 years from the date of having last being qualified. Re- qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR PAYING CONTRACTORS document. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date: 12.21 .2010 Page 9 of 9 APPENDIXD SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS This appendix provides special instructions for work performed within Kellis Park, more specifically, work shown or specified on Sheets 17-20 of the construction plans and that specified within thi s document. These specifications shall be considered in addition to s pecifications provided in other sections of the contract documents. These specifica tions shall n ot pertain to work performed outside of Kellis Park. In the event of a conflict between these specifications and those provided elsewhere in the contract documents for work to be p erformed within Kellis Park, the s pecifications contained within, or attached to this document shall control. The attached "Park Conversion Exhibit" provides general guidance on the staging and storage areas, tree protection, and construction fencing anticipated for work to be performed within Kellis Park. All work necessary for the construction of improvements within Kellis Park, including but not limited to tree protection, tree pruning, tree removal, temporary fencing and storage and s taging, etc. shall be considered subsidiary to the construction of the channel improvements (or gabion construction). All existing park facilities, including but not limited to sidewalks, curbs, parking areas, and irrigation systems shall be protected as much as practicable during construction. Any damage to existing facilities shall be repaired at the sole cost of the contractor. Repairs shall be coordinated through, a nd approved by a designated P ACS Representative. All trees are to be protected except those specifically designated on the attached Park Conversion Exhibit for removal. The following specifications are attached and shall be included as part of thi s appendix: (1) Specification Sections 02300 -Earthwork (2) Specification Sections 02840 -Turf Sodding (3) Specification Sections 02930 -Seeding (4) Specification Sections 03300 -Concrete 1.0. Damage to Trees During Construction. Maintenance or Repair. In the event of any damage to trees dur ing the construction, maintenance or repair of the Contractor shall comply with the following: 1.1. The City Forester shall have the right to inspect any trees located on the Park for damage b y Contractor and if applicable may inspect trees for slight, moderate or severe damage as described below. 1.1.1. Slight Damage: Slight damage shall be defined as damage, in the opinion of the City Forester, that may heal, examples include but are not limited to s caring of the trunk into the cambial layer 1/i'' to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper APPENDIX D ; SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS PAGE10F2 whichever is less. Slight damage to tree(s) shall be assessed at a rate of: $100 .00 for each instance of slight damage to tree(s). 1.1.2. Moderate Damage: Moderate damage shall be defined as damage, in the opinion of the City Forester, that contributes to the poor health and reduced longevity of the tree, examples include but are not limited to scaring of the trunk into the cambial layer greater than 2" but less than 1/3 the trunk circumference or breaking of limbs more than 2" in diameter but less than 1/3 trunk caliper. Moderate damages shall be calculated at a rate of V:z the assessed value of the tree per each instance of damage. 1.1.3 . Severe Damage: Severe damage shall be defined as damage, in the opinion of the City Forester, that shall include but is not limited to scaring of the trunk to the cambial layer greater than 1/3 the trunk circumference, uprooting or causing a tree to lean, damage to a scaffolding branch or branch greater than 1/3 of trunk caliper or removal of a tree. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI 1 standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6" in caliper shall be measured using diameter at breast height (DBH). Severe damage or removal of trees is subject to a penalty of $200.00 per diameter inch of trees removed or damaged for trees less than 30" in caliper, $400 .00 per diameter inch of trees 30" caliper or greater. 1.2. Contractor shall make payment for any such damages and must plant replacement trees for severely damaged trees at a location to be determined b y PACSD. Replacement shall be made on caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper for trees damaged or removed less than 30" DBH and 2" per inch on trees 30" DBH or greater. Company shall be responsible for the planting watering, mulching and maintenance of replacement trees for a period of not less than 2 years. Any tree that does not survive the 2-year establishment period shall be compensated for by the contractor to P ACSD at a rate of $200 per caliper inch. 1.3 . In addition to damages assessed by PACSD, trees removed shall also be subject to the Urban Forestry Ordinance of the Fort Worth Zoning Ordinance. 2.0. Tree Pruning Contractor must use a PACSD Forester's approved contractor to prune trees. All root pruning for all trees located adjacent to the drainage channel is to be done under the supervision of the City Forrester. At no time shall the contractor do any work adjacent to any tree without contacting the City Forester. APPENDIX D; SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS PAGE20F2 • TREE 1'0 BE PROTECTED f1fffJfA • TREE TO BE REMOVED ~ ----IJMl'TS OF GRADrNG ~ ----WI/TS OF IIIPROVE}IIEfiTS - - f'f.:JIPORARY ORANGE I/ESH COHST1WCTION l'ENCtNC f'HOl'O!il:D 12 " THICK GA/JlQN IIA'TTJl ESS CONSTHUCTION t:N'THANCt:/ CH»INf:L ACCE:SS STAGING/TEMPORARY WORXSPAC£ (TOTAL: 12.28i S.F.) - TOTAL AREA AFFECTED BY CONSTRUCT/ON 31,172 S.F. (0 .72 AC) NO PERMANENT JJ.IPROVEJ.IENTS IN THIS AREA . THIS AREA GENERAUY REPRESENTS PORTIONS OF THE CREEK WHICH HAVE ORDINARY STANDING WATER. / ~----,=,..,.,==-=-=.....,-----1 I =="-'---1 ~ hc:=m:=~-"'a~/t;i;:'~h;;;-;;;;;;-i ~ i:l 1------------"""-'""'"."""',,:--I ~ ~ !;!:~=~~~;;;==.:;;;;;;,.;.,,,,.:;-;;;:;;,','~"',=-I ~ SECTION 02300 -EARTHWORK PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials , equipment, and services required to construct, shape, and finish earthwork to the required lines , grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 -Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work . The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. PART 2 -PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation , unless separately designated , within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation , or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited , conditioned , and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers. Also , rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On-Site Topsoil : Topsoil shall consist of an average depth of six inches (6 ") of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200 , "Site Preparation." Topsoil may be greater or less , than the upper six inches (6 ") in depth. EARTHWORK 02300 - I - 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and /or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general , imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/ Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MA T ERLALS A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the s ite as marked on the plans . 2.06 UNSUITABLE MA TERLALS A . Topsoil , select material , imported fill , or unclassified fill will be declared as '"unsuitable" by the Owner if, in his opinion , any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay, heavy clay, or clay balls 4 . Rubbish 5. Construction rubble 6 . Sand or gravel 7. Rocks , cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. EA RTHWO RK 02 300 -2 - PART 3 -EXECUTION 3.01 SITE PREPARATION : In general , "s ite preparation ," as specified in Section 02200 , shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin . Likewise, topsoil will be replaced after excavation and embankment con struction are complete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6 ") from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles convenientl y located to areas that will later receive the topsoil. Stockpiles s hall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced (depo s ited) until construction activities are complete that would create undesirable conditions in the topsoil , such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pre s sure lines must be complete before topsoil replacement may begin . D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed , processed , compacted, and graded to leave a finished layer of topsoil not less than five inches in depth . Unless otherwise indicated , topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned . F. Grading: Topsoil will be final graded to the elevations shown on the plans . Fine grading will be accomplished with a weighted spike harrow , weighted drag, tractor box blade, light maintainer, or other acceptable machinery . All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed. All rocks of one inch or greater shall also be removed . Grading operations and equipment will be such that topsoil does not become overcompacted . Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Final grading within five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane , even in gradient (slope), uniform in surface texture , and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be read y for turfgrass planting. EA RT HWORK 02 300 -3 - 3.03 UNCLASSIFlED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times , and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material : 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed , and all earthwork operations , including excavation , embankment construction , topsoil replacement, and final grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200. All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise indicated on the plans, excavation in solid rock shall extend six inches (6 ") below required sub grade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT A . Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and /or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. B . General : Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be con structed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation : Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. The subgrade shall be proof rolled to detect soft spots, which if exist, should be reworked. Proofrolling shall be performed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximately twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction . The surface of the ground , including plowed , loosened ground , or surfaces roughened by small washes or otherwise, shall be restored to approximatel y its original slope by blading or other methods , and , where indicated on the plans or required by the Owner, the ground surface, thus prepared , shall be compacted by s prinkling and rolling. EA RT HWORK 023 00 -4 - D . Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock , shall be scarified to a depth of approximately six (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement, the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4: 1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet (2 ') normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts , evenly spread , not to exceed eight (8 ") inches in loose depth before conditioning and compaction. Unless otherwise permitted , each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction , the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard , and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H . Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers , pneumatic tire rollers , or other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions . All embankment serves in one capacity or another as subgrade (e.g., under topsoil , under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topso i I, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety percent (90%) of Standard Density ASTM D698 with plus four percent (4%) or minus two percent (2%) percentage points of optimum moisture content. B . Earth Embankment Under Structures and Pavement: The top six (6 ") inches of natural earth comprising the subgrade for st ructural slabs or for areas of pavement shall be ninet y five percent (95%) to ninety eight percent (98%) of Standard Density ASTM EARTHWORK 02300 -5 - 0698 with the moisture content at minus two percent (2%) to plus four percent (4%) of optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent (2%) below optimum in the top twelve inches (12 ") of the fill will require that the top twelve inches (12 ") of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired , the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the sub grade. If any of the sub grade is rutted , damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION EARTHWORK 02 300 -6 - SECTION 02840 -TURF SODDING PART 1 -GENERAL 1.01 DESCRIPTION A . Work included: This work includes all labor, materials and equipment for soil preparation , fertilization , planting and other requirements regarding turfgrass sodding shown on the plans. B. Related Work Specified Elsewhere: Section 02300 , Earthwork. 1.02 REFERENCE STANDARDS A. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition , 1942 . B. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller 1.03 SUBMITT ALS Samples, certificates and specifications of sod , fertilizer , compost, soil amendments or other materials may be requested by the Project Manager. All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the Project Manager. 1.04 PRODUCT DELIVERY , STORAGE AND HANDLING A. Sod: Harvesting and planting operations shall be coordinated with not more than forty eight hours elapsing between the harvesting and planting. B. Fertilizer 1. Unopened bags labeled with the analysis. 2. Conform to Texas Fertilizer Law . 1.05 QUALITY CONTROL The contractor who plants the sod is responsible for supervision of his crew, while planting the sod and maintaining the sod until the project is accepted by the City. SECTION 02840 -TURF SODDING -I - PART 2 -PRODUCTS 2.01 SOD A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades, rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the so d for a thickness not le ss than one inch . Sod sha ll be alive, health y and vigorous and shall be free of in sects, disease, stones and undesirable foreign materials and grasses. Sod shall have been produced on growing beds of clay or clay-loam topsoil. The so d shall not be harvested or plante d when its moisture condition is so excessively wet or dry that it s survival will be affected. If sod is stacked , it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass . B . The sod shall be cut in strips four feet wide, or as called for on plan , to be laid parallel with the contours. 2.02 FERTILIZER A. All fertilizer shall be delivered in bags or containers clearl y labeled showing the analysis. B. All fertilizer sha ll be in acceptable condition for distribution and shall be applied uniforml y over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate s hall be 45 pounds of nitrogen per acre. 2.03 WATER The water shall be furnished by the Contractor and s hall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables . Generally, the sod should be soaked one time per day for three weeks or until established. Soaking is mandatory after spreading the fertilizer. 2.04 COMPOST All compost material is to be totally organic and decomposed for at lease nine months. All compost is to be clean and free of fungus , disease, live plants , seed , excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Perma Green Compost", as specified below or an approved equal , shall be used. Raw organics are not acceptable. A. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid pH) soil conditioner as produced by Soil Building Systems of Dallas , or an approved equal. B . For soil with an acidic pH condition: Use "Perma Green Compost" by Texas Earth Resources, Inc . of Dallas, or "New Life Natural Grower" (ph 8.0 to 9.0) by Soil Building Systems, Inc., of Dallas. C. Sample and Specification Submittal: Submit a producer's specification and a quart sample of the compost proposed for the Project Manager's approval. SECTION 02840 -TURF SO DDING -2 - PART 3 -EXECUTION 3.01 GENERAL All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.02 SOIL PREPARATION A. Scarify subgrade to a depth of three inches (3") before depositing the required topsoil. B. Tillage shall be accomplished to loosen the top so il , destroy existing vegetation and prepare an acceptable sod bed. All areas shall be tilled with a heav y duty disc or a chisel- type breaking plow , chisels set not more than ten inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five inches . A heavy duty rototiller may be used for areas to be planted with sod. C. Cleaning: Soil shall be further prepared by the removal of debris , building materials , rubbish , weeds and stones larger than one inch in diameter. D Fine Grading: After tillage and cleaning, all areas to be planted shall be topdressed with one-half inch compost and then shall be leveled, fine graded, and drug with a weighted spike harrow or float drag . The required result shall be the elimination of ruts , depressions, humps and objectionable soil clods. This shall be the final soil preparation step to be completed before planting. 3.03 PLANTING Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four inches , but not to the extent causing puddling . The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the sod bed by mechanical roller so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, compost shall be used to fill all cracks between sods. Excess compost shall be worked into the grass with suitable equipment and shall be well watered. The quantity ofcompost shall be such that it will cause no smothering or burning of the grass. 3.04 FERTILIZING Twenty-one days after planting, turfgrass areas shall receive an application of3-1-2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per requirements indicated in Part 2 -2.03 Water END OF SECTION SECTION 02840 -TURF SODDING -3 - SECTION 02930 -SEEDING PART 1 -GENERAL 1.0 I DESCRIPTION A . Work lncluded: Seeding of grass seed or wildflower seed, as specified on the plans. B. Related Work Specified Elsewhere : Section 02300 , Earthwork. 1.02 REFERENCE STANDARDS A. Standardized Plant Names I. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition , 1942 . 2. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller B. Texas Highway Department: Standard Specifications for Construction , Item 164 , "Seeding for Erosion Control " and Item 180 , "Wildflower Seeding". 1.03 SUBMITTALS A. Seed 1. 2. 3. 4. 5. Vendors ' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed If using native grass or wildflower seed , seed must have been harvested within one hundred ( 100) miles of the construction site. All seed shall be tested in a laboratory with certified results presented to the City, in writing, prior to planting. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law 1.04 JOB CONDITIONS A. Planting Season: The season varies according to species (see Part 2 -Products). Do not seed when soil is excessively wet or dry or when wind exceeds ten ( I 0) miles per hour. B. Schedule After All Other Construction and planting is complete. SEC TIO N 02930 -SEE DI NG - I - C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and all other use 3. Until seeding is complete and accepted 1.05 QUALITY CONTROL The contractor who plants the seeds, whether the general contractor or a subcontractor, is responsible for dail y supervision of his crew, and for the planting and maintaining of seedlings until acceptable, viable growth is achieved and the project accepted by the City. PART 2 -PRODUCTS 2.0 I MATERIALS A. Seed All seed shall be planted at rates based on pure live seed (PLS = purity x germination) per acre. Substitution of individual seed types due to lack of availability shall be made only by the City at the time of planting. The Contractor shall notify the City, prior to bidding, of difficulties locating certain species. Only those areas indicated on the plans and areas disturbed by construction shall be seeded. Prior to seeding, each area shall be marked in the field and approved by the City. Any adjustment of area location by the City shall be considered incidental and shall not entitle the Contractor to additional compensation. Weed seed s hall not exceed ten percent (10%) by weight of the total of pure live seed (PLS) and other material in the mixture . Johnsongrass and nutgrass seed shall not be allowed . The seed shall be clean, dry and harvested within one year of planting. I. Non-native grass seed shall consist of: If planted between April 15 and September 10: Lbs.I Acre 25 75 Common Name Scientific Name Bermuda (unhulled) Cynodon dactylon Bermuda (hulled) Cynodon dactylon 85% 95% Substitute the following if planted between September 10 and April 15: 220 40 Rye Grass Lolium multi/forum 82% Bermuda (unhulled) Cynodon dactylon 84% SECTION 02930 -SEEDING -2 - Germination 90% 90% 80% 85% 2 Native grass seed -The seed shall be planted between February 1 and October I and shal I consist of: Lbs. PLS/ Acre 1.6 5.5 3.7 17.0 1.8 0 .5 6 .0 8.0 1.2 1.8 10 .0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem * Buffalograss Indian Grass* Sand Lovegrass * Big Bluestem Eastern Grama Blue Grama Switchgrass Prairie Wi ldrye* Botanical Name Leptochloa dubia Boute loua curtipendula Schizac hy rium scoparium Buchloe da ctyloides Sorghas trum nutans Eragrostis trichodes Andropogon g erardii Tr ip scacum dacty loides Bouteloua gracilis Panicum virgatum Ely mus canadensis *These grasses are not to be p lanted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 W ildfl ower seed -All wi ldflower seeds are to be hand broadcast, (see 3 .02 ,A). The seed shall be planted between March 5 and May 31 or between September l and December l and shall consist of: Lbs. PLS / Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5 .0 Butterfly Weed Asclepias tub e rosa 2.0 Clasping Coneflower* Rudb eckia amplexicaulis 3.0 Go lden -Wave Coreops is basalis 13.4 Illinois Bundleflower De smanthus illinoens is 13.6 Partridge Pea Cass ia fa sciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindhe im e ri te x ana 8 .0 W inecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18 .0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia interm edia 3 .0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreops is tinctoria 8 .0 Scarlet Sage Salvia coccinea *These wi ldflowers are not to be planted within ten feet of a road or park ing lot or withi n three feet of a walkway. 4 . Temporary erosion contro l seed When specified on the plans, temporary control measures shall be performed . These measures shall cons ist of the sow ing of cool season plant seeds and the work and materials as req u ired in this section . SECT ION 029 30 -SE ED I NG -3 - B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed , either alone or with fertilizer . 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors . 4 . Mulch should contain no more than ten percent (10%) moisture, air dry weight basis. 5 . Additives shall include a binder in powder form . 6. Material shall form a strong moisture retaining mat. C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3 . Analysis of 16-20-0, 16-8-8 , or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas -100 pounds of Nitrogen per acre . c. Where applying fertilizer on established seeding areas -150 pounds of Nitrogen per acre. D. Erosion Control Measures l. For seeding application in areas up to 3: 1 slope, use cellulose, fiber or recycled paper mulch , (see 2.01 , B . Mulch and 3.03). 2. For seeding application in areas 3: l slope or greater, use the following soil retention blanket (Follow the manufacturer's directions): 2.02 MIXING "Curlex I" from American Excelsior, 900 Ave . H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOlL. Seed , mulch , fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty (30) minutes after placed in the equipment. SECT ION 029 30 -SEE DI NG -4 - PART 3 -EXECUTION 3 .01 SEEDED PREPARATION A . Clear Surface of All Materials , Such As: 1. Stumps, stones, and other objects larger than one inch. 2. Roots , brush , wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch (1 ") deep. 2 . If area is sloped greater than 3: I , run a tractor parallel to slope to provide less seed /water run-off. 3. In areas near trees: Do not till deeper than one half (1/2 ") inch inside "drip line" of trees. C. Water: Shall be furnished by the Contractor as an ancillary cost to the Contract by the Contractor by means of temporary metering I irrigation , water truck or by any other method necessary to achieve viable , acceptable stand of turf as noted in 3 .04.B. of this specification . The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch (1 /2") per week should be applied until such time I 00% full growth coverage is achieved and one mowing cycle is performed by the Contractor and accepted by the Owner. Watering: Soil should be watered to a minimum depth of four inches within forty eight ( 48) hours of seeding. 3.02 SEEDING A. If Sowing Seed By Hand 1. Broadcast seed in two directions at right angles to each other. 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. 4 . For wildflower plantings, scalp existing grasses to one (1 ") inch , remove grass clippings, so seed can make contact with the soil. B. Mechanically Seeding (Drilling): If mechanically seeding (drilling) the seed or seed mixture, the quantity specified shall be uniformly distributed over the areas shown on the plans or where directed. All varieties of seed , as well as fertilizer , may be distributed at the same time provided that each component is uniformly applied at the specified rate. Seed shall be drilled at a depth of from one quarter inch to three eighth inch (1 /4 "-3 /8") utilizing a pasture or rangeland type drill. All drilling is to be on the contour . After planting, the area shall be rolled with a roller integral to the seed drill , or a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour . SECT ION 029 30 -SEE DIN G -5 - 3.03 MULCHING A. Apply uniformly after completion of seeding in areas up to 3: 1 slope . Mulch may be applied concurrently with fertilizer and seed , if desired. B. Appl y at the following rate s unless otherwise shown on plans : 1. Sandy soils , flat surfaces -minimum 1,500 lbs ./acre. 2. Sandy soils , sloping surfaces -minimum 1,800 lbs./acre. 3. Clay soils , flat surfaces -minimum 2 ,500 lbs./acre. 4. Clay soils, sloping surfaces -minimum 3 ,000 lbs ./acre. 5. "Flat" and "sloping" surfaces will be shown on the plans if not visually obvious . C. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by daily water application , if necessary: 1. For approximately twenty-one (21) days , or 2. Until seeds have germinated and have rooted in soil, (see 3 .04 .B.2 .) and project has been accepted by the City. 3.04 ESTABLISHMENT, MAINTENANCE AND ACCEPTANCE A. Includes initial seed and / or sod application and establishment, protection , replanting as necessary , maintaining grades and immediate repair of erosion damage until the project receives final acceptance. Refer to Part 2 -2.01 -D. for watering requirements to be executed by the contractor. B . Initial full coverage turf establishment shall be considered as 100% grow in to a height of three (3 ") inches with one mow cycle performed by the Contractor on all newly established areas prior to consideration of acceptance by the Owner.. C. Replanting 1. Replant areas where a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A "stand " shall be defined as : a. Bermuda/Rye grasses: See 3 .04 B b. Native grass and wildflowers: eighty percent (80%) coverage of growing plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. END OF SECTION SEC TIO N 029 30 -SEE DI NG -6 - SECTION 03300 -CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.01 SCOPE OF WORK A. Concrete Sidewalk B . Concrete Handicap Ramps C. Picnic Table Slabs D . Playground Edging E . Concrete Walls and Footings 1.02 QUALITY ASSURANCE Reference Specifications: The work under this division of the Specifications shall conform generally to the requirements of Item 314 -"Concrete Pavement", Item 406 - "Concrete for Structures", and Item 410 -"Concrete Structures" of the City of Fort Worth's Standard Specifications for Street and Storm Drain Construction . PART 2-MATERIALS 2.01 FORMS Forms shall be of ample strength , adequately braced , joined neatly and tightly and set exactly to established line and grade . 2.02 REINFORCING MATERIALS Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S.T.M. Designation A-615. Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-150 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali , vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch . Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids , alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in the mixer . Cement content CAST-I N-PLACE CO CRETE 03 300 -I - shall be not less than five sacks per cubic yard of concrete and shall have a minimum 28 day compressive strength of 3,000 psi. D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as specified above. Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of 1 1/2 hours after the cement has been placed in the mixer. 2.04 RELATED MATERIAL A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart redwood with cap and paved cross section as shown on the plans B. Dowels: Dowels for expansion joints shall be number four smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches on center or as shown on Plans. C. Curing Compound: The membranous curing compound shall comply with the requirements of A.S.T.M., Designation C-309, Type 2 , white pigmented. D. PVC Sleeves: The Contractor shall furnish and install four inch class 200 PVC pipe sleeves under concrete walk as shown on plans and details. E. Caulking and Sealants -See Section 07920 2 .05 CONCRETE MCX DESIGN AND CONTROL A. Mix Design: The concrete shall contain not less than five sacks of cement per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry-loose volume) shall not be more than 85 percent per cubic yard of concrete . The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty minute absorption period. No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test, the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall be designed for a minimum compressive strength of 3 ,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. CAST-IN-PLA CE CONC RET E 03300 -2 - D. Control-Submittal: Within a period of not less than ten days prior to the start of concrete operations, the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform with the provisions and limitation requirements of these specifications. All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction of test beams to check the adequacy of the design. When the design mix has been approved by the Engineer, there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the job site until the mix design has been approved by the Engineer in writing to the Contractor. PART 3 -EXECUTION 3 .01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete, metal , or plastic chairs and spacers. Bar splices shall overlap at least twelve inches. The re-bars shall be bent cold. 3.02 JOINTS A. Expansion Joints: Expansion joint materials shall be installed perpendicular to the surface. The bottom edge of the material shall extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately 1/2 inch below the surface of the slab. The edge of joints shall be tooled with an edging tool having a 1/2 inch radius. B. Contraction Joints: Contraction joints shall be 1/4 inch wide by 3/4 inch deep , tooled joints placed on six foot centers, unless otherwise indicated. Contraction joints will not be required to be sealed . Sawed joints may be allowed only if specifically approved by the Engineer. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within twelve to twenty-four hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place . C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans. Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled. Surplus concrete on the subgrade shall be removed before resuming concreting operations. 3.03 PLACING CONCRETE Placement of Concrete: The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed. Subgrade and forms shall be dampened prior to placement of the concrete. The concrete shall be transported , placed and spread in such a CAST-I N-PLACE CON CRETE 033 00 -3 - manner as to prevent segregation of the aggregate or an excess amount of water and fine materials to be brought to the surface. No concrete shall be placed when the air temperature is less than forty degrees Fahrenheit nor when the temperature of the concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction Inspector. Placement shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars. No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor shall retempered concrete be used . Each section of pavement between expans ion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3 .04 FINISHING All concrete shall be finished by experienced, qualified concrete finishers . All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers , a smooth steel trowel will be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans . 3 .05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be completely covered with a curing compound. The concrete surface shall be kept moist between finishing operations and the application of the curing compound. The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required . 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used , or where the free drop is 5'-0" or more , and through reinforcement, use a dumping box or board , moving the concrete therefrom by shovels or hoes. 2. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing . 3. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. CAST -I N-PL ACE CONC RETE 033 00 -4 - 4. Thoroughly work concrete around reinforcement and embedded fixtures , and into corners of forms, during placing operations. 5. Completely compact with tamping poles and by tapping forms until the concrete is thoroughly compact and without voids. Determine the number ohampers needed by the amount and method of placing concrete. 6. Exercise care to tamp concrete vigorously and thoroughly to obtain maximum density. 7. Use manual tampers as well as mechanical vibrators. a. Exercise care to direct the quick handling of vibrators from one position to another. b . Do not over-vibrate concrete. c. Do not move concrete by use of vibrator. B . Finishing 1. All formed surfaces exposed to view shall have a smooth form finish . 2. After concrete has been properly placed and cured , sandblast finish if indicated on the plans and per specification Section 03350. 3.07 PROTECTION After concrete is placed , finished and cured as required , permit no traffic thereon for three days thereafter and further protect the surface from damage due to other causes. END OF SECTION CAST-IN-PLAC E CO CRETE 03300 -5 - FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK M ichael J . Moncrief Mayor CITY PROJECT No. 00630 TPW No. P228-541200-203280063083 Water No. P253-541200-603170063083 Sewer No. P258-541200-703170063083 APRIL 2011 Douglas W. Wiersig , P .E . Thomas M . Higg ins Acting City Manager Director, Transportation and Public Works Department S. Frank Crumb , P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth CONFORMED . TABLE OF CONTENTS 01 -Project Information 0 1.1 -Title Page MS -Word D 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word 0 2.2 -Notice to Bidders MS-Word 0 2.3 -Comprehensive Notice MS-Word to Bidders 0 2.4 -Special Instructions to pdf Bidders (water-sewer) 0 2.5 -Special Instruction to pdf Bidders (paving-dra inage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation 0 3.1 -MWBE Special pdf Instructions 0 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form [2J 3.3 -MWBE Prime Contractor pdf Waiver [2J 3.4 -MWBE Good Faith Effort pdf [2J 3.5 -MWBE Joint Venture pdf 04 -Bid Package 0 4.1 -Bid Proposal Workbook MS -E xcel D 4.3 -Bid Schedule MS-Excel [2J 4.4 -List of Fittings MS-Excel [2J 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions [2J 5.1 -Part C General pdf Conditions (water -sewer) [2J 5.2 -Supplementary pdf Conditions to Part C (water - sewer) [2J 5.3 -Part D -Special MS-Word Conditions (water -sewer) [2J 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) [2J 5.5 -Part E Specifications pdf [2J 5.6 -Special Provisions (paving -drainage) [2J 5. 7 -Wage Rates pdf [2J 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) City of Fort Worth, Texas Table of Contents PMO Release Date : 06.10 .2010 Page I of 2 TABLE OF CONTENTS 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09 -Addenda City of Fort Worth , Texas Table of Contents PMO Release Date : 06.10.2010 Page 2 of 2 0 Technical Specs Index 0 7.1 -Certificate of Insurance 0 7.2 -Contractor Compliance With Workers' Compensation Law 0 7.3 -Conflict of Interest Questionnaire 0 7.4 -Performance Bond 0 7.5 -Payment Bond 0 7.6 -Maintenance Bond 0 7.7 -City of Fort Worth Contract 0 Easements Index D Permits Index 0 Reports Index 0 Addenda Index MS-Word pdf pdf pdf pdf pdf pdf SECTION 1 -PROJECT INFORMATION 1.1 TlTLE PAGE FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DRAINAGE, PAVING, WATER AND SANITARY SEWER IMPROVEMENTS FOR WESTCREEK DRIVE FROM MEDINA AVENUE TO KELLIS PARK Micha e l J . Moncrief Mayor CITY PROJECT No . 00630 TPW No. P228-541200-20328 0063 08 3 Water No. P253-54120 0 -60317 0 063 083 Sewer No. P258-54 1200 -70317 0063 08 3 APR IL 20 11 Douglas W . Wiersig , P .E. Thomas M . Higgins Acting City Manager Director, Transportation and Public Works Department S . Frank Crumb , P .E. Director , Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth CONFORMED SECTION 2-FRONT-END INFORMATION 2.1 TABLE OF CONTENTS 2 .2 NOTICE TO BIDDERS 2 .3 COMPREHENSIVE NOTICE TO BIDDERS 2.4 SPECIAL INSTRUCTIONS TO BIDDERS (WATER-SEWER) 2.5 SPECIAL INSTRUCTIO NS TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) TABLE OF CONTENTS 01 -Project Information 0 1.1 -Title Page MS-Word D 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word 0 2.2 -Notice to Bidders MS-Word 0 2.3 -Comprehensive Notice MS -Word to B idd ers 0 2.4 -Special Instructions to pdf Bidders (w ater-sewer) 0 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS -Word Specificatio ns (no drawing s provided) 03 -MWBE Documentatio n 0 3.1 -MWBE Spec ial pdf In structions 0 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form 0 3.3 -MWBE Prim e Contractor pdf Waiver 0 3.4 -MWBE Good Faith Effort pdf 0 3.5 -MWBE Joint Venture pdf 04 -Bid Package 0 4.1 -Bid Proposal Workbook MS-Excel D 4.3 -Bid Schedule MS -Excel 0 4.4 -List of Fittings MS-Excel 0 4.5 -Pre-Qualified Contractor MS -E xcel List 05 -General and Special Conditions 0 5.1 -Part C General pdf Conditions (water -sewer) 0 5.2 -Supplementary pdf Conditions to Part C (water - sewer) 0 5.3 -Part D -Special MS-Word Conditions (water -sewer) 0 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) 0 5.5 -Part E Specifications pdf 0 5.6 -Special Provisions (paving -drainage) 0 5.7 -Wage Rates pdf 0 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates D 5.9 -Standard Detai ls (water-dwf sewer) D 5.1 o -Standard Details dwf (paving-drainage) City of Fort Worth , Texas Table of Contents PMO Re lea se Date : 06.1 0 .2010 Page I of 2 TABLE OF CONTENTS 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda City of Fort Worth , Texas Table of Contents PMO Relea se Date: 06 .10.2010 Page 2 of 2 0 Technical Specs Index 0 7.f -Certificate of Insurance 0 7.2 -Contractor Compliance With Workers' Compensation Law 0 7.3 -Conflict of Interest Questionnaire 0 7.4 -Performance Bond 0 7.5 -Payment Bond 0 7.6 -Maintenance Bond 0 7.7 -City of Fort Worth Contract 0 Easements Index D Permits Index 0 Reports Index 0 Addenda Index MS-Word pdf pdf pdf pdf pdf pdf NOTICE TO BIDDER S Sea led prop osa ls for the fo ll ow in g: Drai nage, Pa vin g, Water and San itary Sewer Im provements for Westcreek Drive C it y Proj ect No. 00630 Add ressed to the C ITY O F FO RT W ORTH P U RCHASI NG DIVI S ION 1000 THR O CK M ORTON ST REET FORT W ORTH, TEXAS 76102 w ill be rece iv ed at t he Purc hasing Office un til 1 :3 0 p.m., May 19, 2011 an d the n publi cly o pe ned and read a lou d at 2:00 PM in th e Co unci l Cha m bers . Cont ract documents , including plans a nd speci fi cati o ns fo r th is proj ect ma y be obtained o n-li ne by vi siting th e City of Fort W orth 's Purc has ing Divi sio n websi te at http ://www.fo rtworthg ov.o rg /pur cha sin g/ a nd c li cki ng on the project li nk . T his link w ill take you to th e advert ised project fo lders on the C ity's Buzzs aw site, where the plans and contra ct docume nts may be down loaded , vi ewed , and printed by interested co ntracto rs and/or supp li ers. Hard co pies of plans a nd co ntract docume nt s a re ava il able at the office of t he design e ngineer DeOtte , In c. -255 3 E Lo op 820 N , Fort Wo rth , Texas 76 11 8, at a cost of $6 0.00 per se t (no n-refundab le). The maj or w or k w ill consist of the (approximate) foll owi ng : UNI T I -W ATER IMPRO V E M ENTS 11 LF 12-inch W aterline (Du ctil e Iro n) 347 LF 10-i nch Wat e rlin e (PVC) 131 LF 10-inch Wate r lin e (Ductil e Iron ) 322 LF 8-inch Wate rline (PVC) 170 LF 8-inc h W ate rl ine (Ductile Iro n) 18 LF 6-i nc h Waterline (PVC) UNIT II -SEWE R IMPROVEM E NT S 658 LF 15 -inc h San itary Sewer Pi pe 77 LF 8-inch Sa nitary Sewer Pipe UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS 3612 SY 6-inch Reinforced Concrete Pavem e nt 3802 SY 6-i nch Lime Stabilized Subgrade 1259 LF 2-1 O' x 5' Concrete Box Culvert 24 LF 60 -inch RCP 200 L F 30 -inch RCP 170 LF 24 " RCP 42 CY 3' x 3' Gabion Wall 363 CY 12 " Gab ion Mattress Included in the above w ill 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 fo r 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 rej ected as be ing non -respons ive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to reg ister as plan holders on -li ne (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the Rev 2-2-1 0_ TPW NB -1 NOTICE TO B IDDER S 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 (W ater-Sewer)". Fo r addit iona l information , please contact C layton T. Redinger, P.E. with DeOtte , Inc . at Telephone Number: 817 -589 -0000 or by email: Cl ayt o nR eding e r@ DeO tt e.com , and/or Chad Simmons , P.E ., Project Manager, City of Fort Worth at 817 -870 -1129 x 58346 or by emai l: Ch ad.S immon s@ fortw o rthgov .or g. A pre-bid conference w ill be held on May 2 , 2011 at 1 :00 p.m., in the T/PW Conference Room 270 (City Hall). Bidders are e ncouraged to review the plans and sp ecificat ions prior to the pre - bid conference . Advertising Dates : April 21 , 2011 April 28, 2011 Rev 2-2-10_TPW NB-1 COMPREHENSIVE NOTICE TO BIDDERS Sealed propo sa ls for the followin g : FOR: DRAINAGE , PAVING, WATER AND SAN ITARY S EWER IMPROV EMENTS FOR WESTCREEK DRIV E C ITY PROJ ECT #: 00630 Addressed to: CITY OF FORT WORT H PURCHASING DIVISION 1 000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be rece iv ed at the Purcha s ing Office until 1:30 p.m., May 19, 2011 and th e n publicly opened and read aloud at 2:00 p.m. in the Council Chamb e rs. Plan s, Genera l Contract Docum ent s and Specification s for thi s project may be obtai ned on-lin e by vis iting the City of Fort Worth 's Purcha s in g Divi s ion web s it e at bJJ.P.://www .fortwor1llli9v.o llif.m1rclrn s i11 g,,' and c lic kin g on the project link. Thi s link will take yo u to the adve rti sed project fo ld ers on the C ity's Bu zzs aw s ite , where the plan s and contract docum e nt s may be down load ed, viewed, and printed by in te rested contractors and /or s uppliers. Hard copies of plan s and contract documents a re ava il ab le at the office of the de s ign eng in eer DeOtte, Inc . -2553 E Loop 820 N, Fort Worth , Texas 76118 , at a cost of $60 .00 per set (non-refu nd a ble). The major work will cons ist of the (approx im ate) fo ll owing: UNIT I -WATER IMPROVEMENTS 11 LF 12-inch Waterline (Ductile Iron) 347 LF 10 -inch Waterline (PVC) 131 LF 10 -inch Waterline (Ductile Iron) 322 LF 8-inch Waterli ne (PVC) 170 LF 8-inch Waterline (Ductile Iron) 18 LF 6-inch Waterline (PVC) UNIT II -SEWER IMPROVEMENTS 658 LF 15-inch Sanitary Sewer Pipe 77 LF 8-inch Sanitary Sewer Pipe UNIT Ill-PAVING & DRAINAGE IMPROVEMENTS 3612 SY 6-inch Reinforced Concrete Pavement 3802 SY 6-inch Lime Stabilized Subgrade 1259 LF 2-1 O' x 5' Concrete Box Culvert 24 LF 60-inch RCP 200 LF 30-inch RCP 170 LF 24 " RCP 42 CY 3' x 3' Gabion Wall 363 CY 12" Gabion Mattress Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. COMPREHENSIVE NOTICE TO BIDDERS NOTICES All b id ders will be requir ed to co mpl y with Provis ion 5 159a of"Vern on's Annotated C ivil Stat ut es" of th e State of Texas with respect to the payment of prevailin g wage ra tes and C it y of Fort Worth Ordinance no. 7400 (Fort Worth City Co de Sect ions I 3-A-22 1 t hrough l 3-A-29) prohibitin g di sc ri minatio n in the e mplo yme nt pra ctic es. Bid sec urity ma y be requir ed in accordanc e with Specia l Instru ctions to Bidders . The C ity of Fo rt Worth rese rv es th e ri ght to reject any and /o r a ll bids and waiv e any and /or a ll formal ities. No b id ma y be w ithd rawn unt il the expirati on of nin ety (90) clay s from th e date bids are ope ned. The awa rd of co nt ract , if made, w ill be wit hin nin ety (90) days after t he openin g of bid s, but in no case w ill the awa rd be mad e until a ll the nece ss ary in ve stigations are made as to th e respo ns ibili ty of the bid der to whom it is proposed to award the Co ntract. Bidde rs are res po ns ibl e for obta inin g a ll adde nda to th e co ntract documents and ack now ledg in g rece ipt of the ad denda by init ia lin g the appropr iate spaces on the Addenda Index and Rece ipt for m(s). Bid s that do not ack nowl edge re ce ip t of a ll adde nd a may be rej ected as being no n-respo ns ive . Informat ion re ga rdin g the statu s of adde nd a ma y be obtained by co ntactin g the Eng in eer in g Department at (8 17) 392-79 10. Bidders , usi ng the printed copy, s ha ll not se parate, detach o r remove any portion, seg ment or s heets from the contract do cum ent at any time. B idders mu st comp lete th e proposa l sect ion(s) an d sub mit the complete s pecifi cat ion book or face rej ec tion of the bid as non-r espo nsive. It is reco mmend ed that the bidd er make a copy of the forms in clud ed in th e Minor ity and Wome n Busi ness Enterp ri se sec tion fo r s ub mitta l with in the t im e deadlin e stated be low o r the bidder may reque st a copy of sa id for ms from th e C ity of Fort Worth Proj ec t Manager nam ed in thi s solicitation . Bidders, using the e lectro ni c biddin g sys tem (B uzzsaw) and as out lin ed in the s ubmi ss ion in struction s, sha ll s ubmit those documents e lec tronically that are requ est in g in fo rm at ion but do not requir e a s ignature. And for those documents that require s ignat ures, print a copy of each doc um ent , comp lete, sig n, and rec e ive d at the Purchasing Office within the time dead lin e stated above. Jn accord with the C it y of Fo rt Worth Ordinance No. 15 530 , th e C it y of Fort Worth has goa ls for the particip at ion of minority busines s e nte rpri ses and wome n business e nt e rpri ses in C ity of Fort Worth co ntra cts. A copy of th e Ordinance can be obtained from the off:ice of the City Secretary. Th e bidd er shall s ubmit the MBE/WB E UTJLIZATlON FORM , SUBCONTRACTOR/SUPPLIER UTJLIZATION FORM, PRJME CONTRACTOR WAIV ER FORM, GOOD FAITH EFF ORT FORM (with "Documentation") and/or the JOINT V ENT UR E FORM as appropriate . The Documentation mus t be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date . The bidd e r s hall obtain a rece ipt from the appropri ate employee of the man ag in g department to whom delivery was made. Such receipt s hall be evidence that the City of Fort Worth receiv ed th e Documentation . Fa ilure to comply shall rend er the bid non-re s ponsi ve . SUBMISSION OF BID AND A WARD OF CONTRACT T he proposal UNIT I-WATER IMPROV EMENTS , UNIT II-S E WER IMPROV EMENT S AND UNIT Ill-PA YING & DRAINAG E IMPROV EM ENTS within this document is de s igned as a package. In order to be con s idered an acceptable bid, the Contractor is required to s ubmit a bid for UNIT I-WATER IMPROVEMENTS, UNIT 11- SEWER IMPROVEM ENTS AND UNIT III-PAVING & DRAINAG E IMPROVEMENTS. A bid proposal submittal that is received with only a s ingle proposal unit complete will be rej ected as being non-responsive . The Contractor who submits th e bid with th e lowest price, will be the apparent successful bidder for the project. Bidders ar e hereby informed that the Director of the Engineering De partment reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. The managing department for this project is the Engineering Department. Bidders must ensure that they are pre -qualified by the City of Fort Worth before bidding on a project. A failure to COMPREHENSIVE NOTICE TO BIDDERS obtain prequalification may be grounds for rejection of a bid or cancellation of award of a conlract. For additional in format io n, please contact Clayton T . Redinger, P.E., Engineer, DeOttc, Inc . at Telephone Number: 817-589-0000 or by ema il: Claytonr<.t;.~Ji!!gQ r_@ P.gOtti;.,_92_m, and/or Chad Simmon s, P .E., Project Manager, Ci ty of Fort Worth at 817-870-1129 x 58346 or by e mail : C hud.Simmons({:0fo rrworlhgov.org. THOMAS M. HIGGINS CITY MANAGER Advertising Dates: April 2 1, 20 11 April 28, 20 11 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS I) PREQUALIFICATION REQUIREMENTS: Al l contractors submil lin g bids are requ ir ed to be prequa lifi ed by th e Forl Wo rt h Water Department pr ior lo subm ittin g bids . T hi s prequa lifi calion process will establ ish a bid lim it based on a techni ca l eva lu at io n and financial a nalys is of lh e contractor. It is lhc bidder's responsibility lo subm it the fo l lowing documentation: a c urrent fina nc ia l statem ent, a n acceptable exper ience record , an acce ptable equipment sch ed ul e and an y ot her documents th e Department may d eem necessary, lo th e Director of the Water Department al least seven (7) calendar da ys prior lo the date oflhc openin g of bids. a) The financia l statement required s hall ha ve been prepared by an ind epend e nt certi fied pub lic accountant or an indepen d e nt public accounta nt h o ldin g a va lid permit iss ued by an appropriate Slate li cens in g agency a nd sha ll have been so prepared as to rc Oec t th e financial status to th e subm itt in g company. Th is s la tem en l must be cu rrent and n o t more th an one (1) year o ld . In the case th at a bidd in g d a te fal ls within the lim e a new slalcmcn t is being prepa red, the previous sta lcm cn l s hall be updated by proper verification .. b) For an experience record lo be considered lo be acceptab le for a g ive n project, it musl reflect the exper ie nce of th e firm seeki ng qua lification in work of both th e same nature a nd technical leve l a s that oflhe proj ec t for which bid s arc to be received . c) The Director of the Water Depa rt ment s hall be th e so le judge as to the acceptab ility for financial qualification to bid on any Fort Worth Water Department project. cl) Bids rece ived in excess of th e bid li m it shal l be co ns id ered non-res ponsive a nd will be rejected as s uch. e) The Ci ty, in it s sole di scre tion , may rejec t a ny bid for fa ilure to de mo nstrate experience and/or expertise. f) Any proposals submitted by a no n -p r equ a lifi e d bidder sha ll be returned unop ened , an d if inadvertently opened, sha ll n ot be consi d ered. g) The City will attempt to n oti fy prospective bidders whose qualifications (financial or experience) a re not deem ed to be approp ri a te to th e n atu r e and/or m agnitude of the project on which bids are lo be received . Fa ilure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's c h eck , or an acceptable bidde r's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of th e largest possible tota l of the bid submitted must accompany the bid, and is s ubj ect to forfeiture in the event lhe successful bidder fa ils to execute the Contract Documents within ten (10) days after th e contract has been awarded To be an acceptable s urety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the s urety must (1) hold a certifica te of authority from th e Untied Slates secretary of the treas ury to qualify as a surety on obligations permitted or required und e r fed era l law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a rein surer that is authori zed and admitted as a r einsurer in th e s tate of Texas and is the holder of a certificate o f authority from lhe Untied States secretary of the treas ury to qualify as a s urety on obligations permitted or required under federal law. Satisfactory proof of any s uch reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired h erein . 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be r equired, Reference C 3-3 .7 . 09/10/04 1 4. WAGE R ATES : Sec ti on C3-3. I 3 of th e Ge n eral Conditi ons is d ele ted a nd rep la ce d with th e fo ll owi ng : (a) T he co ntra ctor sha ll comp ly with all req uirements of Chapter 2258, Texas Governm ent Code, in clu din g the paym ent or not less th a n the rates d e termin ed by th e Ci ty Council of the C it y of Fort Worth lo be th e preva ili ng wage rates in accord a nce with C hapter 2258, T exas Gove rnme n t Co de. Such pr eva ilin g wa ge rates arc in c luded in t hese co ntrac t documents . (b) The co ntra c tor s hall , for a p eriod of three (3) yea rs following the d ate of accep ta nce of th e work, ma inta in records that s how (i) th e n a me and occupation of eac h worker emp loyed by the contracto r in the co n stru ction of the wo rk provid ed for in thi s co ntra ct; a nd (ii ) the act ua l p er di em wages paid to each worker. T hese records shall be open at all rea sonable hours for in spect ion by th e C it y. The pro vis ions of Rig ht lo A udit, und er parag raph L of Secti 011 Cl: Su ppl ementa ry Conditi ons To Part C -Genera l Conditi on s, pe rt a in lo this in specti on . (c) The co ntra c tor s ha ll in c lud e in it s s u bcon tracts and/or s hall otherwise require all of it s subcontra ctors lo comp ly with pa ragrap h s (a) and (b) above. (d) With eac h partia l pa yment es tim ate or pa yro ll pe ri od , whi c h ever is less, an affidavit s ta lin g that the con tractor ha s complied with th e requirem e nt s of C hapter 2258, T ex as Gove rnm e nt Code. T h e co nt rac tor sha ll pos t the preva ilin g wage ra tes in a co ns picu o us pl ace a t th e s it e of the project a t a ll times. 5. AMBIGUITY: In lhe case of ambi g uity or lack of clearn ess in s tatin g prices in th e Proposa l, th e C it y reserv es th e right lo ado pt th e most adva nt ageo us construction th ereof lo th e C ity or to reject th e Prop osa l. 6. BIDDER LICENSE: Bidder must be a li censed Cont rac tor in th e Stale of Texas. 7. NONRESIDENT BIDDERS: Pursuant lo Articl e 601g, Texas Revi se d Civil Statutes, the City of Fort Worth will not award this contract to a nonresi dent bidder unl ess the nonres ident's bid is lower than the lowest bid submitted by a responsibl e Texas resident bidder by the same amount that a Texas resid e nt bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresi dent's principal pl ace of business in loca led. "Nonresident bidder" means a bidder whose principal place of bu s iness is not in this slate, but ex cludes a contractor whose ultim a te parent company or m ajority 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: lflhe 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 participan ts or subcontractors, while engaged in perform ing Lhis contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or pri v il eges of'th c ir e mpl oyment , di sc rimin a te aga in s t per son s beca use of their age ex ce pt on th e ba ses o f a bo n a lid c occ up a tion a l quali/i ca tion , r etirem ent plan or s ta tutory r equirem ent. Contra ct o r fu rth e r coven a nt s that n e ith e r it n or it s o rt i cc rs, m em ber s, agents, employees, su bcontrac tor s, prog ra m p a rti c ip a nt s, o r per son s a cting o n th e ir b ehalf, shall sp ecify, in solicita tions or ad verti se m ents fo r e m p loyees to wo rk on thi s co ntrac t, a m ax imum a ge limit for s uch employm ent unl ess th e s p ec ifi ed ma x imum age limit is based up on a bo n a fid e oc cup a ti on a l qualifi cation, re tir e m ent pl a n o r sta tut o ry r eq uir e m e nt s. Contr ac tor w a rrant s it will full y com p ly with th e p o li cy and will defend , indemni f·y and hold C ity ha rml ess aga in s t a ny c lai m s o r a ll ega ti on s asserted by third p a rti es or subcontractor again st C ity a ri s in g o ut o r C ontractor's a nd /o r it s s ubcontra ctor s' all eged fa ilure t o comp ly with th e abo ve r efer e nced Po licy co n ce rnin g a ge di sc riminati o n in th e pcrfi:i rmance o f thi s agreeme nt. 10 . DISABILITY: In accord a nce w ith th e p rovi s ion s o f th e A m eri ca n s Wi th Di sa bili t ies A c t of 1990 ("AD A"), C ontrac to r wa rrants th a t it and an y a nd all of it s s ubcontra ctor s will not unlawl'ull y di scrim in ate on th e bas is of d isa bility in th e p rov is io n of ser vices to th e genera l pub lic, n or in th e a va il a bilit y, term s a nd /or co nditi o n s of e mploym e nt for a p p li ca nts for e mployment w ith , or employees of C ontra c tor or a ny of its s u bco nt ractors . Contract o r w arrants it will Ii.illy comply with ADA's p ro vis io n s a nd a n y o th er app li cab le fe dera l, sta te and loca l laws con cernin g di sability a nd will d e fe nd , ind e mnify a nd h o ld C it y harml ess a ga in st an y cl a im s or a ll ega tions asserted by third parti es or s u bcontrac tors aga in st C ity ari s in g o ut of Contrac tor's and/or its s ubcontractors' alleged failur e to compl y w ith t h e a bove re fe r en ce d laws con cernin g dis a bility di sc rimin a tion in the p erforman ce of thi s a gree m ent. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with C ity of Fort Worth Ordinance No. l 5530, the City of Fort Worth ha s goals for the participation of minority business e nt e rpri ses and women b us in ess e nte rpri ses in C ity contracts. A copy of the Ordinance can be obtain ed from the Oflice of the C ity Secre ta ry. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUB C ONTRACTOR/SUPPLIER UTILIZATION FORM, PRlME C ONTRACTOR WAIV E R F ORM and/or the GOOD FAITH EFF ORT FORM ("with Documentation") and/or th e JOINT VENTURE FORM as appropriate. Th e Documentation must be received by th e managing department no later than 5:00 p.m., five (5) City business days alter the bid opening date. The bidder shall obtain a r eceipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was receive d by the City. Failure to comply shall rende r the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding a ctual work performed by a Minority Business Enterprise (MBE) and/or women bu s iness enterprise (WBE) on the contract and payment thereof. Contrnctor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal , State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12 . FINAL PAYMENT. ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payme nt of the ret ainagc w ill be included with th e final payment a ft e r acceptance of the project as bei n g complete. c. The project sha ll be deemed complete and accepted by th e Ci ty as of the date th e final punch list ha s been compl e ted, as ev idenced by a written statement s igned by the con tractor and the City. cl . T he warranty period s h a ll begin as of"thc date that th e final punch list has been completed. e. Bills Paid Afliclavit a nd Con sent or Surety shall be requi red prior lo fina l payment becoming clue and payable. r. In th e event th at th e Bills P a id Affidavit an d Consent of Surety h ave been delivered to the city a nd there is a dispute r ega rdin g (i) fina l qu a ntiti es, or (ii) liquidated damages, city s hall make a progress payment in the amount that c it y d eems due and payab le. g. In the event ofa di sp ute rega rdin g either final quantiti es or liquid ated damages, th e parties shall a tt empt to resolve the differences within 30 ca le ndar da ys. 09/10/04 4 SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1) BID SECUR ITY: Cashier's check o r an acce ptable bidder's bond payab le to the City of Fort W orth, in an a mount of not less tha n five percent (5 %) of the tota l of the bid sub mitted mu st accompany the bid , an d is subject to forfe it in the event the successful bidd e r fa il s to exec ut e the contract documents w it hin ten (10) days after the contract has been awarded. To be a n acce pt ab le su rely on the b id bond , the s ur e ty must be a uthori ze d to do business in the state of Texas. In add iti o n, the surely must a) ho ld a certificate of author it y fr o m th e United S tates secre ta ry of th e tr easu ry to qu a lify as a sure ty on obligatio ns permitted or req uir ed under federal law; or b) h'ave o btain ed re in s uran ce fo r any liabilit y in excess of $100 ,0 00 from a re in s urer that is authorized and admitted as a rei nsurer in th e state of Texas and i s th e hold er of a certificate of authority from the Un it ed States secretary of the tr easury to qual ify as a s urety on obligations permitted or required under federa l law . Satisfactory p ro of of any such re in s urance sha ll be provided to the City upon req uest . The C ity, in it s sole d isc reti o n, will de ter min e the adequa cy of the pro of required here in . 2) PAYMl~N T, PERFORMANCE AND MAINTENANCE BO N DS: The s ucces sful bidder ente ring into a co ntr ac t for the work wil l be requ ir e d to give th e C it y s ur ety in a s um e qual to th e amo unt of the co ntract awa rd e d . In this connect i o n , the s ucce ss ful bidd e r s h a ll be required to furnish a perfo rmance bo nd an d a p ay ment bond , both in a s um equal t o the amount of the co ntract a warded. The form of th e bond sha ll be as h erein provid e d a nd the surety s hall be acceptable to the City. A ll bonds furnished he reunder shal l meet the requirements of Cha pter 22 53, Texas Governm ent Code. I n order fo r a s uret y to be accep ta bl e to the C ity , the s ure ty must a) hold a certificate of a uthority from th e United St a tes secreta ry of th e treasury to qualify as a s ure ty on obligations p e rmitt ed or req uired und er federal law ; or b) have obtained rein s ur an ce for an y liability in excess of $100,000 from a reinsurer that is authori zed a nd admitted a s a reinsurer in the s tate of Texas and i s th e holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required und er federa l law. Satisfactory proof of any such rein s urance shall b e provided to the City upon re ques t. The City, in its s ole discretion , will determine the adequacy of the proof required h erein. The City will accept no s ureties who are in default or d e linquent on any bonds or who have a n .interest in any litigation against the City . Should any surety on the contrac t be det e rm i ned unsati sfactory a t any tim e by the City, notice will be given to the contractor to that effect and the contractor shall immediate ly provide a new surety satisfactory to the City. If the contract am ount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, so lely for the protection of all claimants 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 Foti Worth . City of Fort Worth, Texas Special Instruction to Bidders -Pavi ng and Dra inage PMO Official Release Date : 12.2 1.2010 Page 1 of9 All contracts shal l req uire a maintenance bond in the a mount of one hundred percent (100%) of the or igin al cont r ac t a m ou nt to guarantee the work fo r a p e riod of two (2) years after the date o f acceptance o f the project from defects in workmansh ip a nd /o r m aterial. 3) LIQUIDATED DAMAGES: The Con tr ac tor's att e ntion is called to Part 1, Item 8, paragraph 8.6, of th e "Genera l Provisions" of the Standard Specifications for Street and Storm Drain Construction of the C ity of Fort Worth, T exas, co ncernin g liquidated damages for la te comp letion of projects. 4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City rese rv es th e right to adopt the mo st a dva ntageous con stru ct ion thereof lo the City or to reject the proposa l. 5) EMPLOYMENT: A ll bidd ers will be required to comply with C ity Ordinance No. 7278 as amended by City Ordinance No . 7400 (Fort Worth City Code Section l 3-A-21 through 13-A-29) prohibiting discrimination in employment practi ces . 6) WAGE RATES: Section 8.8 of the Standard Specification s for Street and Storm Drain Construct ion is deleted and replaced with the following: a) The co nt rac to r shall comply with al l requirements of Chapter 2258, Texas Government Code, including the pay ment of not less th an 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 a re in c luded in these contract documents. b) T he contractor sha ll , for a period of three (3) years following the date of acceptance of the work, maintain records that show l) th e n a me and occupation of each worker employed by the contractor in the construction of the work provided for in this co nt ract; and 2) the actua l per diem wages paid to each worker. These records shall be open at all reasonable hours for in spection by the C ity. The provisions of the specia l 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 paragra phs a) and b) above. cl) 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. a) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 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. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21.201 O Page 2 of9 8) INSURANCE: Within ten (10) days of receipt of noti ce of award of co ntract, the Contractor must provide, alo ng with executed co nt ract documents and appropriate bonds, proof of insurance for Worker's Co mpen sat ion and Co mpreh ens iv e General Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property D amage -$250,000 each occurrence). The City reserves the right to req uest any other insur ance coverage as may be required by each individual project. 9) ADDITIONAL INSURANCE REQUIREMENTS: a) The City , its officers, employees a nd servants sha ll be e nd orsed as an additio na l in s ured on Cont ractor's in s ur ance poli c ies excepting emp loyer's liability insurance coverage under Contractor's workers' compensation ins uranc e policy . b) Cert ificat es of insuran ce shall be delivered to the City of Fort Worth, contract administrator in the respect ive depa rtment as s pecified in th e bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, pri o r to co mmen cement of work on the contracted project. c) Any failure on part of the C it y to req ues t required insurance documentation shall not constitute a wa iver of the insu ra nce re quire me nt s s pecified herein. cl) Each in s ur a nce policy shall be endorsed to provide the C it y a minimum thirty days notic e of ca ncellation, non -ren ewa l, a nd /o r material change in policy terms or coverage. A ten days notice sha ll be acceptable in the event of non-paym e nt of premium. e) In su rers must be authori ze d to do business in th e State of Texas and ha ve a current A.M. Best rating of A: VU or equivalent measu re of financial strength and solvency. t) Dedu c tibl e limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise a pproved by the City . g) Other than worker's compensation insurance, in lieu of traditional insurance, City may consider a ltern a tive coverage or ri sk treatm ent measures through insurance pools or risk retention gro up s. 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 an d any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k) In the course of the project, Contractor shall report, in a timely manner, to City',s officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1) Contractor's liability shall not be limited to the specified amounts of insurance required herein. m) Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Dale: 12 .21.2010 Page 3 of9 10) NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not aw a rd th is c ontract to a non re s ident bidder unless the nonresident's bid is lower than the lowes t bid s u b mitted by a res ponsible Texas resident bidder by the same amount that a Texas res id e nt bidd er w o uld be require d to underbid a nonresident bidder to obtain a compa rable contract in the s ta te in whi c h th e nonres ident's principal place of business is loc a ted. "N onr es id ent bidd e r" mea ns a bidder who se prin c ip a l place of bu s iness is not in this state, but excludes a c o ntracto r who se ultimate parent company or m ajority owner has its principal place of business in this s ta te. "Tex as re s id e nt bidd e r" me a ns a bidd e r whos e princip a l pla ce of business is in this state, and includes a contrac tor whose ultim ate parent company or majority owner has its principal place of business in this s tate . T hi s prov is io n do es not a ppl y if thi s contract involves federal funds. Th e a ppropri ate bl a nk s of the Propos al mu s t be filled out by all nonresident bidders in order for its bid to m ee t s pec ific ati o ns. Th e fa i I ure of a nonres ident contractor to do so wi II automatically disqualify that b idd er. 11) MINORITY AND WOMEN BUSINESS ENTERPIUSES: In a accord with City of Fort Worth Ordinance No. 15530, th e City of Fort Worth has goals for the participation of minority bu s ines s enterprises a nd women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall s ubmit the MB E/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WA IVER 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 la ter 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 neg I igent 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. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21.2010 Page 4 of9 Rev 3-13-09 12) A WARD OF CONTRACT: Contract will be awa rd ed to the lowes t responsive bidder. T he City reserves the ri ght to reject any and/or all bids and waive a ny and /or a ll irregul a rities. No bid may be withd raw n unt il the ex pirat ion o[ nin ety (90) days fr om t he d ate the M/WBE UTILIZATION FORM, PRIME C ON TRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Do c um e nt atio n") as a ppropri ate is rec eived by the City . The award of contract, if m ade, will be within nin ety (90) clays afte r this documentatio n is received, but in no case will th e awa rd be made unt il a ll th e responsibi lit y of the bidde r to wh o m it is proposed to award the contract has been verified. 13) PAYMENT: Th e Contractor will receive full pay ment (minu s retainage) from the City for all work for each pay pe ri od. Pay ment of the re ma inin g amou nt shall be ma de with the final pay ment, and upon accep ta nce of the proj ect. 14 ) ADDENDA : Bidders are responsibl e for o bt ai ning a ll addenda to the contract documents prior to the bid receip t time a nd ack n ow ledgin g them a t the time of bid recei pt. Inform ation regarding the s ta tus of ad de nd a may be o bta in ed on-l in e on C ity's Buzzsaw site or by cont acting the City Project Man ager. Bid s th at do not acknowledge a ll app li ca ble addenda may be rejected as 11011-res Ro nsive . 15) CONTRACTOR COMPLIANCE WITH WOIU<ER'S COMPENSATION LAW: a) Worke rs Compensatio n ln s urance Coverage 1) D efi nition s: Cert a in of coverage ("certificate"). A copy of a ce rtific ate of insurance, a certificate of a uthority 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 th e 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 . Person s providing services on the project ("subcontractor" in §406.096)-includes all persons or entities perfo rming all or p art 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 inc ludes, 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, s uch as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2) 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. City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.2 1.2010 Page 5 of9 3) The Contractor must provide a certificate of coverage to th e governmental entity prior to being award ed the contract. 4) lf the coverage pe ri od shown o n the co ntractor's current certificate of coverage e nds during the dur ation of the project, th e contractor must, prior to the e nd of the coverage period , tile a new cert i ficate of coverage with the governmental entity s howing th at coverage ha s been extended. 5) Th e cont rac tor s hall obtain from each pers on providing services on a proj ect, and provide to th e govern me nt a l entity: a ) a certifi cate of coverage, prior to th a t person beginning work on the proj ect, so the governmental entity will have on file certificates of coverage showing coverage for a ll per sons providing services on th e project; and b) no later th an seven days after receipt by the contractor, a new certificate of coverage s howing extensio n of coverage, if th e coverage period shown on the current certificate of c ov erage ends during the duration of the project. G) Th e contractor s hall ret a in all required certi ficates of coverage for the duration of the project a nd for one year thereafter 7) The contractor shall notify the governmenta l entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should h ave known, of any change that materially affects the provision of coverage of any person providing services on the project. 8) The contractor s hall 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 staling how a person m ay verify coverage a nd report lack of coverage. 9) The contractor shall contractually require each person with whom it contracts to provide services on a project, to: a) 'provide coverage, based on proper reporting on classificat ion codes and payroll amounts a nd filing of any coverage agreements, which 1neets the statutory requirements of Texas labor Code, Section 401.011 (44) fo r all of its employees providing services on the project, for the duration of the project; b) 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; c) 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; d) obtain from each other person with whom it contracts, and provide to the contractor: City of Fort Worth, Texas Special lnslrucllon to Bidders -Paving and Dra inage PMO Official Release Dale: 12 .21 .2010 Page 6 of9 Rev 3-13-09 l) a certificate of coverage, prior to the other person beg inning work on the project; and 2) a new certifi cate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on th e current certificate of coverage ends durin g the duration of the project; e) retai n a ll required cert ifi ca tes of coverage on file fo r the duration of the proj e ct and for one yea r there after. f) notify the governmen ta l en tit y in wiring by certified mail or personal delive ry , within ten ( 10) days after the person knew or should have known, of any change that materially affects th e prov is ion of coverage of any person providing services on the project; and g) co ntra c tually req uire each person with whom it contracts, to perform as required by paragraphs (1) -(7), with th e certificates of coverage to be provided to the person for wh om th ey are providin g serv ices. I 0) By signing this co nt ract o r providing or causing to be provided a certificate of coverage, the con trac tor is representing lo the governmental entity that a ll employees of the contractor who will provide services o n the project will be covered by worker's compensation coverage for the dura tion of the project, that th e coverage will be based on proper reporting of classification codes a nd payro ll a mounts, and that all coverage agreements will be filed with the a ppropri a t e in s ur ance ca rrier or, in the case of a self in s ured, with the commission's Divi s ion of Self-Insurance Regulation . Providing false or misleading info rm ation may subject the contractor to administrative, criminal, civil penalties or other civil action s. 11) The contractor's failure lo comply with any of these provisions is a breach of contract by the contracto r does not remedy the breach within ten days after receipt of notice 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 te xt 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: "REQUlRED 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". City of Fort Worth, Texas Special Instruction to Bidders -Paving and Drain age PMO Official Release Date : 12 .2 1.2010 Page 7 of9 16) NON DISCRIMINATION: The contractor shall not discriminate aga in st a ny person or persons because of sex, race, re li gio n, color, or national origin and s hall comply with the provision s of City Ord in ance 7278, as amend ed by C ity Ordinance 7400 (Fort Worth City C ode Sections 13A-21 th rough 13A-29), prohi bit in g discrimination in employment practices . 17) AGE DISCIUMINATION: ln acco rd a nce with th e policy ("Policy ") of the Executive Branch of the federal governm ent, contractor covenants that neither it nor any o f it s officers, memb ers, agents, or e mplo yees , will engage in performing this contract, sh a ll , in connection with the employment, adva ncement or disc ha rg e of emp loyees or in connection with th e terms, co ndi tion s or privileges of th e ir emp loy m e nt , di scrimin a te again st perso n because of their age except on the bas is of a bon a fide occupational qualification, ret irem en t plan or statutory requirement. Contractor further covena nt s that neith er it nor its officers, members, agents, or employees, or person act in g on th e ir behalf, shall spec ify, in so licitations or adverti sements for employees to work on this Con tract, a maximum age limit for such employment un less the s pecified maximum age limit is bas ed upon a bona fide occupationa l qualification, reti rement plan or s tatutory requirement. Contractor warrants it will fully co mpl y with the Policy and will defend , indemnify and hold C ity harmless against any and all c laims or a lleg ation s assert ed by third parties against City arising out of Co ntracto r's al leged failure to comply wi th the above referenced Policy concerning age discrimination in the performance of thi s Contrac t. 18) D1SCRIM1NAT10N DUE TO D1SAJ3ILITY: In accordance with the provisions of the Americans with Di sabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the bas is of disabi lity in th e provi s ion of services to the genera l public, nor in the avail a bi lity, terms and/or conditions of employment fo r applicants for employment with, or current employees of Contractor. Contractor warrants it wil l full y comply with ADA's provisions and any other applicable federal state and local law s concerning disability and will defend indemnify and hold City h armless against any c laims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above -referenced la ws concerning disability discrimination in the performance o f this Contract. 19) PROGRESSPAYMENTS,FINALPAYMENI',PROJECl'ACCEPTANCEANDWARRANIY: a) The contractor will receive full payment (less retainage) from the city for each pay period . b) Payment of the retainage will be included w ith the fina l 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 fina l 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. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21 .2 010 Page 8 of9 f) In the event that the Bil ls Paid Affidavit and Consent of Surety have been delivered to the city and there is a d is pute regarding I) fina l quantities, or 2) liquid ated damages, c ity s hall ma ke a progress payment in the amount th at c it y deems due a nd payable. g) ln th e event of a d ispute regarding e ither final quantiti es or liquid ated damages, the part ies shall attempt to reso lve t he differ ences w ithin 30 cal e ndar da ys . 20) PREOUALIFICA'110N REQUIREMENTS: A ll con tr acto rs s ubmitting bid s are required to be pr equ a lifi ed by th e Fort W o rth Transportation and Public W orks D epartment prior to subm ittin g bids for pavement co ntrac ts. This prequa lification process will estab li sh a bid limit based on a technical eva lu atio n and financia l a na lysis of th e co ntractor. It is the bidder's re s po nsibi lity to submit the fo ll owing documentat ion : a curr e nt financial statement, a n accepta ble experience re co rd, an acceptab le equ ipment sched ul e as outlined in the PREQUALIFICATION REQUIREMENTS F OR PA VlNG CONTRACTORS most recent vers ion , and a ny other documents the Department m ay deem necessary, to the Director of Tra nspo rt ati o n and Publi c Works at least fourteen (14) calendar d ays prior to th e d ate of the opening of bids. a) The fin ancial statement re quired sh a ll have been compiled by an ind ependent certified pub li c accountant or an independent public acco un ta nt holdin g a va lid permit issued by an appro pri ate State lic ensin g agency and sha ll have bee n so prepa red as to reflect th e fin anci a l status to the su bmitting company. Th is statement must b e current and not more than one ( 1) year old . In the case that a biddi ng date falls within the tim e a new s tatem en t is be ing pre pared, the previo us statement s ha ll be upd a ted with proper verification . b) For an experi ence record to be considered to be acceptable for a given project, it mu st r eflect t he experience of the firm seeking qualific a tion in work of both the same nature and technical leve l as th a t of the proj ect for which bid s a re to be received. c) T he Director of the Tran sportation and Public Works D e partment shall be the sole judge as to the level of project a Contractor is qu a lifi e d to bid based upon a review of the informatio n s ubmitted. cl) The City, at it s sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequa lified bidder shall be returned unop ened, and if in a dve rtently opened, shall not be considered f) The City will attempt to noti fy prospective bidders whose qu alification s (financi al or experience) are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to be recei ved . Failure to notify s hall not be a waiver of any necessary prequalification. g) Any contrac tor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualifica tion for 2 years from th e d ate of having last being qua lified. Re- qualification procedures a re included in the PREQUALIFICA TION REQUIREMENTS FOR PAVING CONTRACTORS docwnent. City of Fort Worth, Texas Special In struction to Bidde rs -Paving and Drainage PMO Offici al Release Date: 12.21.2010 Page 9 of 9 SECTION 3 -MWBE DOCUMENTATION 3.1 SPECIAL INSTRUCTIONS FOR BIDDERS 3.2 SUBCONTRACTOR-SUPPLIER UTILIZATION FORM 3.3 PRIME CONTRACTOR WAIVER FORM 3.4 GOOD FAITH EFFORT FORM 3 .5 JOINT VENTURE FORM - - City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR B IDDERS APPLICATION OF POLICY If the total dollar valu e of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar va lu e of the co nt ract is less than $25,000 , the M/WBE oal is not app li cable . POLICY STATEMENT It is the policy of the City of Fort Worth to ensure th e full and equitable part icipation by Minority and Women Business Enterprises (M/WBE) in the procurement of a ll goods and services to the City on a contractual basis . All requirements and regulatio ns stated in the City's current Minori ty and Women Business Enterprise Ordinance appl y to t his bid . M/WBE PROJECT GOALS The City's M/WBE goa l on this proj ect is 2 1 % of U1e total bid (Base b id app l ies to Parks and Community Services ). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by either of th e following : · 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture . 1. Subcontractor Utilization Form , if goal is received by 5:00 p .m ., five (5) City business days after the bid met or exceeded: opening date, exclusive of th e 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 opening date. stated goal : 3. Good Faith Effort and Subcontractor received by 5 :00 p.m ., five (5) City business days after the bid Utilization Form , if no M/WBE part icipation : opening date , exclusive of the bid opening date. 4. Prime Contractor Waiver Form , if you will rece ived by 5 :00 p.m ., five (5) City business days afte r the bid perform all subcontracting/supplier work : opening date, exclusive of the b id opening 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 COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392 -6104 . Rev. 11/1/05 FORT WORTH ~ PRIME COMPANY N_<\ME: Ir;' -Te e,,h PROJECT NAME: City's M/WBE Project Goal: d---1 % 05 -15 -11 P 1 2 :4 4 !t i ATTACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form Check applicable block to describe prune :M/W/DBE NON-MIWIDBE BIDDATE -q-1/ Prime's MIWBE Project Utili:tation: PROJECT NUMBER J. 3, 5 % oot o 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 unjersign&d Offerer agrees to enter into a formal agreement with the M/VvBE 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 01rrently doing business in the marketplace at the time of bid. Marketplace is the geographic area ofTa:mmt, Parker, Johnson. Collin, Dallas, Denton, Ellis, KaufmmJ. 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 conttactor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is consid..."'Ted 200 tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AW ARD. Certification means those fums, located or doing business at the time of bid opening within the Marketplace, that have b=n detemrined to be bona.fide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (IX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with :Mm.ority/Women Business Enterprise (M!WBE). If banling services are utilized., the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MJWBE may lease trucks from another M/WBE finn., including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-MIWBEs, :i:nclnd:in.g owner-operators~ but will only receive credit for 'the fees and commissions earned by the M/WBE as outlined in the lease rurreem.ent. Rev. 5/30/03 , I ;>'· / I/ r..' , ;-'/ 06-15-11 P12:44 IN / ./ ATTA:::HM:NT 1A ?:ape 2 of~ / 1fORTWORTH ._ .... u ~ ?rim,::s = r.:qmr-..o lo id::ntify ~ SU!Y.:onlnl::t=isuppli=, r.::gmtli:ss oJ stnh!!:, :...::., Minon!)·, Wom=·imo non-MPWB~. -SUBCDNTRACTOR!SUPPLI::R C.omµany Nam~ Addf'>-5.S "Tele.phone/Fax Pl:i:s:: list M/WBE .firms .iI...rs~ = addii.ional sh:-..ts if y,e==ry . i\. r B C,ertl fr-atlon (::heel: one) N C vv "T B R "T "' D D t,/ "O n Ill w B ~tall Subcontra.c1in:g Wori: ~tall Supplles Pu~t:.as~ Dol:ar A.mount --C "T E I LJI . I I I I ~I . I=' I ·· \ Tm (rLok.r; Cl / .5 j I I ... I p O q, 0 K 4 9/, . RO e,k ;)_ '-I' 00(). ~ I J-\~V\ ~p,4o\ eo,f P, o . b rN -Zxi ~ For+ \,Jo,+~, Tx 7611-Lf in -1-01-37&5 tn-~ (,I-:L'~h1-tc,;<,-,4 I /\ X l -=· ;; <1 n" 1. 1 2 o o. a£ .,_ . / r' l k' '1 I l/ (} I O (}0. 9 41-~ \/ I ., ! I \ ,, 1 \ V Pi I X\IJ Ga.h, 'on S .I) CoY>crUO.. ?T ~ e>k-t re$ T.V, :5e~r ..PI ~OJ, 030~ f I (Y}~l?~n:l, fFJ ·HJ, . j I · 3-~ CDva lrcr~r. G,4-r\1}-.-iJ~ If. 15tJ(.t-~ 1-:u ~14-£.ff7-~) 93 II , -{1-1· 1\11 ~ I CJ i 3 9 'I J. a.R-r-. V t'j U.VW/"" , T-e'7f-fnH \ -6x} 7;. -?-7/,-S"?li Gre~n Sopid _ ' j I .'.f 40 t .-lo"'J \ ::_11 l:d,,. V ,')it~· F'o.-·H,.vo~~ I I>' 7tJIS . .;... 1:,/7-t;-77-'1)'111 :,1 -r h)( -jl7-,-n-If 33 / r Co,.h,.cv,., 4 ()),x-\ f o. tox-lt)J;J. 7 Ff L,v1o r-r-L IX ?(ii I 11(1 \ . '7/; W'° ?/L? If D I -I .t.,O -.::::, . j () \ --vi -7-e: J 7•1 I r1.:1r-_:y/-;;-rfL; ~h-,J+-:7..,.-r_f;, {__µ,,{ C -fi/! -' 0 0 W _ / r [, >'r, M(:_,,V"" ; -Vi./l',n"i. ;-,,:: I H,,... I ,f -\Pil I ~,~ I ./"/1 7 -,., a 2. -1v: . l,· c,-')·..., .De.} I (\ t I I I v \/' ' -f 1 , I (ti rt ~, ,, I \\ J S o c,;( \ u' f \ ,~ I µ 7 J ,n rn~ r C, h I \.f. f\f /6_1),.; rn ;-x-Co t1 L -(r) ,x (l,,_p): -i D (f _) 0.!) -(f) \ _;:: I r I'. Ii L r{7cJ --· -I r I \ ;3/0. ~ ./ 3300 ;?{){)_. ~ I ;JRTWOltTH ;---,--- 06 -15 -1 1 P1 2 :4 4 I N ATTACHM::.NT 1 A Page 3 of ~ Primes= :required 10 id::mi.:fy ALL subconttactors/suppl.i.=, :regardless of S1XlllS; i.c_ MiDoriry, WomCIJ and noD.-M!'WBEs. SUBCONTRACTOR/SUPPLIER Company Name A.cldress "Telephone/rax ~1 n~Ld >. !f-?4 _f.ci I + P-.0 . f2 or. 3 o i:v: 0 ,.,, 1 i nJ...O ..... ~,·~,/~-, 21)-ci-b)-313} y~"',, Bi 7--;;.f;7-ri7c Please lisr M/WB:E. :fums fust. use additional sh=ts if necessary . (c:heck ·one) ~c ·, I Certffic::a:tio n ,t \r ,,; : N T . Detail De~.! I .( . c x ')); Subc:ontraciing Work . Supplies Purchased e M W T D -':V' r !! ~~~(i A ' . 'v /\ v I\ X fr; ( t W 7 ~o_b r fsuj i (Y),y Co J1?l ~ C £J n C r-"v't:e f re. -Ca:S+, Donar A.mount I · K e v. 5 /3Dil!3 I I I V FORTWORTH -.,..--06-15-11 P12:44 IN ATTACHM:.NT 1A 'Page 2 or 4 Prim:s im: -required. lo identify~ subcontn.clorn/suppli=, n:gardless o,f sto.tus; i.e., Minority, Women end non-M/WBE.s. Please list M/WBE firms first, use additional sheets if necessary. -Certlficatlon 1 SUBCONTRACTOR/SUPPLIER Company·Name Adtiress Telephone/Fax T I ~ M (c:heck one) N C w T I ~ T X M p w .. Detail Subcontracting Work . . . . .• ·.· . ···1·. . Detall . . Suppll~--Pureh=~ ,1 Donar Amount·. r B B R 0 B E E C T E A' "--I I f.-) D -5.A pp/vi I I I f'i i ~ k 1; ~ .lfl,i,-T".-~ f "' f; ,P-7 M lo • n 11 ~7-59~-o~so '· !.J01 JOO~ ~ z, 7-<;di--o ,7q . . . :f/~,'"''1'~ /:,w~e,, /J;or,,·wle '>. · · I I 3 7<?5 f_ J5J I FQ ,+ Wor-lh I I)( 7 {,J / / ,41r "jl7-53~-313'1 b{ 7-g31-7171-HJ"' m c.C-4, '"'~ o,, C-rJ 11 ?t . p,Q, hox qqq ~ ~ ... It, ~ol) i Tx 760i7 !;"' 817 -rl-9b-Oi:::16 l ' f(L cLrQr-'1 Q ,' I ;.p {~ P.O. 8>CJ)( 71111 h)r 1 kfprfh J !'X ~ 11-,6JI:, • 40~1 Fox -$0-6J6-lt0o). ~ lX X" Concr<.M f<!v•~ .,, $ ic, b; j ,{ 2t,/-,9¥?. ~rr ,' t-a de~ F~ ;g500: ~ / 7~-, I;; 7-0!!. l-. JO, ooo Pt-l I ~"'" ~,-:r.n1n-:> FORT WORTH ~ 06 -15-1 1 P1 2 :45 I N ATTACHMENT 1A Page 4 of 4 - Total Dollar Amount ofM/WBE Subcomractors/Suppliers $ ;}2/, LJ38 -0 ~ oo Total Dollar AmolIIIt of Non-M/WBE Subcontractors/Suppliers $ 60), o 70. - TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ ,g~g. ~o ~. 0/:_ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of 1he Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval o Change/Addition. Any unjnsti:fied change or deletion shall be a material breach of contract and may resnh in debann.ent in accord with lb.e procedures outlined in lb.e ordinance. The contractor shall submit a detailed explan.a:rion of how lb.e requested change/addition or deletion will affect lb.e committed M/WBE goal If the detail explanation is not submitted, it will affect lb.e final compliance determination. By affixing a signature to th.is form, the Off eror further agrees to provide, directly to the Citr upon request, complete and accurdt e information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted wilb. lb.e bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by 1heir company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/comractors participating on lb.e contract that will substantiate the actual work perl'onned by the M/W/DBE(s) on this comract, by an authorized officer or employee oflb.e City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or. debannent 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 resuh in a determination of an mesponsiole Offerer and barred from participating in City work for a period of time not less than one (1) y ear. Printed Signature / Title Contact Nameffrtie (if different) Company Name Telephone and/or Fax Address E-mail Address / 26010 6--14-1/ City/State/Zip I Date Rev . 5/30/03 C ity of Fort Worth Project Manager: C had Simmo ns, P.E. Project D RA INAGE , PAV ING , WAT ER AND SAN IT ARY IMPROVEMENTS FOR W EST CREE K DRIVE Un it/Secti on : UNIT I; WATER IMPROVEMENTS Date C ity Project# Your Ve ndor Num ber Your Company Na me Bid Items Sub Group Street-Pavina Street-Pavina Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distribution Water-Distri bution Water-D istribution Water-Distribution Water-D istribution Water-Distribution Water-Distribution Water-Distribution Sewer-Collection TPW No . P228-541200-20328006308 3 Wate r No . P253-541 200-6031 7006 308 3 Sewe r No. P258 -541200 -703 1700 6308 3 00630 CPMS Record Nu mbe r Ma te rial Pavement-2 Inch HMAC on 6 Inch Flex Base- BID-00442 Asohalt Temoorarv -Install Pavement-2 Inch Min HMAC on 2/27 Concrete Base - BID-00443 Asohalt Install 810-00546 Iron Fire Hvdrant -Install 810 -00547 ServiceCS Fi re Hydrant -Remove 810-00567 ServiceCS Pipe -Remove 810-00220 Iron PiPe Fittina -Install BID-00550 Polvethvlene Meter Box-Class A -Install 810-00588 PVC Pipe-Pressure-10 Inch (PVC\ -Install 810-00589 Iron Pipe-Pressure-10 Inch (Ductile Iron) -In stall BID-00590 Iron Pipe-Pressure-12 Inch (Ductile Iron ) -Install 810-00616 PVC Pipe-Pressure-6 Inch (PVC ) -Install 810-00617 Iron Pipe-Pressure-8 Inch (Ductile Iron) -Install 810-00618 PVC Pipe-Pressure-8 Inch (PVC) -Install 810-00715 Iron Valve-10 Inch-Gate Valve w/Box -Install 810-00745 Iron Valve-6 Inch-Gate Valve w/Box -Install B ID-00749 Iron Valve-8 Inch-Gate Valve w/Box -Install 810-00758 Copper Water Service-1 Inch -Install 8 10-00762 Assemblv Water Service-1 Inch-Tao to Main -Install 810-00372 ServiceCS Trench Safety System 5 Foot Depth -Install Unit of Your Unit Measu re Quan tity Price SF 2697 $3 .00 SF 92 $9 .00 EA 1 $2 ,500 .00 EA 1 $200 .00 LF 400 $4 .00 TON 2.6 $4 ,000 .00 EA 1 $100 .00 LF 359 $60 .00 LF 80 $65 .00 LF 11 $68 .00 LF 18 $51 .00 LF 101 $58 .00 LF 227 $54 .00 EA 3 $1 ,400 .00 EA 2 $7 00 .00 EA 4 $1 ,000 .00 LF 42 $20 .00 EA 1 $550 .00 LF 159 $1 .00 Total Bid Th is Unit Your B id $8 ,091 .00 $828 .00 $2 ,500 .00 $200.00 $1 600.00 $10,400 .00 $100 .00 $21 540 .00 $5 ,200.00 $748 .00 $918 .00 $5 ,858 .00 $12 ,258 .00 $4 ,200 .00 $1,400.00 $4 ,000 .00 $840 .00 $550 .00 $159 .00 $81 ,390 .00 • City of Fort Worth PrnJect Manager: Chad Simmons, P.E. Project DRAINAGE , PAVING , WATER AND SANITARY IMPROVEMENTS FOR WESTCREEK DRIVE Un it/Section : Date City Project # Your Vendor Number Your Company Name Bid Items Sub Group Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer -Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Colleclion Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer-Collection Sewer -Collection Sewer-Collection Sewer-Collection Street-Pavina Street-Pavina Street-Pavina Water-Distribution UNIT II ; SEWER IMPROVEMENTS TPW No. P228-541200-203280063083 Water No. P253-541200-603170063083 Sew er No. P258-54 1200-70317006308 3 00630 CPMS Record Number Material BID-00 198 Concrete Collar-Manhole-32 Inch-Frame & Cover -Install BID-00201 ServiceCS lnsoection-Post Construction Cieaninn & TV -Sludv BID-00202 ServiceCS lnsoection-Preconstruction Cieanina & TV -Studv BID-00206 ServiceCS Manhole -Remove BID-00207 Concrete Manhole-Droo-Std 4 Ft Diam-<to 6 Ft deoth) -Install Manhole-Drop-Std 4 Ft Diam-Added Deplh (over 6 Ft Deplh) - BID-00208 Concrele lnslall BID-00211 ServiceCS Manhole-Pa in! & Coatinn-lnterior Prolective Coatinn -Install BID-00213 Concrete Manhole-Sid 4 Fl Diam-(to 6 Ft Deothl -Install BID-00214 Concrete Manhole-Sid 4 Fl Diam-Added Deoth /over 6 Ft Deoth ) -Install BID-00217 ServiceCS Manhole-Vacuum Test -Services BID-00218 Other Manhole-Watertioht In sert -Install BID-00268 PVC Pioe-Sewer-15 lnch-SDR35 /All Deaths\ -Install BID-00332 Iron Pioe-Sewer-8 Inch /All Denths \ -Install BID-00351 PVC Pioe-Sewer-8 lnch-SDR35 /All Deoths) -Install BID-00354 PVC Sewer Service-4 Inch -Install BID-00355 Other Sewer Service-4 In ch Service Tan -Install BID-00356 PVC Sewer Service-4 lnch-2 Wav Clean Out -Install BID-00372 ServiceCS Trench Safetv Svstem 5 Foot Death -Install BID-00849 ServiceC S Manhole-Adiustment -Services Pavement-2 Inch HMAC on 6 In ch Flex Base-Temporary - B ID-00442 Asnhait Install 810-0044 3 Asoha lt Pavement-2 Inch Min HMAC on 2/27 Concrete Ba se -Install BID-011 74 Cement Fill Material-Cement Stabilized Backfill -Insta ll BID-00567 ServiceCS Pioe -Remove Unit of Your Unit Me asure Quantity Price EA 2 $400.00 LF 735 $1 .50 LF 735 $2 .00 EA 2 $400.00 EA 1 $3 500.00 VF 3 $100.00 VF 9 $160.00 EA 5 $2 000.00 VF 8 $100.00 EA 6 $100.00 EA 6 $100 .00 LF 658 $55.00 LF 35 $66.00 LF 77 $41 .00 LF 40 $26.00 EA 6 $700 .00 EA 6 $150 .00 LF 735 $1 .00 EA 2 $1 000.00 SF 850 $3.00 SF 2069 $7.00 TON 3 $50.00 LF 695 $4 .00 Total Bid Th is Un it Your Bid $BOO .OD $1 ,102.50 $1 470.00 $800.00 $3 ,500.00 $300 .00 $1 440 .00 $10 000.00 $BOO .OD $600 .00 $600 .00 $36 ,190.00 $2 ,3 10.00 $3 157.00 $1 040.00 $4 200.00 $900.00 $735 .00 $2 000.00 $2 ,550 .00 $14 483 .00 $150 .00 $2 .780.00 $91 ,907.50 • City of Fort Worth P,ojeotM ana ge,c Chad Simmons, P.E. Project DRAINAGE , PAVING , WATER AND SANITARY IMPROVEMENTS FOR WESTCREEK DRIVE Unit/Section: Date UNIT Ill; PAVING & DRAINAGE IMPROVEMENTS. TPW No. P228-541 200-203280063083 Water No . P253-541200~03170063083 Sewe r No. P 258-541200-703170063083 City Project # 00630 rour Vendor Number our Company Name Bid Items CPMS Record Sub Group Number Material Dra in aae -Maior BID-00065 ServiceCS Channel-Unclassified Excavat ion -Rem ove Drainaae-Ma ·or BID-00067 Other Erosion Cont rol-Ga bio n Basket -Install Drainaoe-Ma ·or BID-00068 Other Ero sion Control-Mattress -Install Drainaoe-Ma ·or BID-00069 Concrete Headwall -Install Drainaoe-Maior BID-00070 ServiceCS Hea dwa ll -Remove Drainaae-Maior BI0-00080 ServiceCS Pioe -Remove Drai naae-M aior BID-00082 Concrete Pioe-24 Inch-CL Il l -Install Orainaae-Ma ·or BID-00083 Concrete Pi oe-30 Inch-CL Ill -Install Drainaae-Ma ·or BID-00089 Concrete Pi oe-60 Inch-CL Ill -Install Drainaoe-Ma ior BID-00092 Concrete Ri o-Ra o -Install 15" -TxDOT Headwall\ Storm Water Pollution Prevention Plan > Tha n 1 Ac Drainaoe-Maior BI D-00100 ServiceCS SWPPP -Install Drainao e-Maior BI0-0010 1 ServiceCS Unclassified Trench Excavation & Backfill -Install Drainaae-Ma ior BID-00855 Concrete Box Culvert -10 Ft x 5 Ft -Install Drainaoe-Maior NA Concrete 24"x24" Eaualizer in 10'x5' Box Culvert Draina oe-Minor BI0-00108 Concrete lnlet-lnline-20 Ft - Inst all General-Common BID-00124 ServiceCS Mobilization -Services Land-Grass BI0-00134 Veaetation Grass-Hvdromulch Seedina -Install Land-Soil BID-00147 Soil Toosoil -Install ("PRE-BID ITEM"l Park-Site BI D-00181 ServiceCS Traffic Control -Install Sewer-Collection BID-00372 ServiceCS Trench Safetv Svstem 5 Foot Death -Install Sewer-Collection BID-00849 ServiceCS Manhole-Adju stment -Services ("PRE-BID ITEM") Street-Parkwav BID-00402 ServiceCS Orivewav -Remove Street-Parkwav BID-00404 Concrete Orivewav-6 Inch -Inst all Street-Parkwav BID-004 14 ServiceCS Utility Ad justment -Repair ("PRE-BID IT EM") Street-Pavina BID-0041 1 Concrete Retaini na W all -Insta ll Street-Pavina BID-00424 ServiceCS Curb & Gutter -Remove Pavement -Non-Green Cement -Install Street-Pavina BID-00429 Concrete 1(6" Deothl Pavement-2 Inch M in HMAC on 2/27 Concrete Base - Street-Pavina BID-0044 3 Asohalt Install Street-Pavina BID-00471 As ohalt Pa vement-Transition-Min 6 Inch HM AC -Install Street-Pavina BID-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove Street-Pa vina BID-00495 Other Subarade-Flexbase -Install Street-Pavina BID-00496 Lime Lime for Stabilization -Install Street-Pavina BI D-00843 Concrete Cu rb • 7 Inch - Install Stre et-Pavina BI D-00844 Concrete Curb-Curb & Gutter as di rected bv Inspector -Replace T raffic-Sien BID-00504 Steel Si an-Proiect Desionation - Inst all (·PRE-BID ITEM·) Walkwav-Sidewalk BID-00528 Concrete Walk -Install Walkwav-Sidewalk BID-00529 ServiceCS Walk -Remove Water-Distribution BID-00847 ServiceCS Va lve Box-Ad iustment -Services c·PRE-BID ITEM ·) Water-Distri bution BID-00848 ServiceCS Meter Box-Ad justment -Services <·PRE-BID ITEM·) Land-Grass BID-00137 Vea etation Grass-Sod -Install Park-Site BID-00185 ServiceCS Tree Removal -Remove Street-Pavi ng BID-00498 Lime Su bgrade-Lim e Stabilized-30 lbs/sy -Install (6-INC H) Unit of Your Unit Measure Q uantity Price CY 750 $21 .00 CY 140 $2 4 1.00 CY 360 $249.00 CY 76 $589.00 LS 1 $800.00 LF 268 $8.00 LF 170 $60.00 LF 200 $70.00 LF 24 $160.00 CY 4 .5 $308.00 LS 1 $3 000.00 CY 1326 $15.00 LF 1259 $400.00 EA 12 $700.00 EA 7 $4 550.00 LS 1 $34 000.00 SY 1700 $2 .00 CY 250 s 1e ,oo LS 1 $9 000.00 LF 1653 $1 .00 ' EA 4 ,$400 ,00 SF 1331 $1 .00 SF 1331 $6 .00 LS 1 . s10 ooo.tio CY 5 $530.00 LF 1481 $1.00 SY 3666 $30.00 SF 425 $7 .00 TON 17 $200.00 CY 602 $20.00 SY 135 $6 .00 TON 40 $150.00 LF 1394 $3 .00 LF 100 $20.00 ' ' EA 2 $350,00 SF 37 $5.00 SF 37 $1.00 EA 9 ·s'loo,oo · EA 2 $35:oci SY 1700 $5.00 LS 1 $2 500.00 SY 3720 $2 .00 Total Bid This Unit Your Bid $15 750.00 $33 740.00 $89 640.00 $44 764 .00 $800.00 $2 144 .00 $10 200.00 $1 4 000.00 $3 840.00 $1 386.00 $3 000.00 $19 890.00 $503 600.00 $8 400.00 $31 850.00 $34 000.00 $3 400.00 $4 000.00 $9 000.00 $1 653.00 $1 600.00 S1 331 .00 $7 986.00 $10 000.00 $2 650.00 $1 481 .00 $109 980.00 $2 975.00 $3 400 .00 $12 040.00 $810.00 $6 000.00 $4 182 .00 $2 000.00 $700.00 $185.00 $37 .00 $2 700 .00 $70 .00 $8 500 .00 $2 500 .00 $7 ,440 .00 $1 ,023 ,624.00 BASE BIDS FINAL BID SUMMARY UINT I -WATER IMPROVEMENTS UNIT II -SEWER IMPROVEMENTS UNIT Ill -PAVING & DRAINAGE IMPROVEMENTS TOT AL BASE BID $ $ $ $ 81 ,390 .00 91 ,907.50 1,023 ,624.00 1,196 ,921 .50 Within ten (10) day s after notification by the City of Fort Worth , the undersigned will execute the fonnal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents , for the faithfu l perfonnance 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 furni s hed at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assured that its employees and applicants for employment and those of 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 tenns 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 one hundred sixty eight (168) calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) 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 re s ident 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 o parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. I : / Addendum No. 2:./ Addendum No. 3:.1 Addendum No. 4: .I Addendum No. 5: Addendum No. 6: Respect By: Title: Company: Address : Date: ;m7ffiA /M~- T,t, ,' _...,et!~ ~ o"""' t; ill" "' ,'tJ~ ,7~. I, ~ () ;-o vi eve I) ,l , 'v -e S 7,~~() /c. ~W,vt'J ,1l(' I Ti:.Y ,f (p-f,1/ VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident 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) D The principal place of business of our company is in the State of a. Nomesident 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. Nomesident 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. BIDDER: n h, By : ~ {,M,{. Title : / ,u 7, Company: 'f vi, -,eel.. ~ 0W'7T "'"' ..,.../o~ ,:r.JI/~. Address: (, '70 t&t,Ve ff I) ,l/'v-( -r ff 'flt S 7 b06 O /ctvVWf l)lrW I I ..,, Date: [p -9-·'/ ( THIS FORM MUST BE RETURNED WITH YOUR QUOTATION PRE-QUALIFIED SUB-CONTRACTOR LIST SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Working Work Telephone/Fax ' (' 0 l frc"),J ff-~ f t;, f 11-v /w& ?Ttt~,'~ "'? WJtttv-:l«I~. C&J()~-l>.o. ~ '{ i '1 ~j () f ltV ,w l,. .; ,4-t, ,'Iv~. TX 7~/79 . ti A-'f f) ew C A I 'lr,ll M. D i,,. ,\.vlt-, • s &>A-~; ()W ~ P.o.boy B3'S' J PIW,'wb fD,<,T tvo tt "1, , y 7 '1 f 1({ 5 711. w ~ ru tlJ S ,., SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 PART C -GENERAL CONDITIONS (WATER-SEWER) 5.2 SUPPLEMENTARY CONDITIONS TO PART C (WATER-SEWER) 5.3 PART D-SPECIAL CONDITIONS (WATER-SEWER) 5.4 PART DA -ADDITIONAL SPECIAL CONDITIONS (WATER-SEWER) 5.5 PART E -SPECIFICATIONS 5.6 SPECIAL PROVISIONS (PAVING-DRAINAGE) 5.7 WAGE RATES 5.8 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C-GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl -1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl -1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl -I (3) Sureties Cl-1 (4) The Work or Project Cl-1 (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl-1 (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 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) 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) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 A WARD AND EXECUTION OF DOCUMENTS: C3-3.l Consideration of Proposals C3-3(1) C3-3 .2 Minority Business Enterprise/Women Business C3-3 (l) 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) C3-3 .7 Bonds C3-3 (2) C3-3 .8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.ll 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.l 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 C5-5.l Authority of Engineer CS-5 (1) C5-5.2 Conformity with Plans CS-5 (1) -C5-5.3 Coordination of Contract Documents CS-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) CS-5 .5 Emergency and/or Rectification Work C5 -5 (2) CS-5.6 Field Office CS-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 C5-5.9 C5 -5 .10 C5-5.1 J C5-5.12 C5 -5 .13 C5 -5.14 C5-5.15 CS-5.16 CS -5.17 CS-5.18 C6-6 C6-6.1 C6-6.2 C6-6.3 C6 -6.4 C6-6.5 C6-6.6 C6-6.7 C6-6.8 C6 -6 .9 C6-6.10 C6.6.11 C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6 -6.18 C6-6.19 C6-6.20 C6-6.21 C7 -7 C7-7.l C7 -7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City Inspector Inspection Removal of Defective and Unauthorized Work Substitute Material s or E quipm en t Sampl es and T es ts of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up F inal Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Ob se rved Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets, Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Flagmen Use of Explosives, Drop Weight, Etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, Etc. Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by the City Use of a Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Official~ State Sales Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C5-5 (3) C5-5 (4) C5-5 (4) CS-5 (4) CS-5 (5) C5 -5 (5) CS-5 (5) C5-5 (6) CS -5 (7) CS-5 (7) CS-5 (8) C6-6 (I) C6-6 (1) C6-6 (1) C6-6 (]) C6-6 (2) C6 -6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6 -6 (5) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6 -6 (10) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7-7 (3) C7 -7.9 Delays C7-7 (4) C7-7 .10 Time of Completion C7-7 (4) C7-7.J I Suspension by Court Order C7-7(5) C7-7.12 Temporary Suspension C7-7(5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) ... C7 -7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.l 7 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.I Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) -C8-8.5 Partial Estimates and Retainage CS-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance CS-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) CS-8.10 General Guaranty C8-8 (4) -C8-8. l l Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) CS-8.13 Record Documents C8-8 (4) - - (4) PART C -GENE RAL CONDITTONS Cl-1 DEFINITIONS SECTION C 1-1 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-l.2 CONTRACT DOCUMENTS: The Contract Documen ts are in all of the written and drawn documents, such as specifications, bonds , addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A-NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PARTD -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) (Sample) (Sample) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue White White 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) - C l -1.3 NOTICE TO BIDDERS: All of the le g al publications either actually published in public adverti sing m e diums or furni shed direct to interested parties pertaining to the work conte mplated und er the Contract Documents constitutes the notice to bidders . C l -1.4 PROPOS AL: The c ompleted written and signed offer or tender of a bidder to p e rform the work whi c h th e Owne r des ires to hav e done , together with the bid security, co nstitutes th e Proposal, which becomes binding upon the Bidder when it is officially rec e iv ed by th e Owne r , has been publicly opened and re ad and not rejected by the Owner. C l -1.5 BIDDE R : An y person , pers ons, firm , partnership, company, as sociation , c orporation, ac tin g directly or throu g h a duly authorized representative, s ubmitting a pro posal for pe rfo rmin g the work contemplated under the Contract Documents, c on stitutes a bidder. C l -1.6 G E N E R AL C ONDITIONS: The General Conditions are the usual construction and contrac t re quirem e nts which gov e rn the performance of the work so that it will be c arri e d on in accordance with th e customary procedure, the local statutes, and re q ui re m e n ts of th e Ci ty of F ort Worth's charter and promulgated ordinances. Whe ne ver there may be a conflict between the General Conditions and the Special Conditions, th e latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are ne cess ary for the particular project covered by the Cont ract 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 th e Contractor and Owner should have in order to gain a thorough knowledge of the proj e ct. Cl -1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a . b. C. d. C2-2.6) Performance Bond (see paragraph C3-3 .7) Payment Bond (see paragraph C3-3 .7) Maintenance Bond (see paragraph C3-3 .7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) Cl-] .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. Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, d imens ion 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. CJ-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) - - directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein . Cl -1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p .m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: l. 2. 3. 4. 5. 6 . 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, 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-I (4) AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second JAW 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 supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. 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 surface: 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) • - - - Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (6) SECTION C -GENERAL COND1TJONS C2-2 INTERPR ETATIO N AND PRE PA RATION OF P ROP O SAL SE CTION C 2-2 INTERPRET ATION AND P R E P ARA T IO N OF PROPOS AL C2-2. l PROPOSAL F ORM: T he Own e r will furni sh bidd e rs w ith Proposa l fo rm , w hi ch will contain a n it e mi zed li s t of th e ite m s of w o rk to be d o ne o r m ate ri a ls t o be furni sh e d and upon whi c h bid pri ces a re req uested. T h e Pro posa l fo rm will state t he B idd e r 's ge ne ral unders tandin g of t he proj ect to be c ompl e te d, provide a space fo r furni shin g th e amount of bid security, and sta te th e b as is for e n te rin g into a form a l contract. T he Owne r will furni s h form s for th e Bidder's "Ex pe ri e nc e R eco rd ," "Equipm e nt Sche dul e," and "Financi a l S ta te m e nt," a ll of whi ch mu st be prope rl y execu te d and ril ed w i th t he Director of th e C ity Wate r De partm e nt o ne week pri o r to th e ho ur fo r o pe nin g of bid s. T he finan c ia l state me n t re quire d s ha ll ha ve been prep a re d b y an ind epend ent certifi e d public accounta nt or an ind e pe nd en t publi c acco unta nt ho ldin g a va l id p e rmit iss ue d by an appropriate s tate licen si ng agency , a nd sh all h a ve b ee n so pr e pare d as to re fl ect th e c urre nt financial sta tu s . T hi s state m e nt mu st be c urre nt a nd no more th a n o ne (I ) year old . In th e case that bidding d ate fall s within th e tim e a new s ta te me n t i s be in g pre p a re d , t he previous sta teme nt shall be update d by prope r ve rifi cati on. Liquid assets in th e a moun t of te n (10) perc e nt o f th e e s timate d proj ec t co st will be re quire d . For an experience re cord to be con s idered to be acceptabl e for a g iv e n project, it must reflect th e e xperie nc e of th e firm seekin g qu a li fica tion in wo rk of both th e sam e n a ture and m ag nitude as that of the proj ect for which bids are to be received , and such expe rience must have bee n compl ete d not more than fi ve (5) yea rs prior to th e date on which Bids are to be receiv e d. The Director of th e W at e r D e p artme nt s hall be sol e judge a s to the acceptability of e xperience for qu alification to bid on any F ort Worth Water Departme nt proj e ct. The pro s pective bidder shall schedul e the equipment h e h as av ail a bl e for the proj ect and state that he will re nt such additional equipment as may b e required to complete th e proj ect on which he s ubmits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantiti es of work and materials to be furni shed as may be listed in th e proposal form s or other p a rts of the Contract Documents will be considered as approxim ate 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 mate rials furni shed in strict acc ordance with the Contract Documents and Plans. The quantitie s of work to be p erformed a nd materials to be furnished may be increased or decreased as hereinaf ter provide d, without in any way invalidating the unit prices bid or any other require ments of th e 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 indic,ited 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 a uth orizing agents or ot hers to sign proposa l must be properly certifi ed and must be in writing and s ubmitted with the proposal. C2-2.5 REJECTION O F PROPOSALS : Proposals may be rejecte d if they s how any alteration of words or figures, add iti ons not ca ll ed for, con diti ona l o r uncalled for alternate bid s, eras ur es, or irregularities of a ny kind , or conta in unb a lan ced value of any item s . Proposa l tend ere d or delivered after the offic ial time designated for receipt of proposal shall be return e d to the Biclcl er unopened. C2-2.6 BID SECURITY: No proposal will be considered unl ess it is accompanied by a "Proposal Security" of the character and the amount indi cated in the "Notice to Bidders" and the "Proposal." The Bid Security is re quired by the Owner as ev id e nc e of goo d faith on the part of th e Bidder, and b y way of a g uaran ty that if awarded th e co ntract, the Bidder will within the required t ime exec ut e a formal contract and furnish the re quired pe rforman ce and other bonds. The bid sec urity of' the three lowest bidders will be reta in ed until the contract is award e d or other disposition is made thereof. T he bid sec urity of all other bidde rs may be ret urn e d promptly afte r th e canvass of' bids. C2-2.7 DELIVERY OF PROPOSAL: No propo sa l will be co n sid e red unl ess it i s delivered, accompanied by its prope r Bid Security, to the City Manager or his representative in the official place of bu s ine ss as set forth in the "Notice to Bidders." It i s the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal wa s dispatched will not be considered. The Bidder must have the proposal actually de livered. Each propo sal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and th e name or de sc ription 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 th e 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. C2-2.1 l 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, equiprnent schedule, and such inquiries as the Owner may see fit to maky. Uncompleted work which,_in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the opening of p'roposals the following: 1. 2. 3. Financial Statement showing the financial c;ondition of the bidder as specified in Part "A" -Special Instructions 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. 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) PA R T C -GENER AL CO NDITI ONS C3 -3 AW ARD AND EXECUTIO N OF DOCUM ENTS SECTION C3 -3 A WARD AN D EXECUTIO N O F DO CU MEN T S: C 3-3.1 C ON SID ERA TION OF PROPOS ALS : Afte r proposa ls ha ve been op e ne d and re ad aloud , th e propo sa ls wiJI be ta bul ated o n the bas is o f th e qu oted pri ces, th e quantiti es sh own in the propo sal, and th e appli c a t ion of s uch formula s o r oth e r m e th od s of brin gin g item s to a common bas is as m ay b e es t a bli shed in th e Co nt rac t D oc um e nt s . T he total obta in e d by ta kin g th e s um of th e produ cts of th e uni t pri ces quoted a nd th e es tima te d quantiti es plu s a ny lump s um it e ms an d s uch oth er qu oted a mounts a s may e nt e r into th e c o st of th e co mpl eted p roject w ill be co ns id e re d as the a moun t o f th e bid. Until th e ward of th e c ontrac t is m ade by th e Own er , th e ri gh t will be rese rv e d to r ej ect a ny or all proposa ls and wa ive te clrnic a liti es, to re-adv e rti se for ne w propo sal s, or to proc eed with th e work in a ny mann er as ma y be co ns id e re d for the b es t int e rest o f th e Owner. C3 -3.2 MINORITY BUSINE SS ENTE RPRISE/WOME N -OWNED BUSINESS ENTERPRISE COMPLIANCE: Contrac tor ag rees to provid e to Owner, upon requ e st , complete and accurate information reg ardin g ac tual work perform ed by a Minority Business Enterprise (MBE) and/or a Woman-owned Busin e s s E nterprise (WBE) on the contract and the paym e nt th ere for. Contractor furth er ag rees, upon requ es t by the Owner, to allow and audit and/or an examination of any books , record s , or files in the pos session of the Contractor that will sub s tantiate the ac tual work performed by an MWE or WB E . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate f e d e ral , state or local law s and ordinances relating to fals e statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Own e r 's discre tion for biddin g on future Contracts with th e Owner for a p e riod of time of not less than s ix (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 provide d as sistance 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 wi thdrawn by the Bidder within forty-five (45 ) days after the date on which the proposals were opened. C3-3 (1) - - liiiill - C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an awm·d be made until after investigations have been made as to the responsibility of the proposed awardee . The award of the contract, if award is made; will be to the lowest and -best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. 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 c;ontract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated a.re accomplished and final payment is made on the project by the City. b. C. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) cl . 5 160 , Re vised Civi l Statutes or Tex a s, 1925 , a s amended by Ho use B i ll 344, Acts 56 111 Le gis lature, Reg ular S e ss ion , 1959 , effect ive Apri l 27, 1959 , a nd/or Lh e latest ve rs ion thereof, s u pp lying l abo r a nd m ate ri a ls in th e p rosec ut ion of t he wo rk prov ided for in the con tract be ing con s tru c te d und e r th es e s pe cification s . Payme nt Bond s hall r e main in fo rce until a ll pay ments as above stip ul ate d a re m ade . OTJ-l E R BONDS: S uc h other bonds as m ay be re quire d by these Contract Doc um e nts s ha ll be fu rni s hed by the Contrac t or . No s ur et ies w ill be accep te d by the Ow ner w h ic h a re at th e li me in d efaul t or deli nqu e nt o n a ny bo nd s o r w hi c h are inte rested in a ny li tigation aga in st th e Ow ner. A ll b o nds s h a ll be m ad e on th e fo rm s furni sh e d by the Ow ne r a nd s ha ll b e exec ute d b y an a pprove d surety compa ny do in g b us in ess in th e C ity o f Fort Wo rt h , Texas, a nd w hi ch is acce p tabl e to th e Own e r . In o rd e r to be acceptab le, the na m e or th e su rety s h a ll b e inc lud ed o n the c urre nt U.S. T r eas ury li s t o f acce ptab le sure t ies , a nd the a m o unt o f bo nd writle n by a ny o ne accepta bl e comp a ny s h a ll no t exceed th e a mo un t s h ow n o ri th e T reas ur y li st fo r th at co mp an y. Each bo nd s h a ll be prop e rl y ex ec ute d by both the C ontrac tor and S urety Compa ny. S hould any sure ly o n th e co ntra ct be d etermin ed unsatisfa c tory at a ny t ime by t he Owne r, notice will b e giv e n th e Con tractor to that effect and th e Contractor s hall imme diately prov id e a ne w s urety s ati sfac tory to the Owne r. No payme n t w ill be made und e r th e contract until the ne w s ure ty or s ure ti es , as require d , hav e qu a lified and have been acce pted by the Owner. The contract s hall not b e operative nor will any payments be clue or p a id until approv a l of th e bond s by th e Owne r. C 3 -3 .8 EX E CUT ION OF CONTRAC T : Wit hin te n (10) days afte r th e Owner ha s a ppropri ate reso lution, or oth e rwi se, a w ard e d the c ontrac t , th e Contractor sh a ll e xe cute a n9 fil e with th e Owne r, th e Contrac t a nd s uch bond s as m ay be re quire d in th e Contrac t Docume nts . No Contract s h all be binding upon th e Owner until it has been attes te d by the City Secretary, approved as to form and le gality by the City Attorn e y, and executed for the Owner by e ithe r th e Mayor or City Manage r. C3 -3 .9 FAILURE TO EXECUTE CONTRACT: The failure of the Awarclee to execute the required bond or bonds or to s ig n th e require d contract within ten (10) cl ays after the contrac t is awarded shall be considered by th e owner as an ab andonment of his proposal, and the owner may annual the Award. By reason of the unce1tainty of the market prices of material and labor, and it being impracticable and difficult to accurately d e termine the amount of damage s occurrin g to the owner by reason of said awarclee's failure to execute said bonds and contract within te n (10) clay s , the propos al s ecurity accompanying the proposal shall be th e agreed amoun t of damages which th e Owner will C3 -3 (3 ) - - - - - - - suffer by reason of such failure on the part of th e Award ee a nd s ha ll th ere up o n immediately by forfeited to the Owner. The filing of a proposal will be c on sid ered as acceptan ce of thi s pro vi si on by th e Bi ckl er . C-3 -3.10 BEGINNING WORK: The Contractor shall not c omme nce w o rk until authorized in writing to do so by th e Owner. Should th e C on t ra c tor fa il to comm e nce work at the site of the project within th e time stipulated in th e writte n a utho ri z at io n usually termed "Work Order" or "Procee d Order", it i s agre ed that th e Surety C ompany will, within ten (10) day s after the comm e nceme nt date set fo r th in s uch w ritte n authorization, commence the physical e xec ution of th e con trac t. C3-3.11 INSURANCE: The Contractor sh a ll not c omme nc e work und e r thi s contract until h e has obtaine d all in s urance re quire d under th e C ontrac t Docume nt s, a nd such insurance has be en approved by th e Owne r. Th e prime Contractor shall b e respon s ible for deliverin g to the Owner th e sub-contractor 's certifica te of ins uran ce fo r approval. The prime Contractor sh a ll indica te on th e c erti fi cate of in s urance includ ed in the documents for execution whether or not his in s urance c overs sub-contrac tors. It is th e intention of the Owner that the insurance coverage require d herein shall includ e t he coverage of all sub-contractors . a. COMPENSATION INSURANCE: The Contractor shall m aintain , during the life of thi s c b ntract, Worker '-s Compensation In s urance on all o f his employees to be engaged in work on the project under thi s contract, and for all sub-contractors . In case any class of employees engaged in hazardous work on the project under thi s contract is not protected und e r the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during th e life of thi s 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 a n 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 furni sh 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. B las t ing, p ri o r to any bl asti ng be in g do ne. 3. C ollap se of b uil d in gs o r stru ctur es ad j ace nt to excavat io n ill excavat io n a re per fo r med ad jacent to same). 4. D a m age to und e rgro und ut ili ties fo r $5 00,000 . 5. Buil de r 's ri sk (where above-groun d stru c tures a re involv e d). 6. Co nt ract ua l Li a b i li ty (cove rs a ll in de mn i fi c ati on re quirem e nts of Co ntract). d. AUTOMOBILE JN S UR ANCE -BODILY lNJU R Y AND PROPE RTY D A M AGE: T he Contractor shall proc ure a nd maintain durin g th e life of thi s Co ntra ct, C ompreh e nsiv e A ut om o bil e Li a bility In s uran ce in an a mount no t less th a n $25 0 ,000 for injuri es in c lu d in g ac cide ntal de ath to a ny on e pe rson a nd s ubj ec t to t he same limi t fo r eac h per son an amount not Jess th a n $5 00 ,000 o n acco un t of on e acc id e nt , and automobil e prope rty d a m age in s uran ce in an a m o unt no t less th a n $JOO ,OOO. e . f. SCOPE OF INSURANCE AND SPE CIAL HAZARD : The insurance re quire d under th e abov e pa ra g raph s s ha ll provid e adequate protection for th e Contractor and hi s sub-contractors, respectively, against damage cla im s which may ari se from ope ration s und e r this c ontract, whether such ope ration s b e by th e in s ured or by anyon e dire ctly or indirectly employe d by him, and al so against any of th e followin g s pecial ha z ards which may b e enc ounte red in th e performan ce of th e 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. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3 -3 (5) - - - - - performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and pow e r to act on behalf of the insurance and/or bonding company to negotiate and sett le 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 bondin g company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period . A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall 'be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) app ropri ately signed and scaled, as app li cab le, by the Contractor's responsible offices with the und erstanding that this written assignment of authority to the lo cal representative sh a ll become part or the project Contract as though bo und directly into the project documents. The intent of these requirements is that all m atters associated with th e Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is impose d on in s urance and s ur ety coverage. S hou ld the Contractor 's loca l representative fail to perform to th e satisfact ion of the Eng in eer, the Engin eer, at his so le discretion, may demand that such loca l representative be replaced ancl the Engineer may, at his so le d iscretion, stop a ll work until a new lo cal authority satisfactory to t he E ngineer is assigned. No credit of workin g time will be a llo wed for periods in which work stoppages are in effect for thi s reason. C3-3.15 VENUE: Venue of any action hereinund e r shall be exclu sively in Tarrant County, Texas. C3-3 (7) -SECTION C4 -4 SCOPE OF WORK P A RT C -G E NE RAL CONDITIONS C4-4 S COPE OF WORK C4 -4.l INTENT OF CONTRACT DOCUME NTS: It i s th e defi nite intent ion o f th ese Contract Docum ents to provide for a co mpl e te, useful proj ec t which th e C on tra ctor undertakes to cons truct or furni sh, all in full compliance with th e requirem e nt s and in te nt of the Contract Docume nt s . It is definitely unders tood that th e Con tr ac tor sha ll do all work as provide d for in th e Contract Docum e nt s , s hall do all e xtra or s pecial work as may be considered by th e Owner as nec essary to complete the project in a sati sfactory and accepta ble manner. Th e Contrac tor shall, unl es s otherwi se s pec ifi ca lly stated in th ese Contract Docum ents, furn is h all labor, tool s, m ateri als , m achinery, equipm e nt , s pec ia l services, and incidentals nece ss ary to th e pro se cution and compl etion of th e proj ec t. C4 -4.2 SPECIAL PROVISIONS : Should any work or co nditi o ns whi ch are not thoroughly and s ati sfactorily stipulated or covered by Gene ral or Special Condition s of these Contract Docume nt s be anticipated, or should there be any addition al propose d work which is not covered by these Contract Documents , the "Special Provi sion s" covering all such work will be prepared by the Own e r previous to th e time of rec eivin g bids or proposals for any s uch work and furnished to the Bidder in the form of Add e nd a. 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 reserve s th e 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 price s . Such increased or decreased quantity shall not be more than twenty-five (25) percent of th e 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 . 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 reserve s the ri ght to make su c h changes in the Contract Documents and in the character or quan titie s of th e work as may be necessary or desirable to insure completion in th e mo st sati s factory mann e r, provid ed such changes do not materially alter the original C ontrac t Documents or c han ge th e gen e ral nature of the project as a whole. Such changes shall not be con sid e re d a s waivin g or invalidating any condition or provision of the Contra ct Docum e nt s . C4 -4 .5 EXTRA WORK: Additional work mad e n ec e ssary by changes and alterations of th e Contra ct Documents or of quanti ties or for oth e r reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be pe rformed by th e Contractor in accordance with these Contract Documents or approved additions th e reto; provided however, that before any extra work is begun a "Change ord e r" shall be executed or written order issued by the Owner to do the work for payments or c redits as s hall be d e termin ed by one or more combination of the following methods : a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the 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 ,U"ise 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) clays before the time for making the first estimate after such work is clone 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 lo 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 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. C4-4 (3) c . Understanding of construct ion work processes to the extent that a logical critical path met hod schedule can be developed , mainta in e d, and progressed that accurately represents the scope of work pe rform e d. C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, s ubmit and rev iew the draft deta il e d ba seline construction schedule with the OWNER to d emo nstrate the CONTRACTOR 's und ersta nding of the contract .requirements and approach for performing the work . The CONTRACTOR will prepare th e final detailed ba se lin e construction sche dule based on OWNER comments, if any. The CONTRACTOR 's firs t (I st) p ayment application will only be processed after the detailed base lin e co nst ruc t ion sc hedul e ha s been submitted by the CONTRACTOR and accepted by the OWNER. The following gu id e lin es shall be adhered to in preparing th e bas e line construction schedul e. a . Mi lestone dates a nd final project completion dates s ha ll be developed to conform to the time constraints, sequencing req uire me nts, and completion time. b. The co nstruc tion pro gress shall be divide d into activities with time durations no gre ater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guidel ine. c. Activity durations shall be in work days and normal holidays and weather conditions ov e r the duration of the contract sha11 be accounted for with i n 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 schedu le shall be divided into general act1v 1t1es 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 a ll purposes, the same as if copies verbatim herein . For each general act1v1ty, 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 shaJI 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: l. 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 sha ll take such action as necessary to improve his progress. In addition, the OWNER may r equire the CONTRACTOR to submit a r.evised schedule demonstrating his program and proposed plan to make up lag in sc hedule progre ss and to ensure completion of the Work within th e allotted Contract time. Failure of th e CONTRACTOR to comply with these requirements shall be considered grou nds 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 schedul e 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 provid ed in the Contract Documents. TIER 3 COST LOADfNG 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. TfER 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 -GEN E RAL CONDITIONS CS -5 C ON T ROL OF WORK AND MATE RtALS SE CTION CS -5 CONTROL OF WORK AND MATE RIALS CS -5 .1 AUTHORITY OF E NGIN EER: Th e work shall be performed to the s atisfaction of the E ng in eer and in strict compliance with th e Contract Documents. The E ngin ee r s hall decid e a ll qu estion s which aris e as to the qu ality and acc e ptability of the material s furni shed , work perform e d , rat e o f pro gress of th e work, ov erall sequence of the con structi o n, inte rpretation of th e Contract D o cum e nts, acce ptable fulfillm e nt of the C ontrac t, co mpensa ti o n, mutu al ri ght s betw ee n C ontractor and Own e r under these C ontrac t Documents, s up ervi s ion of th e work , r es ump tion of operation s , and all other qu estion s or di s pu tes whi ch may ari se. E ng in eer will not be res pon sibl e for Contractor's mean s, method s, techniques , sequence or proce dures of construction , or the safety precaution and pro g ram s incid e nt th e reto , and he will not be re spon sible for Contractor's failure to perform the work in ac cordance with the contract docum ents . The Engineer shall determin e th e 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 s uch necessary deci s ions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents . Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 C O ORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the CS-5 (1) C ontract Documen ts, and th e owne r shall be pe rmitted to m ake such correction s or interpretation s as may be deemed necess ary for fulfillm e nt of th e inte nt of th e Contra ct Docum e nt s . In th e e vent th e Contractor di scovers an apparent error or di screpancy, he s hall imm edi ate ly call thi s condition to th e atte ntion of th e E ng in eer. In th e e vent of a confli ct in dra w in gs , s pec ifi cation s, or other porti o ns of the Contract Documents whi c h were not re ported prior to th e award of Contract, the Contractor shall be deeme d to hav e qu o ted th e mo st e xp e ns iv e res olution of th e conflict. CS -5.4 COOPE RATION OF CONTRACTOR: The Contractor will be furnished with three se ts of Contract Documents and shall have avai labl e on the site of the proj ect at all tim es , on e set of such Contract Documents. Th e Contractor shall g iv e to the work th e con stan t att e ntion necess ary to facilitate the progre ss th ereof and shall cooperate with th e Engineer, hi s inspector, and oth e r C ontrac tors in every pos sible way. Th e Contractor shall at all times hav e competent personnel available to the project site for proper performance of the work. The Contractor sh all provide and maintain at all times at th e site of the project a competent, English -speaking superintend ent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and hi s ass is tant shall be capable of reading and understanding the Contract Documents and shall rec eive 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 assi stant project superintendent shall be a resident of Tarrant County, Texas, and shall be subj ect 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 th e safety or convenience of the traveling public or the owners o f property across which the project extends or the safety of the property contiguou s 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 . ln 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 FJELD 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 Jines, 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 slakes 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 DUTlES 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 shalt regard and obey the directions and instructions of the City Inspector or Engineer when the same arc 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. CS -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 a·nd replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all .adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:AII work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5 .11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to 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 clays prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available . Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for CS-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. 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 location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their 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: CS-5 (6) "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 unfore seen 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 s uffer loss or d amage 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) C5-5. J 8 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been sati sfactorily 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 10 clays 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. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordiriances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, Jaws, 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 suital,)le 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 w·ay 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 al I 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 aJI such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structmes 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 b e in g mainta in ed. The Contractor sha ll furni s h watchmen and keep them at their respective assignments in s uffi c ient numbers to protect th e work and prevent accident or damage . All in stallation s a nd procedures sha ll be cons istent with provisions set forth in the" 1980 Texas Manual on Uniform Traffic Co ntrol D ev ices fo r Streets and Highways" i ss ued under th e authority of the "S tate of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d V e ron 's Civil Statues, pertinent sect io n being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any re g ulatory sign, in structional sign, street nam e 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 (p ho ne number 87 J-807 5), to remove the sign. In case of regulatory sign s, the Contractor mu st re place the pe rman e nt sign with a temporary sign meeting th e require ments of th e above referred manual and such temporary sign mu st be in stall e d prior to the re moval of the pe rman ent sign. lf Lhe temporary sign is not installed correctly or if it does not meet th e re quire d s pecifications , the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to th e extent that the pe rmanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights , and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, 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) 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 o~· 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) re pl ac in g and restoring as may be d irected by the Owner, or he sha ll make good s uc h damages o r in j ur y in a m a nn e r acce p ta bl e to t he ow ner of the pro pe rt y a nd the E ngin eer. All fe nces e ncounte re d a nd re moved d urin g constru ctio n of thi s p roject s ha ll be restore d to th e o ri g in a l or a better th an o rig in a l cond it ion upon complet ion of th i s proj ect. When wire fe nc in g, e ith e r w ire mes h o r b ar be d wire is to be crossed, the Co ntr actor s h a ll se t cro ss brace pos ts o n e ith e r s ide o f the p e rm a ne nt ease me nt befo re t he fe nce is c ut. S ho uld addi tion a l fe nce cuts be ne cess ar y, th e Cont rac to r sha ll pro v id e cross-brace d p osts at th e point of t he p ro p osed cut in addi tion to the cross braced pos ts prov ided at the pe r manent easeme nt s limi ts, be for e th e fe nce is c ut. Temp o rary fe nc in g s hall be e recte d in pl ace of t he fe nc ing re m oved whe never the wor k i s not in prog ress a nd wh e n th e s it e is vaca ted overni gh t, a nd/or at a ll t im es to prevent liv es to c k from e nt e rin g th e c on stru c tion are a . The cost fo r fe nce re mo va l, tem po ra ry c lo sures a nd re pl ace me nt sha ll be s ub s idi a ry t o the vari o us it e ms bid in th e proj ect pro posal. There fore, no se pa ra te p aym e nt sh a ll be a ll owe d fo r an y se rvi ce ass o c iat e d with thi s work . In c ase of failure on th e pa rt of th e C ontrac tor to res tore s uc h prope rty or to make good s uch da m age or injury, th e Own e r may, up o n 4 8 h o ur w ritte n no ti ce und e r ordin ary circumstances, a nd with o ut noti ce wh e n a nui sa nce o r haza rdo us c o nditi o n res ult s, proceed to repair, rebuild, or oth erwi se res tore such prope rty as m ay be d e te rmined by the Own er to be ne cess ary, and th e cost th e reby will be de du c ted fro m any m o i1i es clu e to or to becom e du e to the Contractor und e r thi s contract. C6.6.1 I INDEP E NDENT CONTRACTOR: It is und e r sto o d and ag reed by th e parties hereto that the Contractor sh all perform all work and servi ces hereunder as an indepe nd e nt contra ctor, a nd not as an office r, agent , se rv ant, or e mployee of the Owne r. Contractor s hall h ave e xclusive c on trol of a nd e xclu siv e ri ght to c o ntrol th e details of a ll work and services p erformed he re und e r, and all persons pe rforming th e sam e , and sh a ll be solely responsible for the acts and omiss ions of its offic er s , agents , servants , e mployees , contractor, subcontractors, li cen sees and invitees. The doctrine of re s ponde at superior s hall not apply a s between Own e r and Contractor, its offi ce rs, agents , e mploye e s, contractors and subcontractors, and nothing herein shall be con strued as creating a partnership or joint enterpri se between Owner and Contra ctor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to , and do es here by inde mni fy, hold h a rml ess and defend Owner, its officers, agents, se rvants, and employees from and against a ny and all claims or suits for property dam age 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 service s to be performed hereunder by the Contractor, its offic ers , age nts , employees, contractors, subcont ractors, licen sees or invitees, whether or not caused, in whol e or in a part, by all eged ne g ligence on the part of of fic er s, agents, e mployees , contractors, subcontractors , licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and respon sibility of Owner, its officers , agents, servants, and employees for property damag e 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 conn ection with, directly or indirectly, the work and services to be performed hereunder by the Contractor , it s 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 likewi se covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, Joss 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 fai led. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if a ll o th e r work has been p e rformed and all other obligations of the Co ntra c tor have been met to the sat isfac tion of the Directo r. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor aga in st whom a claim for dama ges is outstanding as a res ul t of work p erformed und e r a City Co ntra c t. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Shou ld the Co ntra ctor cla im co mpe nsation foe any alleged dama ge b y rea so n of the acts or omissions of the Owner, he s hall within three days after the actual sus tainin g of s uc h a ll eged damage, make a written statement to the Eng inee r, sett in g out in detail th e n ature of the alleged damage, a nd on or before the 25 111 clay of the mo nth s ucceed in g that in which ant s uc h damage is c laim ed to have been sustained, th e Contractor s hall fil e with the E ng in eer an ite mized stateme nt of th e details and th e amount of s uch alleged damage a nd , upon re quest, shall giv e the E ngin eer access to all books of account, receipts, vouch ers, bi] Is of ladin g, and other books or papers containing any evidence as to the amount of s uc h alleged d a mage. Unless s uch statements shall be filed as he reinabov e required, th e Co ntractor 's claim for compensation shall be waived, and he shall not be entitled to paym e nt 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 prope rt y of a pub lic 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 owne rs of public utilities to enter the geographical limits of the Contrac t for the purpose of making s uch 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, prov ide and mai ntain 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 valve s is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VAL YES in thes e Gen eral 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, 111 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 NO W AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABlLITY OF PUBUC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercis ing any power of authority granted thereunder, there shall be no liability upon th e authorize d representative of the Owner, either personally or other wi se as t he y arc ag ents and rc prcse;ntative s of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Us e 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(]0) PART C -GENERAL CONDlTlONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS : C7-7. l SUBLETTING: The Contractor shall perform with his own organization , and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The . Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequ e n ce requ ested of a ll con s tru c ti o n o p e ra ti o ns s h a ll be a t all tim es as s p ecifi e d in the S pecia l Con tra ct D oc um e nts. A n y Devi ati o n fro m s uc h sequ e nc in g s hall b e s ubmi tted to the E n g ineer fo r hi s approva l. Co ntracto r s h a ll no t p roceed w ith any d ev iation until h e has received writ ten approval from t he Eng inee r. Such speci ficatio n o r approval b y th e E ng in eer sh a ll not reli eve the Co ntrac to r fr om f ull responsib ilit y of t he c omple te p e rfo rm a n ce of th e Contract. The co ntract t ime m a y be ch a n ged o nly as set fo rth in Sectio n C7-7.8 EXTEN S ION OF T IM E O F C OM P L E TION of thi s Agree me nt, a nd a prog ress s ch e dul e s h a ll n o t c ons ti tute a c h a nge in th e contrac t t ime . C 7 -7.4 U M JTA TJO N O F OPE RAT TO NS : T he w o r k in g o p e rati o ns s hall at all tim es be condu cted by th e Co ntracto r so as to c reate a m inimum amount o f in convenie nce to th e publi c. A t a ny t im e wh e n , i n th e j udgm e n t o f th e E n g in eer, th e C ontractor has o b stru cted or closed o r is carrying on o p e r at ion s in a portion o f a s treet or publi c way g reate r than is n ecess ary for prope r e xe cution o f the work, th e En gin eer m ay re quire the Contra c to r to fi ni s h th e section on whi c h ope ration s a re in prog ress before th e work is c omme nced o n an y addi t ion a l section o r street. C7 -7 .5 CHARA C TER O F WORKMEN A N D EQUIPM ENT: Local la bor shall b e u sed by th e Contractor when it is available . The Contractor m ay brin g from outside the City of F ort Worth his key men and his supe rin tend ent. A ll othe r workmen , including equipme nt ope rators , may b e importe d only after th e local s upply is exhausted. The Contractor shall e mploy only such s uperinte nd e nt s, foremen , and workmen who are ca reful, c ompetent, a nd fully qua lifi e d to pe rform the duti es and task s as si g ned to them, and th e E ngin eer may demand and secure th e s ummary di s mi ssal o f any person or persons employe d by the Contractor in or about or on th e work who, in th e opinion of th e Owner, shall mi sconduct him s elf or to be found to b e incompe tent, disre spectful, intemperate, dishonest , or otherwise obj e ctionable or neglectful in th e prope r p e rformance o f his or t he ir duties, or who neglect or refu ses to comply with or c arry out the direction of the owner, and s uch p e rson or p e rson s s hall not be employed ag a in thereon without written conse nt of th e E nginee r. All workme n s hall have s ufficient skill, ability, and experie nce to properly perform the work assigned to them and operate any e quipment n e cess ary to properly cruTy 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 b e maintain e d in a sati sfa c tory, safe and effici e nt working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjace nt property will re sult from its us e . 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 "WORKlNG 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 Cl-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 comp letion is based on a calendar day bid, a request for extension of time beca use of incl ement weather wi 11 not be consi dered. A request for extension of time du e Lo inability to obtain s uppli es and materials will be considered only when a review of the Contractor's purc ha se order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to sec ure delivery on schedule. This shall includ e effo rt s to obtain the supp lies and materials from alternate sources in case the first so ur ce cannot make de livery. If satisfactory exec ution and comp letion of the co ntract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then th e contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receiv e no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor i s caused by the failure of the City Lo provide information or material , if any, which is to be furnished by the City. When s uch 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 refe rred 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. ff 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 applicatio,~ 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 TTME 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 $ 5,001 $ 15,001 $ 25,001 $ 50,001 $ 100,001 $ 500,001 $1,000,001 $2,000,000 and over Less than $ 5,000 to $ 15,000 to $ 25,000 to $ 50,000 to $ 100,000 to $ 500,000 to $ 1,000,000 to $ 2,000,000 inclusive inclusive inclusive inclusive inclusive inclusive inclusive inclusive AMOUNT OF LIQUIDATED DAMAGES PER DAY $ 35.00 $ 45 .00 $ 63.00 $ J05 .00 $ 154 .00 $ 2JO.OO $ 315.00 $ 420.00 $ 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.ll 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 of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) de te rmin e d by mutu a l consent of t he Co nt racto r a nd t he E ngin ee r that a solution to allow c on stru c tion to pro ceed is not a vailabl e within a reas ona bl e p e riod of time, th e n the Co ntra c tor may be re imburse d for th e c o st of movin g hi s equipment off the job and re turnin g th e necessary equipm e nt Lo th e job wh e n i t is determin e d by the Engineer that co nstru ct ion may be res um ed . S uc h re imburse men t sh a ll be based on actual cost to the C ontrac tor of movin g th e equipm e nt a nd no profit will be allowe d . No re imburse me nt shall be allowed if the equipment i s mov ed to another construction proj ec t for th e C ity of F ort Worth. The Contractor shall not s usp e nd work without written notice from the Engineer and shall proc e ed with th e work ope ration s promptly wh e n notified by the Engineer to so resume ope ration s : C7 -7.13 T E RMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: When ever , because of National Emerge ncy , so declared by the president of the United States or oth er lawful authority, it becomes impos sible for the Contractor to obtain all of the nec e ss a ry labor, materials , and equipment for the prosecution of the work with re asonable c ontinuity for a p eriod of two months, the Contractor shall within seven days notify th e City in writing , givin g a d e tailed statement of the efforts which have been made and li sting all nece ssary item s of labor, materials, and equipme nt 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 a nd 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.l4 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b . Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor Lo provide and maintain sufficient labor and equipment to properly execute the working operations. cl. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily . f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k . If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cimse or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not, within the hereinabove spec ifi ed time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered th e Co ntractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, an d the Contractor hereto agrees that the Owner shall have the ri ght to take possession of and use any materials, plants, tools, equipment, s upplies, and property of any kind provided by the Contractor for the purpose of carrying on th e 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 du e or may beco me clue at any tim e 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 ln case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7 -7.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 oi' 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 CONVENJENCE 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. 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 . Stop work under the contract on th e date and to the extent specified in the notice of termination; 2 . place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work und er the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMJNATION 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 1he prov1s1ons of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7. l 6(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph . E. 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; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C?-7(10) 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. G. 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. H. NO LlMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.J 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 s hall be made by the Engineer, based on measurem e nts made by the Engineer. These measurements will be made acco rding to the United States Standard Measurements used in common practice, and will be the actual le ngt h , area, solid contents, numbers, and weights of the material s and item in sta ll ed. C8-8 .2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth , the said "U nit Price" shall include the furnishin g by the Contractor of all labor, tools, material s , machinery, equipment, appliances and appurtenances nec essary for th e construction of and the completion in a manner acceptable to the Engineer of all work to be done under the se Contract Documents . The "Un it Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, ov e rhead expense, bond, insurance , patent fee s, royalties, risk due to the elemen ts 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 CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents , trademarks, copyrights, or other legal reservations, 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 J st 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 l oth 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 exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The pmtial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall 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) 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 Engin eer 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 FlNAL 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, Jess 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 makin g of the final payme nt by the Owner shall not relieve the Contractor of any g uarantees o r oth er re quire ment s o f th e Contract Documents which specifically continue th ereafte r. C8 -8 .9 AD EQUACY OF D ES IGN : It is und er stood th at the Owner believes it has e mployed comp ete nt en g in eers and de signers to pre pare the Contract Documents and all modifi ca tion s of th e approv ed Contract Documents. It is , therefore , agreed that the Own er s hall be responsibl e for the ad equacy of it s own desi g n features, sufficiency of the C ontrac t Do c um e nt s, the safe ty of th e s tructure , and th e practicability of th e operation s of the comple te d proje ct , provided th e Contractor ha s complied with the requirements of the said Con tra ct Docume nts , all approved modification s thereof, and additions and alterati o ns thereof a pprov e d · in wri tin g by the Owner. The burden. of proof of such complianc e s hall be up o n the Contrac tor to show that he has complied with the Contract Docum ent s, approv ed modifications thereof, and all alterations th ereof. CS-8.10 GE NERAL GUARANTY: Neither the final certificate bf payment nor any provi sion in th e Contract Documents nor partial or entire occupancy or use of the premi ses by the Owner shall con stitute an acceptance of the work not done in accordance with the Contract Docume nt s or reli e ve the Contractor of liability in respect to any e xpre ss warranti es or re sponsibility for faulty materials or workmanship. The Contractor s hall remedy any defects or · damages in the work and pay for any damage to the other work resulting th erefrom 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 mainte nanc e 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 reas onable promptness . CS -8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regard less 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) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL EST1MATES AND RETA1NAGE: 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.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 .E. C6-6 .1 2 CONTRACTOR'S RESPONSIBLJTY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: F . Contractor covenants and agrees to indemni(y City's engineer and architect, and their personnel at the project site for Cont ractor 's sole negligence. ln addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at it s own expense, the Owner, its oflfocrs, servants and emp loyees, from and against any and all claims or suits for property los s, property damage, personal injury, including death , arising out of, or a ll eged to arise out of: the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors , licen sees or invit ees, whether or not any such iniurv. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its oflicers, 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, se rvant s and e mployees and any damage, los s or destruction to property of the Owner arising from the performa nce 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 s hall 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 appropr iate, ref use 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. 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 u nit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories . G . C3-J.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance. policy shall be endorsed to provide the City a mini.mum 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 fmancial 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 m. Upon the request or City, Contractor sha ll provide comp lete copies of a ll in surance policies required by these contract documents. H. C8 -8.4 SCOPE OF P,1\Yl\.1E ff : Delete C8 -8.4, Scope of Payment at page C8-8(l) 1s deleted in its entirety and replaced with the following: I. The Co ntractor sha ll rece iv e and accept th e compensation as herein provided, in full payment for furnishing all labor, Loots, materials, and incident als for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of th e nat ure 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 it s final acceptance by the Owner, (except as provide d in paragraph C5-5.14) for a ll risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of th e su s pension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of p ate nts , trademarks, copyrights, or olher 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 o f 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 hi s own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, · and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.10 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 - Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATI0N AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2 .8 and C2-2.9 with the following: K. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the ti.me set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the tin1e set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided farther, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic conununication 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 farther consideration will be given to the proposal C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg. 5 In order for a surety to be acceptable to the City , the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $1 00 ,00 0 from a re insurer 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. ll 1N SURANCE delete subparagraph "a. COMPENSATION IN SURANCE". 3. Pg. C3-3(6), Paragraph C3-3. I 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDJT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8 -8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article . City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised 10/24/02 1. 50 copies and under -l O cents per page Pg.6 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 C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years . Revised 10/24/02 Pg. 7 P. WAGE RATES: Section C3-3 . l3 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Govermnent 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 aflldavit 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 p lace at the site of the project at all times . Revised 10/24/02 Pg. 8 PART D -SPECIAL COND IT IONS 0 -1 GE N ERA L ........................................................................................................................... 3 0-2 COORDINATION MEE TIN G ............................ : .................................................................. 5 0 -3 CONTRACTOR COMPLIANC E WITH WORK ER'S COMP ENSA T ION LAW ...................... 5 0 - 4 CO O RDINA T ION WITH FOR T WO RT H WATER DEPAR T MENT ..................................... 7 0-5 CR OSSING OF EXIS T ING UT ILI T IES ................................................................................ 7 0 - 6 EXI ST ING UT ILI T IES A ND IMPR OV EMENTS ................................................................... 8 0-7 CON ST RUCTION T RAFF IC OV ER PIPE LI NES ................................................................. 8 0 -8 TRA FFIC CONT RO L .......................................................................................................... 9 0 - 9 DETOU RS ........................................................................................................................ 10 0 -10 EXAMINAT ION O F SITE ............................................................................................... 10 0 -11 Z ONING COMPLIANC E ................................................................................................ 10 0 - 12 W AT ER FOR CONS TR UCTION ................................................................................... 10 0 -13 WAST E MAT ERIAL ...................................................................................................... 10 0 -14 PROJ ECT CL EANU P AND FINAL ACC EPTANC E ....................................................... 10 0 -15 SA FE TY RE STR ICTIO NS -WO RK NEAR HI GH VOLT AG E LINE S ............................. 11 0 -16 BID QUA NT ITI ES .......................................................................................................... 11 0 - 17 C UTTING O F CONCR ETE ........................................................................................... 11 0 -18 PR OJ ECT DESIGNAT ION SIGN .................................................................................. 11 0 - 19 CONCR ET E SID EWALK AND DRIV EWAY REP LA CE MENT ....................................... 12 0 -20 MISC ELLAN EOUS PLAC EMENT OF MAT ER IAL ......................................................... 12 0-2 1 CRUSH ED LIM ESTON E BACK FIL L ............................................................................. 12 0 -22 2:27 CONCRE TE .......................................................................................................... 13 0 -23 T RENCH EXCAVATION , BACKFILL , AND COMPACTION .......................................... 13 0 -24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2 -19) FOR UTILITY CUTS ............. 14 0 -25 SI T E SP ECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................. 15 0 -26 SANITARY SEW ER MANHOLES ................................................................................. 16 0 -27 SANITARY SEW ER SERVICES ................................................................................... 19 0 -28 REMOVAL , SALVAGE , AND ABANDONMENT OF EXIS T ING FACILITIES ................. 20 0 -29 DETECTABLE WARNING TAPES ................................................................................ 23 0 -30 PIPE CLEANING ........................................................................................................... 23 0-31 DISPOSAL OF SPOIL/FILL MATERIAL ........................................................................ 23 0 -32 MECHANICS AND MATERIALMEN 'S LIEN .................................................................. 23 0 -33 SUBSTITUTIONS ......................................................................................................... 23 0 -34 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 24 0 -35 VACUUM TESTING OF SANITARY SEWER MANHOLES ........................................... 27 0-36 BYPASS PUMPING ...................................................................................................... 28 0-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........... 28 0-38 SAMPLES AND QUALITY CONTROL TESTING .......................................................... 30 0-39 TEMPORARY EROS ION , SEDIMENT , AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................ 31 0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 0-41 PROTECTION OF TREES , PLANTS AND SOIL ........................................................... 32 0 -42 SITE RESTORATION ................................................................................................... 32 0-43 CITY OF FORT WORTH ST ANDA RD PRODUCT LIST ............................................... 33 0 -44 TOPSOIL, SODDING , SEEDING & HYDROMULCHING .............................................. 33 0-45 CONFINED SPACE ENTRY PROGRAM ...................................................................... 38 0-46 SUBSTANTIAL COMPLETION INSPECTION/F INAL INSPECTION ............................. 39 0-47 EXCAVATION NEAR TREES (WHERE IDENTIF IED ON THE PLANS) ....................... 39 0-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... 40 0 -49 CLAY DAM .................................................................................................................... 40 02/0912 010 SC-1 PART D -SPEC IAL CONDITIONS D-50 EXPLORATORY EXCAVA T ION (D -HOLE) ................................................................... 40 D-51 INS TALLATION OF WATER FACILITIES ..................................................................... 40 51.1 Polyvinyl Chloride (PVC) W at er Pipe ........................................................................ .40 51.2 Blocking ....................................................................................................................... 41 51.3 Type of Casing Pipe ................................................................................................... 41 51.4 Tie-Ins ......................................................................................................................... .41 51.5 Connection of Ex isting Mains ...................................................................................... .41 51.6 Valve Cut-Ins ............................................................................................................... .42 51.7 Water Services ............................................................................................................ .42 51.8 2-lnch Temporary Service Line .................................................................................... 44 51.9 Purging and Sterilization of W ater Line s ..................................................................... .45 51.10 Work Near Pressure Plane Boundaries ....................................................................... .45 51.11 Water Sample Station ................................................................................................. .46 51.12 Ductile Iron and Gray Iron Fittings ................................................................................ 46 D-52 SPRINKLING FOR DUST CONTROL ........................................................................... 47 D-53 DEWATERING .............................................................................................................. 47 D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... 47 0-55 TREE PRUNING ........................................................................................................... 47 D-56 TREE REMOVAL .......................................................................................................... 48 0-57 TEST HOLES ................................................................................................................ 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 49 D-59 TRAFFIC BUTTONS ..................................................................................................... 49 D-60 SANITARY SEWER SERVICE CLEANOUTS ............................................................... 50 D-61 TEMPORARY PAVEMENT REPAIR ............................................................................. 50 D-62 CONSTRUCTION STAKES .......................................................................................... 50 D-63 EASEMENTS AND PERMITS ....................................................................................... 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................. 51 D-65 WAGE RATES ............................................................................................................. 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ..................................................................................................... 55 D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................................. 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ...................................................... 56 D-71 AIR POLLUTION WATCH DAYS ...................................................................................... 57 D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ........................................... 57 02/09/2010 SC-2 - PART D -SPECI A L CO N DI T IONS 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 th e Cont ra ct are to be read tog ether . Any conflict between Part C -General Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: DRAINAGE , PAVING , WATER AND SANITARY SEWE R IMPROVEMENTS FOR WES T CR EEK DRIV E; FROM MEDINA AV ENU E TO KELLI S PARK FORT WORTH , T EXAS CITY PROJ ECT NO . 00630 , DOE NO. 5555 WATER DEPARTM ENT PROJECTS NO . P 253 -541200 -603170063083 (WTR) P 258 -541200-703170063083 (SWR) D-1 GENERA L The order or precedence in cas e of conflicts or discrepanci es betw een various parts of the Cont ract Documents subject to the rul ing of th e Engineer shall generally , but not necessarily , follow the guidelin es listed below : 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans , these Special Contract Documents and the rules , regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying , referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative ; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furn ished 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 follow ing 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 -SP ECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH C ENTRAL TEXAS Any conflict between these contract docum e nts 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 docum e nt 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 g round s fo r de sig na ting bid s as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102 . . B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals . After all proposals not requested for non- consideration are opened and publicly read aloud , the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C . TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. 02/09/2010 SC-4 - PART D -SPECIAL CONDITIONS D-2 COORDINAT ION M E ETIN G For coordination purpos es, weekly me etings at th e job site may be required to maintain the project on th e desired sch edul e. The contractor shall be pr ese nt at all mee tings. D-3 CONTRACTO R CO M PLIAN CE WITH WO R KER 'S COMP E NSATION LAW A. Definitions : 1. Certi fi cation of coverage ("c ertificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commi ssion , or a coverage agreement (TWCC -81 , TWCC-82 , TWCC-83 , or T WCC -84), showing statutory workers' compensation insurance cover age for the person's or entity's employ ees provid ing services on a project, for the duration of th e proj ect. 2 . Duration of th e proj ect -in c lud es th e tim e from the beginning of the work on the project until the contr ac tor's/p erson's work on the project has been complet ed 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 th e proj ect , 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 prov ide 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 ent ity 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 0 2109/201 0 SC-5 PA RT D -SPEC IA L CO NDITI O NS 2. No lat er th an se ve n days aft e r rece ipt by th e contractor , a new certificate of coverage s howing ext en sion of cov er ag e, if th e coverage pe riod shown on the current certificate of cov e rage e nd s du ring th e durat ion of the project. F. Th e co ntrac tor sha ll ret ain a ll req ui red ce rti f ic ates of coverage fo r th e duration of the project an d fo r on e year t he rea ft e r. G. T he contracto r sha ll no t ify t he governm e ntal e ntity in writing by certified mail or personal de liv ery , within ten (1.0) days aft e r th e contractor kn ew or should have known , of any change t hat mater ia lly affect s t he pr ovi si o n of co ve rage of a ny person providing services on the proj ect. H. T he contracto r shal l po st on eac h proj ec t site a notic e , in th e text, form and manner prescribed by th e Te xas Work e r's Comp e nsation Commi ss ion , informing all pe rsons providing services on th e proj ect th at th ey a re required to be cov ere d, a nd stating how a person may verify coverage and rep ort lack of cov erag e. I. T he contracto r shall contr actually req uire ea ch person with whom it contracts to provide se rvi ce s on a proj ect , to : 1. Provid e cov erag e, based on prop e r reporting on cl a ssification codes and payroll amounts and filing of a ny coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) fo r a ll of it s 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 coverag e show ing that cov era ge is being prov ided for all employees of the person providing services on the project , fo r the du ration of the project ; 3 . Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project ; 4 . Obtain from each other person with whom it contracts , and provide to the Contractor: a.) A certificate of coverage , prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5 . Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6 . Notify the governmental entity in writing by certified mail or personal delivery , within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person prov iding services on the proj ect; and 02/09/20 10 SC-6 - PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice ori each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 0210912010 SC-7 PART D -SPECIAL CONDlTIONS con structed of ductil e iron pipe . The Eng ineer shall determine the required length of replacem e nt. The mate rial for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pip e with poly ethyl ene wrapping . The mat e rial for sanitary sewe r service lines shall be e xtr a stre ngth cast iron soil pipe with polyethylene w rapping . Adapter fittings shall be a urethane or neopre ne coupling ASTM C-425 with se ries 300 stainless steel compression straps . Backfill , f itting s, tie -ins and all other associated appurtenances required are deemed subsidiary work , the cost of which sha ll be includ ed in the price bid in the Proposal for each bid item. D-6 EXIS T ING UTILITI ES AND IMPROVEMENTS T he plans show the locat ions of all known surface and subsurface structures . However , the Own e r assum es no res pon s ibility for f ailure to show any or all of these structures on the Pl a ns, or to s how them in their exact location . It is mutually agreed that such failure shall not be consid ered s ufficient basis for claims for additional compensation for extra work or for increasing the pay qu a ntities in a ny manner whatsoever. T he Co ntr acto r shall be responsible for ve rifying the locations of and protecting all existing utilit ies, se rvic e lin es, or othe r property exposed by his cons t ruction operations . Contractor shall make all necessary provisions (as approved or authorized by the applicable utility company) for the support , protection and/or t empora ry reloc at ion 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 const ruction . T he 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 ALLOW ED. 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 o riginal 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 informat ion 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 . 0-7 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 02/09/20 10 SC -8 - - - - - PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City . In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d 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 ag~in contact the Signs and Markings Division to reinstall the permanent sign and shall leave hi!, 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 I 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 neces sa ry , clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of di11 or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 02/09/20 10 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 befo re acceptanc e by the City of Fort Worth or its representative . This cleanup shall include remov a l of all obj ectionable rocks , pieces of asphalt or concrete and oth er con structio n mat eri als, and in ge ne ral pr eparing the site of the work in an orderly manner and appea rance . The Ci ty of Fort Worth shall give final acceptance of th e completed project work . D-15 SAFETY RESTRI CT ION S -WO RK NEAR HIGH VO LTAGE 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 inch es, painted yellow with black letters that are legible at twelve feet shall be pla ce d inside and outside vehicles such as cranes , derricks , power shovels , drilling rigs , pile drivers , hoistin g equipment or similar apparatus . The warning sign shall read as follows : "WARNING -UNLAWFU L TO OPERATE THIS EQUIPMEN T WITHIN SIX FEE T OF HIGH VOL TAG E LINES ." 2. Equipment that may be operated within ten f eet of high voltage lines shall have insulating cage-type of guard about the boom or arm , except back hoes or dippers, and insulator links on the lift hook connections . 3. When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines , or raise or lower the lines . The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for compa rison only and may not reflect the actual quantities . There is no lim it 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 diffe rences in estimated quantities versus actual quantities . D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw . All sawing shall be subsidiary to the unit cost of the respective item . D-18 PROJECT DESIGNATION SIGN 02/09/20 10 SC-11 PART D ~ SPECIAL CONDITIONS Project signs are required at all locations . It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting . In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size . The information box shall have the following information: For Questions on this Project Call : (817) 392 -8306 M-F 7 :30 am to 4:30 p.m. or (817) 392 -8300 Nights and Weekends Any and all cost for the required materials, labor , and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width , between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction , Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair . D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item 208.3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. 02/09/2010 SC-12 liil - - - PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of Backfill Materials , Construction Specifications, and General Contract Documents. D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR -028 ,STR -029 and STR-031 refer to using 2 :27 Concrete as base repair . Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete . D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots , driveways , gravel surfaced roads, within easements, and within existing or future R.O.W . shall be in accordance with Sections E1-2 Backfill and E2 -2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own . All trenching operations shall be confined to the width of permanent rights -of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL : Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P. I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2 .3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, Type "B" backfill material shall be used only with the consent and approval of the Engineer. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure WTR-029 . Sand material specified in WTR-029 shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces , lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 02/09/2010 SC-13 PA RT D -S PEC IAL CO ND IT IO NS • Less than 10% passing the #2 00 sieve • P . I. = 1 O or le ss Additionally , the crushed lim e stone e mbedme nt gradation sp e cifi ed in S ect ion E 1-3 Cru s hed Limestone for Embedme nt of the Gene ral Contract Docum e nts and Sp ecifi cation s s h a ll be replaced with the following : Sieve Size 1" 1/2" 3/8 " #4 #8 % Retai ned 0-10 40-75 55 -90 90 -100 9 5-100 All other provision s of thi s section s hall re ma in th e sa me. 3 . TRENCH COMPACTION : All trench backfill s hall be pl aced in lifts p e r E2 -2 .9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90 % Standard Proctor Density (A.S .T.M . 0698) by mec hanica l devices specifically d e signed fo r compaction or a combination of methods subject to approval by the E ngineer. 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 mate rial to be compacted as described above must be with in +-4% of its optimum moisture content. The City, at its own expense , will perform trench compaction tests per A.S.T.M . standards on all trench backfill. Any retesting required as a result of failure to compa ct th e backfill materia l to meet the standards will be at the expense of the Contractor and w ill 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 provid ing 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 t he 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. 02/09/201 0 SC -14 - PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench , a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends . It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter . The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will perm it 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 Serv ices 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. 8. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926 , Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels . 02/0912010 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a tre nch that are inclin e d 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 w ithstand the forces imposed on it by a cave -in and protect workers within the structure . Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cav e- ins. Shoring systems are generally comprised of cross -braces , vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D . MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation . The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials , equipment and incidentals necessary for the installation and removal of trench safety systems . D-26 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement , and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans , and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults , Etc ., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009 . 2. DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre -cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS : Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. 02/0912010 SC-16 r - liiiiill - PART D -SPECIAL CONDITIONS Manholes in open fields , unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames and covers shall be PAMREX, or approved equal , with 30 -inch clear opening . Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover . Bearing surfaces shall be machine finished . Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . 6. SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with Figure 105 . All shallow cone manholes shall have a cast iron lid and frame with pick slots . NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole . 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to , a minimum or 14 mils dry film thickness . 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre -formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years . B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT : Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer . Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer . 02/09/2010 SC-17 PART D · SPEC IAL COND ITI ONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOL ES: Excavate (r ectangul ar 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 ma nhol e wall keeping th e sides of the trench nea rly ve rtic a l. Remove manhole frame from the manhole structure and obs erve the condition of th e frame and grade rings . Any frame or grade ring that is not suitable for use as determined by th e Engineer shall be replaced. Grade rings that are constructed of brick, block materi a ls other than pre -c ast concrete rings , or where necessary and approved by the Engineer, shall be replaced with a pre -cast flattop section. Pre -cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of th e manhole to a point 24 inches below the frame. If the walls or cone section below this le vel are structurally unsound , notify the Engineer prior to replacement of the grade rings and manhol e frame. Ex isting brickwork , if damaged by th e Contractor, shall be replaced at the Contractor's expense. Wire brush manhole fram e a nd ex posed manhol e surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed . Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre- formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims , wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame . In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten ( 10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness . 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches ·below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/09/201 0 SC-18 - PART D -SPECIAL CONDITIONS The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing , lift hole sealing and exterior surface coating . Payment shall not include pavement replacement , which if required, shall be paid separately . The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to , joint sealing , lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-27 SANITARY SEWER SERVICES Any reconnection , relocation , re -routes, replacement , or new sanitary sewe r 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 coord inating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6 .15 . D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vert ical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill , saddles, tees , fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber.· The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re -routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations 02/09/20 10 SC-19 PART D -SPECIAL COND IT ION S (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) pe rc e nt minimum slope (or as specified by the Engin ee r) req uirement is satisfied. Elevations s ha ll also be verified at all bend locations on the service re-route. All applicable sewer mains , lat e rals and affected service lines that are installed without pre-constr uction de -holing at the affected residences (to verify desi gn elevations) shall be re moved and re placed as necessary at the Contractor's expense in the event grade conflicts are brought to light after de -holing is conducted . All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If th e 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 th e Engineer) is satisfied . Prior to backfilling, the Contractor shall double check th e grad e of the installed service line and submit s igned docum en tation verifying that the lin e 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 s ubmitted . All re-ro utes that are not instal le d as designed or fail to meet the City code shall be reinstalled at the Contractor's expense . The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code . Connection to the existing sewer service line shall be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling A.S .T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean -out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property . Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on pr ivate 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 pr ivate 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 existing facilities will necessarily be required as shown on the plans , and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2 -2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. 02/09/2010 SC-20 PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and . returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials . The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer . Surface restoration shall be compatible with existing surrounding surface and grade . D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault , the vault shall be demolished in place to a point no less than 18" below final grade . E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade . The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer . Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. 02/09/2010 SC-21 PART D -SPECIAL CONDITION S H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section , all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2 -2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill , as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage Yard. C . PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows : separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes , regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i .e ., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 02/09/2010 SC-22 PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, _acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 21h pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-31 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator ("Administrator"}, of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-32 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-33 SUBSTITUTIONS 02/0912010 SC-23 PART D -SPECIAL COND ITIONS The spec ifi ca tion s for materials set out t he minimum standard of quality, which the City believes neces sary to procure a sa tisfactory project. No substitutions will be permitted until the Contractor has received writt e n permission of the Eng in eer to make a s ub st ituti on for th e material, which has been specified. Where the term "or equa l", or "or appro ved eq ua l" is used , it is und e rstood that if a mat e rial , product, o r piece of equipment beari ng th e name so used is furni shed, it will be approvable, as th e particular t rade name was used for the purpose of establishing a standard of quality acce ptabl e to the City . If a product of any other name is proposed for use, the Eng ine e r's approval th e reof mu st be obtained before th e Contracto r procures th e proposed substitute. Where the term "or equal", or "or appro ved equa l" is not used in the spec ific ations, this do es not necessa rily exc lud e alt ernati ve it ems or material or equ ipm en t which may acco mpli sh th e int e nd ed purpose . However, th e Contractor s hall have the full responsibility of proving th at the proposed subst itution is, in fact, equal, and the Engine er, as the representative of th e City, s hall be the sole judge of th e acceptability of substitution s. T he provisions of this sub-section as related to "s ubstitutions" shall be app lic ab le to a ll sections of the se specif ications. D-34 PRE-CONSTRUCTION TELEVISION IN SPECT ION OF SAN ITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of ex isting sanitary se wer line s to be abandoned, removed (exce pt where be ing replac ed in the same lo ca tion), or rehabilitated (pipe enlargement, c ured-in -pl ace pipe, fold and form pipe, s li p-lin e, etc.), shall be cleaned, and a television inspection performed to identify any activ e sewer service taps , other sewer laterals and their location. Work shall consist of furnishing a ll la bor , material , and equipment nece ssary for the cleaning and inspection of th e sewer li nes by means of closed circuit television. Satisfactory pre cautions 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 . T he 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 wat e r tank, auxiliary engines, pumps , and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes . If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned . 02/09/2010 SC-24 .r.-· PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily . No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup , including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL : All sludge, dirt, sand, rock, grease , and other solid or semisolid material resulting from the c leaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section , which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted . 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions . The camera, television monitor , and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps . In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter . Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy 02/0912010 SC-25 PART D -S PECIAL CONDITIONS of the distance meter shall be checked by us e 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. DOCUM ENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition , other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded , and a copy of such records will be supplied to the City . 3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as s uch photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded . The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days . Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre -Construction C leaning 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 02109/2010 SC-26 PART D -SPECIAL CONDITIONS evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site . Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall be incidental and no payment shall be made . The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor , and the costs must be included in the bid price for TV Inspections . The cost of retrieving the TV Camera, under all circumstances , when it becomes lodged during inspection, shall be incidental to TV Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable , regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL : This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION : 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (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 C1244-93: 02109/2010 Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-lnch Dia . 60-lnch Dia. (FT.) Manhole Manhole Oto 16' 40 sec. 52 sec . 18' 45 sec. 59 sec . 20' 50 sec. 65 sec . SC-27 PART D -SPECIAL CO NDITIONS 22 ' 55 sec. 72 sec. 24 ' 59 sec. 78 sec. 26 ' 64 sec . 85 sec. 28 ' 69 sec . 91 sec . 30' 74 sec. 98 sec. For Eac h 5 se c . 6 sec . Additional 2' 1. AC CEP TAN CE: The manhole shall be considered acceptable , if the drop in the level of vacuum is less than one -inch of me rcury (1" Hg) after th e re quired test time . Any manhole, whi ch fails to pass th e initi a l test , must be rep a ired by either pressure grouting through the manhole wall or digging to expose the ex terior wall of the manhole in order to locate the le ak a nd sea l it with an epoxy sealant. T he manhol e shall be retested as described above until it has successfully passed the test. Following completion of a su cc essf ul t est , th e manhole shall be restored to its normal condition, a ll temporary plugs shall be remov ed , a ll braces, equipment, and debris shall be remo ved and disposed of in a manner sat isfactory to the Engineer. C. PAYMENT : Payment for vacuum testing of sanitary sew e r manholes shall be paid at the contract price per each vacuum test. This price shall include all material , labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein . D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sect ions of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line . D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the 02/09/2010 SC-28 PART D -SP ECIA L CONDITION S satisfaction of the Engine er; and if unsatisfactory , eq ui pment shall be re moved a nd no payment will be made for an unsatisfactory insp ection . C. EXECUTION : 1. TELEVISION INSPECTION : T he camer a shall be moved through the line in eith er direction at a moderate rate, stopping when necess ary to pe rmit proper docum entation of any sewer se rvice taps . In no ca se will th e television came ra be pulled at a sp eed greater than 30 feet per minute . Manual winches , powe r winche s, TV cable, and powered rewinds or other devices that do not obstruct the cam era 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 on e time for review by the Engi nee r. When manually operated winches are used to pull th e televis ion cam era through the line , telephones or other su itable me ans of communications shall be set up between th e two manholes of the section be ing inspected to e nsure good commun ications betw een members of the crew . The importance of accurate distanc e measurements is emphasiz ed. All television inspection vid eo tapes shall have a foota ge 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 no t be allowed. Accu racy of the distance mete r shall be checked by use of a walking meter, roll -a-tape, or other suitable dev ice , 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 wate r 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 reco rds shall be kept by the Contractor and w il l 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 telev ision 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 Cont ractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operat ions . 4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visua l 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 0 2/0912 010 SC-29 PART D -SPEC IAL CONDITIONS and may be retained a maximum of 30 ca lendar days. Equ ipment shall be provided to th e City by the Con t rac to r for revi ew of th e tapes . Tapes will be returned to the Contractor upon comp let ion of re view by the Eng in ee r. Tapes shall not be erased without the permission of the Eng in eer. If the tapes are of suc h poor quality that the Engineer is unab le to evaluate the condition of the sewer lin e or to locat e service connections, the Contractor shall be required to re- televise and provide a good tape of th e lin e at no additional cost to the City . If a good tape ca nnot be provided of s uch quality that can be reviewed by the Engineer, no payment for telev is ing this portion sha ll 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. PA YMEN T OF POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SE W ERS: The cost for post-construction Television Inspection of sanitary sewers shall be per lin ear foot of se wer televised. The Contractor shall provide th e Engineer with tapes of a quality th at th e particular piec e of sewer can be readily evaluated as to sewer conditions and for prov id ing appropriate means for review of the tap es by the Engi neer. Television inspection s hall includ e nec essa ry cleaning (hydraulic jet or mechanical cleaner) to provide vid eo image re quir ed for line analysis. T he quantity of TV inspection shall be measured as the total le ngth of new pipe installed. All costs associated with this work shall be in cluded in the appropriate bid item -Post -Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-38 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failu re of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. 02/09/2010 SC-30 PART D -SP ECIAL CONDI T ION S E. The Contractor shall provide a copy of the trip t icket for each load of fill material de liv ered to the job site. The tick et shall specify th e nam e of th e pit supplying th e fill material. D -39 TEMPORARY ERO SION, SEDIMENT, AND WAT ER PO LL UT ION CONTROL (FO R DISTURB E D AREAS LESS THAN 1 ACRE ) A. DESCRIPTION : This item shall consist of tempora ry soil erosion sediment and wate r pollut ion control measures deemed necessary by th e Engin eer fo r th e duration of the contract. T hese cont rol measu res shall at no time be us ed as a substitute for the permanent control meas ures unless otherwise directed by the Engineer and they sha ll not includ e measure s taken by the CONTRACTOR to control conditions created by his construction ope rations. The temporary measures shall includ e dikes, dams , berm s, sediment basins, f iber mats, jute netting , temporary seeding , straw mulch , asphalt mul c h, pl as tic lin e rs , rubble liners, baled -hay retards , dikes , slope drains and other devices . B. CONSTRUCTION REQUIREMENTS : Th e Engineer has the authority to define erodibl e earth and the authority to limit the s urface area of erod ible -earth mater ial exposed by preparing right- of-way , clearing and grubbing, the surface area of erodibl e-earth mater ial expos ed by excavation , borrow and to di rect the CONTRACTOR to provide temporary pollution -cont rol measures to prevent contamination of adjacent st reams , 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 prog ress 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 soi l-erosion -control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construct ion roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 3. Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary . Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 5. All waterways shall be cleared as soon as practicable of false work , piling, debris or other obstructions placed during construction operat ions that are not a part of the finished work . 02/09120 10 SC-31 PART D -SPECIAL CONDITIONS 6 . The Co ntractor shal l take suffic ient precautions to prevent pollution of streams, lakes and re ser voirs with fuels, oil s, bitum en, calcium chloride or other harmful materials . He shall co ndu ct and sc hedule hi s operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of mig ratory fish. C . MEAS UR EMENT 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 th is work. D-40 INGRESS AND EGRESS /OBSTR UCT ION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent prop e rty 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 minimiz e obstruction of access to drives and property during the progress of construction. Notification s ha ll be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All prop ert y along and adjacent to the Contractors ' operations including lawns , yards, shrubs, trees, etc., s hall be preserved or restored afte r 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 considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. 02/09/2010 SC-32 PART D -SPECIAL CONDITION S D-43 CITY OF FORT WORTH STANDARD PRODUC T LIS T Proposed products submitt ed in the bid docum e nts must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsiv e. Products and processes listed in the "City of Fort Worth Standard Product Li st shall be con sid ered to me et City of Fort Worth min imum technical requi rements . D-44 TOPSOIL , SODDING , SEEDING & HYDROMU LCHING This item shall be performed in accordance wit h the City of Fort Worth Parks and Community Services Department Sp ecifications for Topsoil , Sodding and Seeding . 1. T OPSOIL 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 medi ans to the lines and grades as established by the Engineer . CONSTRUCTION METHODS : Top soil will be secured from borrow sou rces 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 var ieties for sodding are Prairie and 609 . MATERIALS : Sod shall consist of live and growing Bermuda , Buffalo or St. Augustine grass secured from sources where the soil is fertile . Sod to be placed during the dormant state of these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy , virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots . The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted . When so directed by the Engineer , the sod existing at the source shall be 02/09/20 10 SC-33 PA RT D -SPE CIAL CO N D IT IO N S wat e red to t he ex te nt required pr io r to exc avat ing. Sod materi a l s ha ll be pl a nt ed within three da ys afte r it is ex cavated . CON STR UCT ION METHODS : Aft er the designated a reas have been completed to the lines, g rades, a nd c ro ss -se ct io ns shown o n th e Drawings a nd as provided for in other items of th e co ntract, sod d ing of th e typ e specifi ed shall be pe rformed in accordance with the requirem e nts he re in afte r des c ri bed . Soddi ng sha ll be either "spot" or "block"; e ither Bermuda , Buffalo or St. August in e g rass. a . Spot Sodd ing Fur ro ws parall e l to th e curb lin e or sid ewa lk lines, twelve (12) inch e s on centers or to the dim e nsions s hown on th e Drawings , shall be op e ned on area s to be sodded . In a ll furrows, sod a pp ro xim ate ly th ree (3) inche s square shall be placed on twelve (12) inch centers at pro per de pth so th at th e top of the sod shall not be more than one -half ( 1 /2) inch below th e fin is hed grade. Hol e s of equiv alent depth and spacing may be used instead of furrows. T he so il sha ll be firm aro und ea ch blo c l< a nd t he n th e entire sodded area shall be carefully ro ll ed wit h a hea vy, hand roll e r deve loping fift een (15) to twenty -five (25) pounds pe r sq uare in ch compre ss ion. Ha nd tam ping may be re qu ired on terraces . b. Blo ck Sodding. At locations on th e Drawings o r whe re directed , sod blocks shall be carefully plac ed on the prepared areas . T he sod shall be so placed that t he entire designated area shall be cov e red , 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 . Surface s of block sod , which , in the op inion of t he 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 peg s drive n through t he sod block to the firm earth, sufficient ly 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 immed iately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: 02/09/2010 SC-34 PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name , type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furni s hed shall be of the previous season's crop and the date of analysis shown on each t ag s hall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wh eatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a., URBAN AREA WARM -SEAS ON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total : 100 Total : 100 Table, 120 .2 .(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total : 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a . Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. 02/09/2010 SC-35 PAR T D -SPECIAL CONDITIONS b. Fini s hing . Where applicable , the shoulders , slopes , and ditches shall be smoothed aft e r seed bed preparation has been completed and shaped to conform to the cross -section pr eviously provid ed a nd existing at the time planting operations were begun . BROA DCAST SEE DING : Th e seed or seed mixture in the quantity specified shall be uniformly distributed over the are as shown on the Drawings and where directed. If the sowing of seed is by hand , rath e r than by mechanical methods, the seed shall be sown in two directions at right a ngle s to each other . Seed and f e rtilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 4 5, Construction Methods , is not applicable since no seed bed preparation is required . DISC ED S EE DING : 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 reduc ed to les s than on e (1) inch in diameter or they shall be removed . The area shall th e n be finished to lin e a nd grade as specified under "Finishing" in Section D-45 , Construction Methods . T he seed , or seed mixture , specified shall then be planted at the rate required and the application shall be mad e uniformly . If the sowing of seed is by hand rather than by mechanical methods , se ed shall be rak ed or harrowed into the soil to a depth of approximately one -eight (1 /8) inch . The planted area shall be rolled wi t h a corrugated roller of the "Cultipacker" type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . The area shall then be finished to line and grade as specified und e r "F inishing" in Section D-45 , Construction Methods . Wate r 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 giv ing a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth . The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings , or if Drawings are not included, then MS-2 shall be used . Applications of the asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparat ively smooth. 0 2109/20 10 SC-36 PART D -SPECIAL CONDITIONS RE-SEEDING OF AR EAS PLANTED WITH COOL SEASONS SPECIES : Areas where temporary cool season sp ecies have been planted may be replanted beginning February 1 with warm season sp ec ies as listed in Table 120 .2(2)a . The re -seeding will be achieved in the following manner. The cool season speci e s shall be mowed down to a height of one (1) inch to insu re 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 impl e ment which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4 . HYD ROMULCH S EE DING : If hydro mulch seeding is provided, seed mix shall have 95 % purity of Bermuda grass and have a germination rate of 90 %. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. 'The figures in the analysis represent the percent of nitrogen , phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertil izer as a particular item of work shall meet the approval of the Engineer . Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT : Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. 02/09/2010 SC -37 PART D ~ SPECIAL CONDITIONS Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding . PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensa t ion for excavating (except as noted below), loading, hauling , placing and furnishing all labor, equipment , tools , supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply , transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials ; and for all materials , labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be .paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . 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 applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces . 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete . 8. T he inspector along with appropriate City staff and the City 's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 10 . Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies , which are discovered at the time of final inspection . 11 . Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection " of PART C -GENERAL CONDITIONS . D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks , and tree roots at each work site . All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering . 2. Any and all trees located within the equipment operating area at each work site shall , at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area . 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work . No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree . 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6 . At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.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 utilizat ion of the best agricultural practices and procedures. 02/09/2010 SC-39 PART D -SP ECIAL CONDI T ION S 9 . Short tunn e ling shall consist of power augering or hand exc avation . Th e tunn el di a mete r shall not be larger than 1-1/2 times the outside pipe diam eter . Voids re maining aft e r pip e installation shall be pressure grouted . D-48 CONCRETE ENCASEMENT OF SEWER PIP E Concrete encasement of sewers shall be paid fo r at the Contract Unit Pri ce pe r lin ea r .foot of concrete encasement as measured in place along the centerlin e of the pipe for each pipe diam et e r indicated . The Contract Unit Price shall include a ll costs as sociated with installation and reinforcem e nt of th e concrete encasement . D-49 CLAY DAM Clay dam construction shall be performed in accordance w ith the Wastewater Clay Dam Construction , figure in the Drawings in these Specifications , at locations indicated on the Dr awings or as directed by the City. Clay dams shall be keyed into undisturb ed soil to mak e a n imperv ious barrier to reduce groundwater percolation through the pipeline trench . Const ruction mate ria l shall consist of compacted bentonite clay or 2:27 con crete . Pa y men t for wo rk s uch as forming , pl acing and finishing shall be subsidiary to the price bid fo r pipe insta ll ation . D-50 EXPLORATORY EXCAVATION (D -HOLE) T he Contractor shall be responsible for verifying the locations of fill exist ing 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 enginee r. 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 enti re project. If the contractor determines an existing utility is in conflict w ith the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications . The contractor shall make the necessary repairs at the exploratory excavation (D -Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D -Hole). Payment shall not be made for verification of exist ing 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 requi red , shall be included in the linear foot price bid of the appropriate BID ITEM(S). 02/09/20 10 SC-40 PART D -SPECIAL CONDITIONS 51.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : For the inside and outside of casing pipe, coal-tar protective coating in accordance 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 E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 51.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 51.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the 02/0912010 SC-41 PAR T D ~ SP ECIAL CON DITION S Engineer, and all efforts shall be made to ke e p this down time to a minimum . In case of shutting down an existing main, the Contractor shall not ify the City Proj ect Mana ge r, Construction Services, Phone 817 -392 -8306 , at least 48 -hours prior to th e requi re d shut down time. The Contractor's attent ion is di rected to Paragraph C5 -5 .15 INT ERRUPTION OF SERVICE, Page C5 -5(5), PART C -GENERAL CONDI T IONS OF TH E WAT ER DEPARTM ENT G ENERAL CONTRACT DOCUM ENTS AND G ENERAL SPECIFICATIONS. The Contractor shall notify th e custom e r both pe rson a lly a nd in writin g as to the location, tim e, and s~hedule of the service interrupt ion . Th e cost of removing any existing concrete blocking shall be includ ed in th e co st of connectio n. Unless bid separately all cost incu rred shall be includ ed in the lin ear foot pric e bid for the appropriate pipe size. 51 .6 Valve Cut-Ins It may be necessary to cut -in gate valves to isol ate th e water main from whi c h th e extension and/or replacement is to be connected . Thi s may require closing valve s in other lin es and putting consum e rs out of service for that period of tim e necessary to c ut in th e new valve ; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of insp ectio n. All consum e rs sha ll be individu a lly 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 , fitting s, blocking and a ll oth e r ass oci ate d appurtenants required, shall be included in the price of the appropriate bid items. 51. 7 Water Services The relocation, replacement , or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer . All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) anq corporation stops , ty pe 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 . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box. All services which are to be replaced o r 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. 02/09/2010 SC-42 PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged , and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS : Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction . The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper . and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately . Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 02/09/2010 SC-43 PART D -SPECIAL COND ITIONS 4 . NEW SERVIC E: When new services are required th e contractor s hall in stall tap sa ddle (when required), corporation stop, type K copper service line , curb stop with lock wings , and meter box. Reinforced plastic meter box e s with cast iron lid shall be provid ed for a ll 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E 1-18A -Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Lin e from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops , and fittings sha ll be included in the price bid f or Service Taps to Mains. Payment for all work and materials such as furnishin g and setting new meter box shall be included in the price bid for furnish and set met er box. 1. MULTIPLE SERVICE BRANCH ES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnish in g and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4 -inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work . The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to· the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3 . 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-44 - PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points . When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections , removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used . The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs . The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 1 O parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 02/09/2010 SC-45 PAR T D -SPEC IAL COND IT IONS 51.11 Water Sa mple St ation G EN ERAL: All water sa mpling station in sta llation s will be per att ac hed Figure 34 o r as req ui red in large water met e r vaults as per Fi g ure 33 unl ess oth e rw ise d irec ted by t he Engi neer. The appropriate water sampling sta t ion will be f urnish ed to t he Con tr actor free of charg e; howeve r, the Contractor will be requir ed to pi ck up th is it e m at th e Field O pe ration s Ware hous e . PAYM ENT FOR FIGUR E 34 INSTAL LAT ION S: Payment for all work a nd mat e rial s necessary for the install ation of the 3/4 -inch typ e K copper se rv ice lin e will be s hall be included in the price bid for copp e r Se rv ice Line from Ma in to Met e r. Payment for all work and mater ials neces sary for t he in st a ll at io n ta p sa dd le (if req ui red), corporation stops , and fittings shall be includ ed in th e price bid for Se rvic e Ta ps to Main . Payment for all work and materials necess ary for the install ation of the sa mpling station , concrete support block , curb stop , fittings , and an incid e ntal 5-f ee t of type K copper service line which are required to provide a complete and funct ion a l water sampling station s hall be included in the price bid for Water Sample Station s. PAYMEN T FOR FIGUR E 33 INSTA LL ATIONS : Payment fo r all work and materials necessary for the installation tap saddle , gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and ma t er ials necess ary for the installation of the sampling station, modification to the vault, fittings , and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe , fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings : E2-7.11 DUCTILE -IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1 -7. The price bid per ton of fittings shall be payment in full for all fittings , joint accessories , polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed . All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification 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 . 02/09/2010 SC-46 PART D -SPECIAL CONDITIONS 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". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel 'T' = Bar stakes, 6 feet long. 4. Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 02/09/2010 SC-47 PART D -SPECIAL CONDITIONS 9 . Backfill and compact the trench immediately after tre nch ing. 10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by th e Engineer. 11 . Within 24 hours, prune flush with grou nd and backfill any exposed roots due to construction activity . Cover with wood chips of mulch in order to equalize s oil temperature and minimize water loss du e to evaporation . 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods , equipment and protection . E. MULCHING : Apply 2-inches to 4 -inches of wood chips from trimming or clearing operation on areas designated by the Engineer . F. Tree Pruning shall be considered subsidiary to the project contract price . D-56 TREE REMOVAL Trees to be removed shall be removed using applicable methods , including stump and root ball removal, loading , hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried . The Contractor shall immediately repair or replace any damage to utilities and private property including , but not limited to , water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner . All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed . D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock , if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders , and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information , at the locations shown on the logs of borings in the appendix of this specification , it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location , or elevation, as shown on the boring logs . It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site . The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 02/09/2010 SC-48 PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: · The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block , the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached . The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block . In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . Electronic versions of the sample flyers can be obtained from the Project Construction Inspector .. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-59 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS 0 -60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service lin e is installed or replaced , the Contractor sha ll in sta ll a two- way service cleanout as shown in the attached detail. C leanouts are to be installed out of high traffic areas such as driveways , streets , sidewalks , etc . whenever possible. Wh en it is not possible , the cleanout stack and cap shal l 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 sa nitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. 0-61 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 ex isti ng asphalt sha ll 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 trans ition between the exist ing pavement and the temporary repa ir. Cost of saw cutt ing shall be subsidiary to the temporary pavement repair pay item . The contractor shall be resp onsibl e 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 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, mainta in, 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 contro l 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 Te):(as 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 . 0-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construct ion , right-of-entry agreements, and/or permits to perform work on private property . The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or 02/09/2010 SC -5 0 PART D -SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained , are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6 -6 .1 0 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 C ity has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen , shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. 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 RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents . Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. 02109 /201 0 SC-51 PART D -SPECIAL CONDITIONS This penalty shall be retain ed 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 Cod e, 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 initia l 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 th e 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 agre e on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction . Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the · name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker . The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 02/09/20 10 SC-52 PART D -SPECIAL CONDITIONS D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP . Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently , if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state , as defined by the NESHAP, it can be disposed as a conventional construction waste . The Environmental Protection Agency (EPA) defines friable as material , when dry, which may be crumbled , pulverized or reduced to powder by hand pressures . C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation , and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable . The Excavator is responsible to employ those means, methods , techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the 02/09/2010 SC-53 PART D -SPECIAL CONDI T IONS permit can be obtain ed through the Int e rnet 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 Intern et at www.dfwstormwat e r.com/r unoff.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 th at, if properly utilized, can minimize the need for physic al controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70 %. NOTICE OF INTEN T (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 contracto r understands the requirements of the permit for storm water discharges from construction activities and that me asu res 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 th e contractor moving on sit e a nd s ha ll includ e the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team ; MC -228 P.O. Box 13087 Austin , TX 78711 -3087 A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a 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 . 02/09/2010 SC-54 PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of 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. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions . 02/09/2010 SC-55 PART D -SPECIAL CONDITIONS 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 addit ional information as the City, in sole discretion may require , including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to th e 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 const ruction 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 : I . A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 1 O days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4 . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 0210912010 SC-56 PART D -SPECIAL CONDITIONS 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 Pollution 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. END OF PAR'I1 D -SPECIAL CONl)l'l,IONS 02/09/2010 SC-57 PART D -SPEC IAL CO N D IT IONS (To be pr inted on Co nt ractor's Le tt erhea d) Date: CP N No .: Proj ect Na me: Ma psco Locat io n: Lim its of Co nstructio n: THIS IS TO INFORM YOU THAT UND E R A CONTRACT WITH TH E CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PRO PE RTY . CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. I F YOU HAV E 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 02/09/20 10 SC-58 02/09/2010 PART D -SPECIAL CONDITIONS FORT WORTH ~ Date: ____ _ DOE HO. XX.XX Project Mame: 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 HA VE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR·----------~AT------~---- (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, -----------'' CONTRACTOR SC-59 PART D -SPECIAL CONDITIONS DEMOLITION/ RENOVATION NOTIFICATION FORM ~ TEXAS DEPARTMENT OF HEALTH ~. ; NOTE: GIR CLE ITEMS THAT ARE AMENDED T n H 0 NOTIFICATION#,...,.... _ _,...__,.----- ff 1) Abe1emen i Contr-actor : TOH icensa N umber: _____ _ i A<Jaress :-----------:_-_:_-_-:__-c"'"ir-'J :_________ Stale: __ __,Zip : ___ _ c Orrico P hono Numbor : ~-------------JDb Site Pllone Nui'nbtrt: ____________ _ e Sile Sup-erv:so r : TOH License Numb e r:-------------- ~ ~;~n~ 1:f~~~t: NESHI\P lndi11 idua1 : _______ r_o_~1 _L_i 00 _ 0 _se_N_u_rn_b_er:_.:_....,c=-e-r1"'"'i1i"""(;ll""t"'"io-n"""o,..a..,.te-·:::::::::::::::: a 0 r\ I y .J T A H p A 0 N e s H A p !J T lJ H Dc1nolition Contra ctor : ______________ 01/ice Phono Numllor.......,..._ __________ _ Ad dress ; ________________ Cily'. _________ sfs1e: ____ Zip : ___ _ 2) Projec t Co ri su lt an1 o~ Operator : _______________ TDH Lice nse Numb er:. _____ _ Ma ilino Ad<11ess : ____ -="'"_,.-------=-------,..,,,,.--:-:---:-:---:---,--.,.---------Cl ly : ________ Slalo:. ____ .Zip :._ ___ Ofllce Phon o Number: ________ _ 3) Faclli1y Owner: _________________________________ _ AtlllnliM :..,.,.. __________________________________ _ Ma i ling Adrlm,1,1 : _____________ ___,..------=----,---,----------- Clly :_ State: Zip : Owf'iet Phono Number_.__.__ ___ _ .. Nol.,: Tho IMoicQ for tho notllii:atlon too wl ll bo &ont to tho ownorotthc b111Jdlr1g Md tho bllllllD Oddre.n for ttio Invoice will be obtolnod from tho 11\formofion 1h~I Is provldod In thl G &ectlon. 4) Description or Fncility Nama=---------:---------..,--------="'----Physical l\dore.!>!>:_-,--:-_________ Co unly: City: _______ Zlp; ___ _ Facll i1y PhMe Number Facility Contact Person: ______________ _ Ooscriplion of Area!Room Nurnber=---------------------------Prior Use : ______________ Futuw Uso:. _________________ _ Age oi euildino1Facilliy : _____ Sloo: ____ Nurnbar of Flo ot.$:. _____ Scl1ool {K -12}: a Yr!$ o NO 5) Typo of Work: q Domotit!on o Rcnovotlon {Abntemcrit) Annunl Consolidated wo,k will be during: U DB}' 0 faonir.9 n Nigh! ': Pl1c1.s ad Project Ocsc ripUon of v,'Orksc?1cd u10:. ____________________________ _ 6} ts 11\ls ./l Public Building? n YES l'J NO federal Fa~lllty? D YES : NO Industrial Sita? 0 YES I ) NO 0 NESHAP-Onty Faclllty? t1 YES 11 NO IS 8ulldin9,f'FQcility Occupi ed? Ll YES ! 1 NO L V I 0 I a ti 0 n ? 7) No1ification Type CHECK ONLY ONE o Orlglnal {10 Working Days) G Cancellatfon Ii Amendmunt a Emcr9cncy/Ordorod II t11i s is .in tirnor'ldment, which amenrtmenl nv rnber le this?_ (Enclose e<>py of <>rlglni!l .'.lnd/or last amendment) II e n emergency, vitio did you talk with al 10111/ Emergency#:, _____ _ Dale anrJ Hour of EJnori:oncy (HH IMM/DDM')'-· _____ ,......_ 0 06(:tipl io n of lh a 6Udtla n, un ex pe ()led even1 and e~pkrnation of 110~, 111 0 ovont caused unsafe r.ondilions or Wouid ca i,se eq1Jl pme11t damage (compute:1s. machinery , etc. _______________________ _ a 8) 0Mcrip1ion of procedur9s to be followed In the evef'it that uno.xpot\lXI asbe stos is found or prevtou$.ly non-friable Y asbestos material becomes ctumbtoo. pul•,•e,ized. or reduced lo powlJer : ----------------- E s O) Was an Aiibeslos 3urvey performeo? !.l YES NO Oate: I TOH lnspecl()r License No : _____ _ <3 Analylical Method : o PLM O TEM O Assumed TOH Labc(a !ory License No:...,,. ____ _ N (For TAHPA (public building) projects: an essumptlon mus1 be made by a TDH Utonso<J lnspecto() tO) DescripF-0n of planned demotiliM -0r ranovallon work, typ9 of meterial, end method{s) to be used . .,.··------- 11) Oos criplion of work J>rnctices and en.ol~eerino CX>ntrols 10 tic used to ptovonl omissions or asbestos ,al the t1amolltion/renova1ion ; ______________________________ _ 02109/2010 S C -6 0 PART D -SPECIAL CONDITIONS --------------. -------------------------- 12} ALL nppllctiblc llcms lrl 1ho following table must be completed: IF NO AS8E$TOS PRESENT Ct~ECK HERE : Approximate amount of ChMk unit of mc:.isuromcnt Asbestos-Containing Building Material Asbestos Typa t----..;....'-'T----;..,.,..---~-1-~...-~...---.....----.--,.--l Pipes Surface Ar€a RACM lo ba remove d RACM NOT removed Interior Calo o I non -lriabfo remo\lad Extotior Cate o I non-friable rnm1;ived Cateco J non-friable NOT rerY1ovcd Interior Cot or II i1011-hiable removed Ex!Orior Cate o II non-f1iable remo•:ed Cate r, 11 non-fdeble NO'r rernovQd RACM Olf-FaCil ity Component 13) 1Naste Transporter Nmno : _____ ..,,,.,.. __________ TOH license Number.------Adtlross :. ___________ City: _________ State: _ Zip : ___ _ Contact Person: PhOfl&Nurnllur: ...._...._ _______ _ 14) Wasto Oit;pcsal Sile Neme ·"-----------------------------Addcess:_.,.-....,. ___________ Cily : _________ stala: ___ Zip; ___ _ "Telephone: TNRCC Permit Number:-------- 16) For strvoturelly unsouf\CI raclllllc.s, attact, ~ copy of tlemolilion order and Identify Governmental Official below: Namo: Reolstrallon No:------------- Title:__,.--,,...,..-,.,.~--......,--,------ Dale oforder (MM/DD/YYJ f I Date order to begin {MM/DDNY) ----- 16) Scheduled Oates of Asbestos Abatcmcn1 (MM/DD/YY) Sti!rl: --...:...------Compte1e : -""'''----'- 17) Stiheduled Dates Demolition/Renovation {MM/OD/YY) Slart: / / Complela :..,..,.. ... 1_ .... 1_. __ ___ .. Note: If the ata.11 dale on this 1101ilkation can l'!Qt bo mol, tho TOH lwgional or Local Program office Must bo con1acu1d by phom, prior lo the statt date. Palluro to do so Is n vlol:,Uon In 11ccor(f.1nco to TAHPA. Soctlon i!$CS.G1, l hereby car1ify !hat. &II itlfotmat.'!ln I tmve provided is couoct, eornploto. arid kuo 10 U1e bast of my knowledge. I acknowledge that I am respons ro10 for all nspects of tile nolificalion form. inclulling, but nol lJ1t,iti119 , <:cmtent and submission dates. TM maximum penalty is $10,000 per day per violation. (Signeh,irn or B1Jildln9 Owner/ Operator or Deleg.rite<1 Consu1tan1/Con1roctor} MAIL TO: ~Fnxcs 11to ,,o .t accoptorl" (P1lr,tct1 Namo) {Data) A$131!ST0S NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DJVISION TEXAS Ot::PAfUMeNT OP Hl!AL m PO BOX 143538 AUSTIN, TX 78714-3530 Pl·I: 512-834..{!600, 1.S00,572-!l5M} (Telephone) {Fox Nuinbcr) •FtJxcs :,re not ::u:ccptctJ~ Form APBli5. da/ecJ 07129/02. Replaces TOH fomi dotod 07113/01. For assistance in comp/11/ing form, Ci!/l 1·800·572-5548 02/09/2010 SC-61 PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 PART D ~ SPECIAL CONDITIONS ClassifieJtions Air i col Oper.ator Asphalt Raker Asphal1 Shovi;l er Asohali Distrilx1lor Ocer.;tor Asphalt P.,ivino Machine Ooi;rator Batching Plant We,gh er Sroom or SweeoerOoi;:ator Bulldozer Opera1or Caroen1er /Rouchl Conoreie Finisher-Paving Concrete Finis.her -Struotures Concrete Pavino Curbioa Mach. Ooer. Concrete P.ivl nn Finlshinci Mneh. Ooer. Concrete P:>vi ng Joint Sealer Oper. Concrete P avJno Saw Oper. Concrete P a.ving Sprea:fer Oper. Concrete Rubber Crnn'!1, Clamshell, Backhoe. Denic~. Or.igline, Shovel ::lectrioi;in f'l agg!!r Form Builder-S1ruc!ures form Setler· Paving .& Ct irbs 1Foundafion Drl ll Operator, Crawler Mounted Founda.tlcn Ddfl Ooerato.r, T ru ck Mounted F1o nt End Loader L3borer-Common La.b orer-tJtilily Mecha.nio Milli ng Machi ne Operator. F i ne Grade Mixer Ollerato.r Meier Grader Opero11or (Fine Grade) Moior Grader O.oeraior. Rouoh Orler Painl!!r, St,ucwrns Pavement M3rkina Machine Ooer. i?ioe t.:1ver Roller, Steel Wheel Pl ant-Mix f>3v11:men!s Ro!ler, S!HI Whei;J Other FlatwhHI or Tarnolno R.ol!er. Pneumatic. Self-Propelled Scr .. oer Relnfotolna Steel Setter 1?.ivlndl Reinforcina Stu! Sett-er (Struoture) Source is AGC onexas (Hwy, l·hry, U!ililies lnduslr!af Branch) www.acoess.gpogovldavlsbaconr 02/0912010 Hourlv Rates $10.C~ $13.~ se.e.o $13.l>P $12.78 $14.15 SG .8.8 $13 .22 $12 .80 $12 .$5 $13 .:27 $12.0'.l $t3.e3 $12.50 $14 .5{) $10 .et1 $14.12 $18 .12 $8 .43 $11 .03 $11 .S.3 $13.67 $16 .30 $12 .62 $9.18 $10.65 $16 .ll7 $1 1.S3 $11$ $15 .20 $14 .e-O $13.17 $10.04 $11.04 $11 .28 $10.02 $14.8!1 $16.:29 SC-63 _i.;.',,''\V :;r;;t' , " ';.ic:i. >:1/·, ·. · )rl~n::i. ?~~'.t{i:J;;;ir :1itT ·,; Cl3ssifica!lons Scraper Operaior Servicer S·lio Form Machine Op;;rntor Sore;11.de r BeK Operator Tractor eoer ator. Crnwl er Tvr>;! Tractor operator. Pneumat.ic Tr,welino Mixer Ooer:!ltor Truck Driver -Single Axle (Light) Truck Driver-Slnole Axle (Heavvl Truck Driver-Tandem Axle .S'!,n,I-Traller Truck Driver-Lowboy/Flonl Truok Driver-Transit Mi~ Wagon Drill. Boring Machi n&. Post Hole Driller Welder 'Norr. Zone Sa.r rio11d!! Servlc'!,r • Hrlv Rts $11.42 S12 .32 S 12.23 $10.92 $1:1.60 $12.0i S10.91 sn.47 S11.76 S1:2.0S. S ,4 .00 .S13.67 S 10 .0t> PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ................... OMIT PIPELINE REHABILITATION CURED-IN-PLACE PIPE ......................................... OMIT PIPE ENLARGEMENT SYSTEM ............................................................................ OMIT FOLD AND FORM PIPE ......................................................................................... OMIT SLIPLINING ,. ........................................................................................................... OMIT PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. OMIT TYPE OF CASING PIPE ......................................................................................... OMIT SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ........................................ OMIT PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .................... 4 MANHOLE REHABILITATION ................................................................................ OMIT SURFACE PREPARATION FOR MANHOLE REHABILITATION ........................... OMIT INTE RIOR MANHOLE COATING · MICROSILICATE MORTAR SYSTEM ............ OMIT INTERIOR MANHOLE COATING -Q UADEX SYSTE.M ......................................... OMIT INTERIOR MANHOLE COATI.NG -SPRAY WALL SYSTEM ................................. OMIT INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM ............................... OMIT INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EP OXY LINEROMIT INT ER IOR MANHOLE COATING-STRONG-SEAL-SYSTEM ................................. OMIT RIGID FIBERGLASS MANHOLE LINERS .............................................................. OMIT PVC LINED CONCRETE WALL RECONSTRUCTION ........................................... OMIT PRESSURE GROUTING ........................................................................................ OMIT · VACUUM TESTING OF REHABILITATED MANHOLES ........................................ OMIT FIBERGLASS MANHOLES ..................................................................................... OMIT LOCATION ANO EXPOSURE OF MANHOLES AND WATER VALVES ............ ._ .. OMIT REPLACEMENT OF CONCRETE CURB AND GUTTER ....................................... OMIT REPLACEMENT OF 6" CONCRETE DRIVEWA VS ................................................ OMIT REPLACEMENT OF H .. M.A.C. PAVEMENT AND BASE ........................................ OMIT GRADED CRUSHED STONES ............................................................................... OMIT WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ...................................................... OMIT BUTT JOINTS· MILLED ........................................................................................ OMIT 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ................................................ OMIT REPLACEMENT OF 7" CONCRETE VALLEY GUTTER. ....................................... OMIT NEW 7" CONCRETE VALLEY GUTTER ................... ., ........................................... OMIT NEW 4" STANDARD WHEELCHAIR RAMP .......................................................... OMIT 8" PAVEMENT PULVERIZATION .......................................................................... OMIT REINFORCED CONCRETE PAVENIENTOR BASE {UTILITY CUT} ...................... OMIT RAISED PAVEMENT MARKERS ............................................................................ OMIT POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ............. OMIT LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL .... OMIT ROCK Rf PRAP ·GROUT~ FILTER FABRIC .......................................................... OMIT CONCRETE RIPRAP ............................................................................................. :OMIT CONCRETE CYLINDER PIPE AND FITTINGS ....................................................... OMIT CONCRETE PIPE FITTINGS AND SPECIALS ....................................................... OMIT UNCLASSIFIED STREET EXCAVATION ............................................................... OMIT 611 PERFORATED PlPE SUBDRAIN ...................................................................... OMIT REPLACEMENT OF 4" CONCRETE SIDEWALKS ................................................ OMIT RECOMMENDED SEQUENCE OF CONSTRUCTION ............................... , ........... OMIT PAVEMENT REPAIR IN PARKING AREA .............................................................. OMIT EASEMENTS AND PERMITS ................................................................................. OMIT 10/23108 ASC-1 PART DA -ADDIT IONAL SPEC IAL COND IT ION S DA-49 HIGHWAY REQU I REMENTS ................................................................................. OMIT DA-50 CONCRETE ENCASEMENT ............................................ , ............................................ 6 DA-51 CONNECTION TO EX IST I NG STRUCTURES .............................................................. 6 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ......... ., .................. OMIT DA-53 OPEN FIRE LINE INSTALLATIONS ....................................................................... OMIT DA-54 WATER SAMPLE STATION ........................................... ., .............. .,., .................... OMIT DA-55 CURB ON CONCRETE PAVEMENT ...................................................................... OMIT DA-56 SHOP DRAWINGS ....................................................................................................... 6 DA-57 COS T BREAKDOWN ............................................................................................. OMIT DA-58 STANDARD STREET SPEC IFICAT IONS H.M.A.C. OVERLAY .............................. OMIT DA-59 H.M .A.C. MORE THAN 9 INCHES DEEP ............................................................... OMIT DA-6 0 ASPHALT DRIVEWAY REPAIR ............................................................................. OMIT DA-6 1 TOP SOIL .................................................................................................. , ............ OMI T DA-62 WATER METER AND METER BOX RELOCATION ANO ADJUSTME NT .............. OMIT DA-63 B ID QUANT ITIES ................................................................................... , ................ OMIT ~ WOR K IN HIGHWAY RIGHT OF WAY ................................................................... OMIT DA-65 CR USHED LIM ESTONE (FLEX-BASE ) .................................................................. OMIT DA -66 OP TI ON TO RENEW .............................................................................................. OMIT DA-67 NON-EXCLUSIVE CONTRACT .............................................................................. OMIT DA-6 8 CONCRETE VA LLEY GUTTER .............................................................................. OMIT DA-69 TRAFF IC B UTTO NS ............................................................................................... OMI T DA-70 PAV EME NT ST RI PING ................................................... ._ ... , ........................... , .... , ... OMIT DA-71 H.M .A.C. T ESTIN G PROC EDU RES . ., ............... ., ................................................... OMIT OA-7 2 SP ECI FICATION RE FERE NC ES .................................................................................. 7 DA-73 RELOCAT ION OF SP RIN K L ER SYSTE M B A CK -FLOW PREV ENT ER/C ONTROL V ALV E AND B OX ................................................................................................... OMIT DA-74 R ES ILI ENT~SEATED GATE VALV ES ........................................................................... 7 DA-75 EME RG ENCY SITUATION , JOB MOV E•IN ............................................................ OMIT DA-76 1 %" & 2" COP PER SERVIC ES ............................................................................. OMIT DA-77 SCOP E OF WO RK (UTIL. CUT) ............................................................................. OMIT DA-78 C ONTRACTOR'S RES PONSI B ILTY (U TIL. C UT }.. ................................................ OMIT -DA-79 CONTRACT TIME (UTIL. CUT) .............................................................................. OMIT DA-80 R EQUIRED CR EW PERSONN EL & EQUI P MENT (UTIL. CUT).. ........................... OMIT DA-81 TI _ME ALLOWED FO R UTILITY CU TS (UT IL: CUT) ............................................... OMIT 0 ~~82 UQUIDATEDDAMJ\GES(UTI L CU_T ) ................................................................... OMIT DA-83 PAVING REPAIR EDG ES (UTIL. CUT} .................................................................. OMIT DA-84 TRENCH BACKFILL (UTIL CUT} ........................................................................... OMIT OA -85 CLEAN ~UP (UTIL. CUT } .......................................................................................... OMIT DA-86 PROPERTY ACCESS (UTIL. CUT) .......................................................................... OMIT DA-87 SUBMISSION OF Bl.OS (UTIL. CUT) ...................................................................... OMIT DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT ) ........................................... OMIT DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ......................... OMIT DA-90 2°TO 911 H.M~A.C . PAVEIIJIENT (UTIL. CUT.) ......................................................... OMIT DA-91 ADJUST WATER VALVE BOXES, MANHOL ES, AND VAULTS (UTIL. CUT) ....... OMIT DA-92 MAINTENANCE BOND (UTIL CUT) ...................................................................... OMIT DA-93 BRICK PAVEM ENT (UTIL. CUT) ............................................................................ OMIT DA-94 LIM E STABILIZED SU B GRADE (UTIL. CUT} ........................................................ OMIT DA-95 C EMENT STABILIZ ED SUBGRAOE (UTIL. CU T ).. ................................................ OMIT 10/23/0 8 ASC -2 Q.A:1l§ DA -97 DA -98 DA -99 DA -100 DA -101 DA-102 OA-103 DA-104 DA -105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA -113 DA -114 DA-115 DA -116 DA-117 OA-118 DA-119 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ..................................... OMIT -. .. . -. . "QUICK-SET" CONCRETE (UTIL. cun ................................................................ OMIT UTILITY ADJUSTMENT (UTIL. CUT) ..................................................................... OMIT STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT).OMIT LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT} ............. , ................. OMIT CONCRETE CURB AND GUTIER (UTIL. CUT) ................................................. OMIT PAYMENT (UTIL. CUT) ........................................................................................ OMIT DEHOLES (MISC. EXT.) ..................................................................................... OMIT CONSTRUCTION LIMITATIONS {MISC. EXT.) .................................................. OMIT PRESSURE CLEANING ANO TESTING (MISC. EXT.) ....................................... OMIT BID QUANTITIES (MISC. EXT.) .......................................................................... OMIT LIFE OF CONTRACT (MISC. EXT.} .................................................................... OMIT FLOWABLE FILL (MISC. EXT.} .......................................................................... OMIT BRICK PAVEMENT REPAIR (MISC. REPL.L ................................................... OMIT DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ............. ._ ......... OMlT WORK ORDER COMPLETION TIME (MISC. REPL.) ........................................ OMIT MOVE IN CHARGES (MISC. REPL) .................................................................. OMIT PROJECT SIGNS (MISC. REPL.) ....................................................................... OMIT . -... LIQUIDATED DAMAGES (MISC. REPL) ........................................................... OMIT TRENCH SAFETY SYSTEM DESIGN (MISC. REPL) ........................................ OMIT FIELD OFFICE .................................................................................................... OMIT TRAFFIC CONTROL PLAN ................................................................................ OMIT COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ....... .,OMIT CATHODIC PROTECTION SYSTEM .................................................................... OMIT ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA -9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GEN ERAL : 1. Scope : This section governs all work, materials and testing required for the application of interior protective coating . Stru·ctures des ignated 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 protectio n shall meet the requirements of this Specification (and items DA-14 and DA-15) and th e Manufacturers recommendations and specifications. 2 . Description: The Contractor shall be respons ible for the furnishing of all labor, supervision , materials, equipment, and testing required for the completion of p rotective coating of structures in accordance with manufacturer's recomm enda ti ons. 3. Manufacturer's Recommendations : Materials and procedures utiliz.ed for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corros ion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B . MATERIALS: 10/23108 · 1. Scope : This section governs the materials required for completion of protective coating of des ignated structures. 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc . or a two-r:art 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 requ ired for leveling or filling): The specialty cement-based coating materia l shall be either Quadex QM -1s as manufactured by Quadex, Inc. or Refiner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer envr onment. The spray system shall exhibit the minimum physical properties as follows: 5. Property Tensile Strength Flexural St.ress Flexural Modulus Standard ASTM D-638 ASTM D-790 ASTM D-790 Long Term Value 5 ,000 psi 10,000 psi 550,000 psi Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material , which may be toxic under certain conditions shall be in ASC -4 PART DA -ADDITIONAL SP ECIAL C O NDITION S accordance with the recommendations of the manufact urer and in such a ma nn er as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are und er 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 thcroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations . C. EXECUTION : 10123108 1. General : Protective coating shall not be installed until th e structure is complete and in place . 2. Preliminary Repairs : a. All foreign materials shall be removed from the interior of the structur e using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger th a n approximately one -half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application . c . After all repairs have been completed , re mov e all loos e material. 3. Protective Coating : a . The protective coating shall be appli ed to th e 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) 2) 3) 4) The surface shall be thoroughly cleaned of all foreign material.s and matter. Place covers over the invert to prevent extraneous material from entering the sewers. If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 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 ta the Engineer. After the walls are coated, the wooden bench covers shall be removed . ASC-5 - PART DA -ADDITIONAL SPECIAL CONDITIONS 5) Th e final application shalt have a minimum of three (3) hours cure t ime 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 a pplication . 4 . Test ing of Rehabilitated Manholes : Testing of rehab ilitated manhol.es for watertig htness shall be perfo rmed by the Contractor after operations are complete in accordance with the Section D-36 -VACUUM TESTING OF SANI TARY SEW ER MANHOLES . D. MEA SUR EMENT AND PAYMENT : Payment shal.l be based on the Contract Unit Pr ice Bid pe r vertic al f oot. measured from the bottom of the frame to the top of the bench . The Con t rac t Unit Pric e shall be p;iyment in full for performing the work and for furnishing all labor , sup ervision, materi als, equipment and material testing required to complete the wor k. Pre ssure grouting, if necessary to stop active infiltration prior to application of the protective coating , shall be included in the above unit pr ice . Grouting of the pipe seals , bench and trough, and lower portion of a particular structure , if required by the Engineer , shall be paid fo r separately , as specified in Section DA-10 , MANHOLE REHABILITATION . DA -50 CONCRETE ENCASEME NT 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 . Payment fo r 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 fo r 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-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacture r'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 10/23108 ASC-6 PART DA -ADDITIONAL S PECIAL COND IT IO NS the project and general compliance with information giv en in th e Gen eral Contract Documents . Ind icated actions by the Engineer, which may result from his revi ew , sh a ll not constitut e concurrence with any deviation from the plans and specification s unles s such deviation s 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 des ign 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 dev iations, discrepancies or conflicts between submittals and the design drawings and/or sp ecifications ar e discovered , either prio r to or after submittals are processed, the design drawings and spec ifications shall gove rn . Th e Contractor shall be respons ible. for dimensions which are to be confirmed and correl ated at th e job site , fabrication processes and techniques of constr iction , coordination of his work with that of other t rades and satisfactory performance his work. The Contracto r s hall check and ver ify all measurements and review submittals prior to being submitted, and sign or initial a statem e nt included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application . Any devi ation from th e specifi ed crtt e ri a 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 . 2. Shop drawings shall be submitted for the following items prio r to installation : List the required submittals here Additional shop drawing requirements are described in some of t he material specifications . 3. Address for Submittals -The submitta ls shall be addressed to th e Project Manag e r: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification, prior to the date of these general specifications or re visions thereof, shall apply . DA-74 RESILIENT-SEATED GATE VALVES Any resi lient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPEC IF ICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1 . All resilient-seated gate val ves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. 10/23/08 ASC-7 ' :·;_.: SECTION E SPECIFICATIONS JANUARY 1, 1978 All materials , construction methods and procedures used in this project shall conform to Sections E l, E2 , and E2A of the Fort Worth Water Department General Contract Documents and General Spec ifications , 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: E 1-2.4 Backfil I: (Correct minimum compaction requirement to 95% Procter density and correct P.l. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type B Backfill (c) Maximum plastic index (Pl) 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 1Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this section to 95% Procter density except for paragraph a.l. where the "95% modified Procter density" shall remain unchanged). E l00 -4 WATERTIGHT MANHOLE lN SE RT S. SECT ION E 100 --MAT ERIAL SPEC ! FI CAT IONS MAT ERJAL STANDARD E I00 -4 J ANUARY I, 19 78 (ADDED 5/13/90) E l 00-4 .1 GENERAL: This sta nd ard cove rs th e furnishing and in sta ll at ion of wate rtight gas kete d manhol e inserts in the. Fo 1t Worth sanitary sewer co ll ect ion sys tem. E l00-4.2 MAT E RIAL S AND D ES IG N: a. The manhol e insert s hall be of corrosion -pro of hi g h density polyethe lene th at mee ts or exceeds th e requirements of ASTM D 124 8, Catego ry 5, Type TlT . b. The minimum thickness of th e manhol e in se rt shall be l/8". c. The manhol e insert shall hav e a gasket that provide s po s itive sea l in wet or dry · co n d i ti on s . The gasket s ha I I b e m a d e of c I o s e d c e 11 neop rene mbb er and meet the requirement of ASTM D 1056, or equal. d. The manhol e in sert sha ll have a strap for removin g the insert. T he st rap sha ll be made of minimum 1 wid e woven polypropal ene or nylon webbing , with the ends treated to prev ent unrav e lling. Sta inl ess stee l hardwar e shall be used to sec ur ely attac h strap to the in se 1t. e. The manhole insert s ha ll have one o r more vent hole s or va lves to re lease gasses and allow water inflow at a rate no greater than 10 ga llon s per 24 hours . E l 00-4.3 INST ALLA Tl ON : a. The manhole frame shall be c lea ned of al l dirt and debris before placing th e manhole ins ert on the rim. b. The manhol e in sert shall be fully seate d around the manhole frame rim to retard water from seepi ng between the cover and the manhole frame rim. ElOO (1) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT ............................................................................................ SP -4 3. PRECONSTRUCTION CONFERENCE. ............................................................. : ...... SP-4 4. EXAMINATION OF SITE ........................................................................................... SP-4 5. BID SUBMITTAL ....................................................................................................... SP-4 6. WATER FOR CONSTRUCTION ............................................................................... SP -5 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP -5 8. PAYMENT ................................................. ,. ................................................................ SP -5 9. SUBSIDIARY WORK ................................................................................................. SP -5 10. LEGAL RELATIONS AND RESPONSIBILITI.ES TO THE PUBLIC ....................................................................................................... SP -5 11 . WAGE RATES ............................................................................................................. SP -5 12 . EXISTING UTILITIES ................................................................................................. SP-6 13 . PARKWAY CONSTRUCTION ................................................................................... SP -7 14. MATERIAL STORAGE ................................................................................................. SP -7 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS .............................................................................................. SP -7 1.6. INCREASE OR DECREASE IN QUANTITIES .......................................... " ................. SP -7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAI.MS ................................... SP-7 18. EQUAL EMPLOYMENT PROVISIONS .......................................................... " ........... SP -8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) C:OMPLIA.NC·E .............................................................................................. SP -8 20. FINAL CLEAN UP ........................................................................................................ SP -10 21. CONTRACTOR 'S COMPLIANCE WITH WORKER'S COMPENSATION LAW ............................................................................................... SP-10 22.. SUBSTITUTION.S ...................................................................................................... SP-13 23 . MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13 24 . WORK ORDER DELAY ..................... , ........................................................................ SP -1 3 25. CALENDAR DAYS ..................................................................................................... SP-13 26. RIG.HT T'O ABANDON ................................................................................................... SP-13 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-14 2.8. MA.INTENANCE STATEM.ENT ................................................................................. SP -14 29. DELAYS ....................................................................................................... SP -14 30. DETOURS A.ND BARRICADES .................................................................................. SP-14 31. DISPOSAL OF SPOIL/FILL MATERIAL .................................................................. SP-14 32. QUALITY CONTROL TESTING .............................................................................. SP-15 33. PROPERT·Y ACCESS ................................................................................................ SP-15 34. SAFETY RESTRI.CTION.S -WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 35 . WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36. RIGHT TO AUDIT ....................................................................................................... SP-.16 37. CONSTRUCTION STAKES ................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS .............................................................................. SP -1.8 Ci ty of Fort Worth, Texas Soecial Provi sions For Street and Storm Dra in Improv eme nt s PMO Release Date: 07/28/2010 Page SP-1 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMP RO VEM E NT S Table of Contents CONS TRUCT ION IT EMS: 4 1. PAY ITEM -PAVEM ENT -UNCLASSIFI ED STR EET EXCAVATION -REMOVE ... SP -19 42 . PAY IT EM -PAVEMENT -NON GREEN CEMENT -INSTALL ........................... ., .. SP-19 43. PAY IT EM -CURB -7 !NCH -INSTALL .................................................................. SP-20 44. PAY ITEM -RETAINING WALL -INSTALL ... ., .. " .................. " ...... " ........................ SP -20 45 . PAY ITEM -CURB -CURB AND GUTTER AS DIR ECTE D BY INSP ECTOR - REPLACE ......................................................................................................... SP-20 46. PAY IT EM -SAFET Y SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP -20 47 . PAY IT EM -PAY IT EMS -SUBGRADE -LIME STABILIZED -30 LBS /SY - INSTALL (6 -INCH) .................................................................................................... SP-21 48. PAY ITEMS-WALK-INSTALL, CURB -7 INCH -INSTALL, AND DRIVEWAY - 6 INCH -INSTAL L ......... ., .............................. ., ........................................................ SP -2 1 49. PAY IT EMS -WALK -REMOV E, CURB & GUTTER -REMO V E, AND DRI VEWAY -REMOVE ........................................................................................................ SP-21 50 . PAY ITEM -UNCLASSIFI ED TRENCH EXCAVA T ION AND BACKFILL - INSTALL ........................................................................................................ SP -22 51. PAY IT EM -STORM WAT ER POLLUTION PREVENTION> Than 1 AC SWPPP - INS TALL ....................................................................................................... SP-22 52 . PAY ITEM -TRAFFIC CONTROL -INSTALL ............................................... , ......... SP -24 53. PAY IT EM -MOBILIZATION -SERVICES: ....................................................... ., .... SP-25 54. PAY ITEM -GRASS-H YDROMULCH SEEDING -INSTAL L:. ................................. SP -25 55. PAY ITEM -PIPE -REMOVE AND HEADWALL -REMOVE: ......................................... . 56. PAY ITEM -BOX CULVERT-10FT X 5FT -INSTALL: ......................................... SP-25 57 . PAY ITEMS -PIPE-24 INCH-CL Ill -INSTALL, PIP E-3 0 INCH -CL Ill -INSTALL, AND PIPE~6 0 INCH-CL Ill -INSTALL: ...................................................................... SP-26 58 . PAY ITEM -RIP -RAP -INSTALL (5 " -TxDOT HEADWALL): ................................. SP -26 59. PAY ITEM -INLET-INLINE-20FT -INSTALL: ......................................................... SP-26 60. PAY ITEM -HEADWALL -INSTALL: ...................................................................... SP -2 6 61. PAY ITEMS -EROSION CONTROL-GABION BASKET -INSTALL & EROSION CONTROL-MATIRESS ... INSTALL: ....................................................... SP-26 62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-26 63. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-27 64. PRE BID ITEM -TOP SOI.L -INSTALL. .................................................................... SP -2.7 65. PRE BID ITEM -VAL VE BOX -ADJUSTMENT -SERVICES ................................. SP-27 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVI.CES ................................... SP-27 67. PRE BID ITEM -METER BOX -ADJUSTMENT-SERVICES ................................. SP-28 68. PAY ITEM -PAVEMENT-SILICONE JOINT SEALANT-INSTALL. ...................... SP-28 69 , NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ...... SP-32 70. NON -PAY ITEM -CLEARING AND GRUBBING ........................................................ SP-33 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-33 72.. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-34 73.. NON-PAY ITEM -PROJECT CLEAN -UP .......................................................... , ...... SP-34 74. NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-34 Cit y of Fort W.orth , Texas Sp ecia l Provi sio ns For Street and Storm Dra in Improv emen ts PMO Release Date : 07/28/2010 Page SP-2 of 41 I I ! I ! I SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 75. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-37 76. NON -PAY ITEM -NOTIFICATION OF RESIDENTS ................................................. SP-37 77. NON -PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ....................................................................................................... SP-38 78. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-38 79. NON-PAY ITEM -WASHED ROCK ...................................... ., ................................... SP-38 80. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-39 81. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ....................................................................................................... SP-39 82. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ................................ SP -39 83. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-39 84. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-39 85. PAY ITEM -GRASS-SOD -INSTALL ...................................................................... SP-40 86. PAY ITEM -SUBGRADE-FLEXBASE -INSTALL ................................................... SP-40 87. PAY ITEM -TREE REMOVAL-REMOVE ................................................ ., ............ SP-40 88. PAY ITEM-CHANNEL-UNCLASSIFIED EXCAVATION-REMOVE ...................... SP -4 0 89. PAY ITEM -PAVEMENT-TRANSITION -MIN 6 INCH HMAC-lNSTALL ................ SP-40 90. PAY ITEM -LIME FOR STABILIZATION -INSTALL ... _. ......................................... SP-40 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 · Page SP-3 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVE M ENTS FOR : DRAINAGE, PAVING, WAT ER AND SANITARY SE W ER IMPROV E MENT S FOR W ES TCR EE K DRiVE CITY PROJECT NO.: 006 30 1. SCOP E OF WORK: The work covered by these plans and spec ifi cat ion s consist of the following: DRAINAG E IMPROVEMENTS, WATER LIN E RE LOCATION, SEW ER LIN E RELOCATION, AND PAVEMENT RECONSTRUC T ION and all other misc ellan eou s items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work . 2. AWARD OF CONTRACT: Submission of Bids: Unit I, Unit II and Unit Ill con st itute a package. If the Contractor submits a bid on Uni t I, Unit 11, and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this 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 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 . 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. City of Fort Worth , Texas Special Provis ions For Stree t and Storm Drain Impro ve ments PMO Release Date: 07/28/20 10 Page SP -4 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 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 RATES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 · Page SP-5 of 41 SPEC IAL PRO VI S IO NS FOR STR EET A ND STORM DRA IN IM PRO V EM E NTS to believ e th e con t rac tor or subcon tr ac tor has v io late d Ch apt e r 2258, t he City s ha ll re ta in th e full amounts cl a im ed by th e cla ima nt or cla imants as the differen ce betwe e n wag es pa id and wag e s due und er th e prevailin g w ag e ra tes, s uc h a mounts be ing s ubt rac ted from successive progress paym e nt s pending a fin a l dete rmin ation of th e violation. Arbit ration Required if Viol ation Not Resolv e d . An issue relating to an all eged violat ion of Section 22 58 .02 3, Te xa s Governme nt Code, including a penalty owed to the City or an affected worker, sh a ll be submitted to bindin g a rbitration in accordance with th e Texas General Arbitration Act (Article 2 24 et seq., Revised Statutes) if the contractor or subcontra ctor and any affected worke r do not resolv e the issue by agre e ment befo re the 15th day aft e r t he date the City ma kes it s initial determina t ion pursuant to paragraph (c) abov e . If the persons required to a rbitrate under this section do not agree on an arbitrator before the 11th day after the date th at arbitration is required, a district court shall appo int an arbitrator on the petition of any of the persons . The City is not a party in the arbitration . The decision and awa rd of th e arb itrator is final and binding on all parties and may be enforced in a ny court of competent jurisdiction . Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work , maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to prov ide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. City of Fort Worth, Texas Specia l Provisions For Stre et and Storm Dra in Improvement s PMO Release Date : 07/28/2010 Page SP -6 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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 Director of the Transportation and Public Works Department 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 information only and are not guaranteed by the City or the Design Consultant 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. 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 paid 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-7 of 41 SPEC IAL PROVIS IONS FOR STREET A ND STORM DRAIN IM PRO V EM ENTS des tru ct ion to pro perty of the City ar is ing fro m the perfo rmance of any of th e te rms and co nd itio ns of this Contract, whether or not any s uch injury or damage is cause d in whole or in part by th e negligen ce or alleg e d n egligence of City, its officers, servants or employees . In the eve nt City rece ives a written claim for da mages ag a inst t he Contractor or its subco ntractors prior to fi na l payment, fi nal paym ent sha ll not be made unt il Cont ractor either (a ) submit s to City sat isfactory evi denc e that th e c laim has been settled and/o r a release fr o m the cla imant in vol ved, or (b ) provides Cit y w ith a lette r from Contractor's liab ili ty insuranc e carrier that the cla im has been referred to the insurance carri er. The Di rect o r may, if deemed appropriate , refuse to accept bids on other Cit y of Fort Wo rt h pu bli c wor k from a Co ntract or against whom a cla im for damages is o ut stand ing as a resu lt of wor k perfo rmed under a City Contract. 18. EQ UA L EMPLOY MENT PRO VI SION S : Contractor sha ll comp ly with Cit y Ordinance Number 7278 as amended by City Ord inance Numb er 7400 (Fort Worth City Code Sections 13-A-21 through 12-A -29) pro hib iting dis c rim inatio n in e mp loyments practices . The Co nt ractor s hall post the requ ired notice to that effec t on the proj ect site, and at h is reque st, w ill be provid ed by as sis tanc e by t he City of Fort Wo rt h's Equ al E mploy me nt Officer who will refer an y qua lifie d app licant he may ha ve on f il e in h is offi ce to t he Co ntra cto r. Appro p ri ate no tices may be ac quired from t he Equa l Empl oym ent Offic er . 19. MINORITY AND WOM EN BUSIN ESS ENT ERPRIS E (M /WB E) COMPLIANCE: In acco rda nce with City of Fort Wo rth Ordin ance No . 15530 , · the City has goals for t he participation of minority business ent erprises and women bus in ess ente rpr ise s in City contracts . Th e Ordinance is incorporated in thes e sp ecification s by re ference . A copy of th e Ord inanc e may be obtained fro m the Offic e of th e Ci ty Se c reta ry . Fa ilu re to comply wi th the ordinance shall be a materi al breach of contrac t. M/WB E UT ILIZAT ION FORM , M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted with in five (5) City busin ess days afte r b id op ening. Failure to comply shall render the bid non -res ponsive . Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Mino rity or Women Bus iness Enterprise (M/WBE) on the cont ract and payment thereof. Contractor furt he r agrees to perm it an audit and/o r examination of any books, reco rds or files in its possession that will substantiate the actual work performed by an MBE and/or WB E. The mis representation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for te rmination of the contract and/or initiating action under appropriate federal , state , or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider th e Contractor 's performance regarding its M/WBE program in the evaluation of bids . Failure to comp ly with the City 's M/WBE Ordin ance, or to City of Fort Wo rt h, Texas Sp ecial Provis ions For Stree t and Storm Drai n Improvements PMO-Release Date : 07/28/2010 Page SP-8 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS demonstrate "g ood faith effort", shall result in a bid be ing ren de red non-respons iv e to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to is suance of the Notice to Proceed. Contractor shall also provide monthly reports on utili zation of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors a nd/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 percentag e of th e M/WB E participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting th e goals must be certified prio r to the award of the Contract. The M/WBE Contractor(s) must be certified by eith er the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and mu st be located in th e nine (9) county marketp la ce or currently doing business in the marketplace at tim e 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. Fai lure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non - responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WB E coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WB E participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. b. Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . City of Fort Worth, Texas Spec ia l Provisions Fo r Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP -9 of 4·l SPEC IAL PRO VI SIO NS FOR STREET AND STO RM DRAIN IM PRO V EM E NTS d. Defa ul t by th e M/W BE sub con t rac to r or s uppli er in t he performance of th e subcontra ctor. With in t en (10) days aft e r fin a l paym ent fr om the Ci t y, the Contractor shall provide the M/WB E Office with docum e nt ation to reflect final participation of each s ubcontra ctor a nd suppli e r used on th e proj ec t, inclusive of M/WBEs. 2 0 . FINAL CLEAN -UP: Fin a l cl eanup work s hall be don e for this project as soon as the paving and c urb and gutte r ha s bee n completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW . is cleaned up to the satisfaction of the ENGIN EE R. T he Contractor shall make a final cleanup of all parts of the work before acceptance by th e C ity or its representative. This cleanup shall include re moval of all objectionable rocks, pieces of asphalt o r concrete and other construction materials , and in gene ral restoring the worksite to an orderly appearance. 21. CONTRACTOR COMPLIANC E WITH WORK E R'S COMPENSATION LAW: A. Workers Compe nsat ion In surance Coverage a. DEFINITIONS : b. 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. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the · governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. City of Fort Worth . Texas Special Provis ions For Stree t and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-10 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMP ROVEMENTS · d. If the coverage period sh own on the Contractor's current certificate of coverage ends during the duration of the project, th e Contractor must, pr ior to the end of t he coverage period, file a new certificate of coverage with the governmental entity show in g that coverage has been extended . e. The Contractor shall obtain from each person providing serv ices 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 rece ipt by the Contractor, a new certificate of coverag e 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 reta in all required certificates of coverage for the dura tion of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a not ice, in the text, form and manner prescribed by the Texas Worker's Compensat ion, 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; City of Fort Worth, Texas Special Provision s For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-11 of 4 1 j. k. B. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS ( 4) obtain form each other person with whom it contracts, and provide to the Co ntractor: (a) a certificate of coverage , prior to the other person beginning work on the project; and (b) a new certificate of cov erage showing extension of coverage , prior to the end of the coverage per iod , if the coverage period shown on the current cert ific ate of coverage ends during the duration of the project ; (c) reta in all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the go vern menta l entity in w r iting by certified mail or personal de liv ery, within ten (10) days after the person knew or shou ld have known , of a ny change t hat ma terially affects the pro vi sion of coverage of an y pers on providing services on the proj ect; and (e) contractually require eac h person with whom it contracts, to perform as required by par ag raphs (1 )-(7), with the certificates of cove rage to be provid ed to the person for whom they are providing service s. 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 City of Fort Worth, Texas Special Provisions For Stre et and St orm Drain Impro veme nt s PMO Release Da te: 07/28 /2010 · Page SP-12 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS population . The text for the notices s hall be th e following te xt, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing service s related to this construction project must be cov e red by worker's compensation insurance. This includes persons providing, hauling, o r 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 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, the substitution 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 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. 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 within sixty (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 in 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 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. City of Fort Worth, Tex as Special Provisions For Street and Storm Drain Improvement s PMO Release Date: 07/28/2010 Page SP-13 of 41 S P ECIAL PROVI S IONS FOR STR EE T AND STORM DRAIN IMPROVEMENTS 27. CONSTRU CTION SPE CIFICATIONS: This contract a nd project are governed by the two following publi shed specifications , except as modified by these Special Provisions : STANDARD SPE CIF/CATIONS F OR STREET A NO STORM DRAIN CONSTRUCTION CITY OF FOR T WORTH S TANDA.RO SPE CIF /CA T/ONS FOR PUBLIC WORKS CONSTRUCTION NORTH CE NTRAL TEXAS A copy of eith er of these specifications may be purchased at the Office of the Department of Tran s portation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth , Texas 76102 . The specifications applicable to each pay it em are indicated in t he call -out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT : The Contractor shall be responsible for defects in this project due to faulty materials and workm anship, 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 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 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-14 of 41 SPEC IAL PROVIS IO NS FOR STREET A N D STORM DRAIN IM PROVEMENTS Con t rac tor sh a ll no t d ispose of su c h m at eria l unt il t he pro po sed sites have bee n de te rmin ed by th e Ad mini strator to mee t th e requirements of th e Floo d Pla in Ord in a nce of th e City of Fort Wo rth (O rdi nance No. 100 56 ). A ll d ispos al s it es must be app rov ed by th e Administrator to e nsure t he fi ll ing is no t occ ur r ing with in a fl o od plain wi th ou t a pe rmit. A floo d pl a in perm it ca n be issued upo n approva l of necessary e ngi nee ri ng studies . No fill pe rmit is re quired if di sposa l si tes a re not in a fl ood p lain. A pprov al of th e Contrac tor's di spo sa l sites sha ll be evi de nce d by a let t e r s igned by the Administra to r st ating th at th e s it e is not in a known flo od pla in or by a F lo od Pla in fill Per mit au t ho r iz in g fi ll w it hin t he flood pl a in . Any ex pe nses ass ocia te d with obta inin g t he fill pe rm it, inclu din g a ny ne ce s sary e ngin ee rin g stu d ies, sha ll be at th e Co nt ra ctor 's ex pe nse . In th e even t th at th e Cont rac tor disp o ses of sp oil/fill mat e ri a ls at a s it e w it hout a fill per m it or a lett er fr o m the administ rator a pproving th e di spo sa l s it e, up on no t ifi ca tion by th e Direc to r of Tra nsportation a nd Public Wo r ks, Co ntractor s ha ll rem ov e t he spoil/fill mater ial at its exp e nse and d ispo se of s uch ma te ri als in acc o rda nce wi t h th e O rdin ance of th e Ci ty a nd this sect ion . 32 . QUALITY CONT ROL T ES TIN G: (a ) Th e Con t racto r s ha ll furn is h, at it s own ex pe ns e, cert ifi cati ons by a priv ate la bo ra tory for all materi a ls pro posed to be use d on the proj e ct , including a mi x de sign for a ny as phaltic a nd/or Port land cem ent concrete to be used a nd grad ation an a lysis for sand an d crush e d ston e to be use d a long with th e na me of th e pit from which th e material was taken . The Contractor shall provid e manufacturer's certification s for all manufactured item s to be us ed in the proj e ct and will bear any e xp e ns e re lated thereto . (b) Tests of the design concret e mi x shall be made by the Contractor 's laboratory at least nine days prior to the plac ing of concrete using the same aggregate, cement and mortar which are to be us ed later in the concrete . The Contractor shall provide a certified copy of the test results to the City. (c) Quality control test ing 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. City of Fo rt Wort h , T exas Speci al P rovision s For Stree t an d Storm Dra in Improvements P MO Release Date: 07/28/2 010 · P age S P-15 of 41 SPECIAL PROVISIONS FOR ST REE T AND STORM DRAIN IMPROVEMENTS 34. SA FE TY RESTRICTION S -WORK NEAR HIGH VOLTAGE LINES: Th e following procedures will be followed regarding the subject item on this contract: (a ) A wa rning 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 c ranes, derricks, power shovels , drilling rigs , pile drivers, hoisting equipment or similar app aratu s. 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 insul ating 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- e nerg ize th e 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. (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 City of Fort Worth,,Texas Special Provisions For Street and Storm Drain Improv ements PMO Relea se Date : 07/28/2010 Page SP-16 of 41 r 1- ! SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS reco rd s of s uch s ubcont ractor invo lvin g transactions to the subcont ract and further, th at City sha ll have access during norm a l working hours to a ll subcontractor fac iliti es and shall be provided adequate a nd appropriate work space in order to co nduct aud its in compl ia nce with the pro v is ions of this article together with subsectio n (c ) hereof. City s hall give subcontractor reasonable advance notice of intended aud its. (c) Contractor and subcontractor agree t o photocopy such documents as may be req uested by the City . The City agrees to reimburse Contractor fo r the cost of copies at the rate pub li s hed in the Texas Administrative Code in effect as of th e time cop ying is performed . 37. CONSTRUCTION STAKES: Th e City, through its Surveyor or agent, will provide to the Contractor construct ion stakes or other customary methods of markings as may be found co nsistent w it h professional practice to estab li sh lin e and grade for roadway and utility constr uction and ce nte rlin es and benchmarks for bridgework . These stakes sha ll be set s uffici ently in ad v ance to a void delay wh e never practical. One set of stakes shall be set for all utility construction (water, sani tary sewer, drainage, etc.), one set of excavatio n/o r stabilization stakes, and one set of stakes for curb and gutter and/o r paving. It sha ll be the sole responsib ili ty of the Contractor to preserve, maintain, tra nsfe r, etc., all stakes furnished until comp letion of the construction phase of the project for whi ch they were furnished. If, in t he opinion of th e ENGIN EER , a sufficient number of stakes or ma rkings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contra ct 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 Registe red 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Im p ro vemen ts PMO Release Date : 07/28/2010 Page SP-17 of 41 SPECIAL PROVISI.ONS FOR STR E ET AND STORM DRAIN IMPROVEMENTS 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. 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-18 of 41 ! - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 41 . PAY IT EM -PAVEMENT -UNCLAS S IFI ED STREET EX CAVATION -REMOVE (BID- 00472): See Standard Specifications It em No. 106 , "Unclassified Street Excavation " for speci fic ations governing this item . Removal of exist ing penetration or aspha lt pavement shall be included in this item . Removal of existing conc rete pavement shall be in clud ed in th is item . Ope rati ons necessary to windrow existi ng gravel base in order to lower or raise subgrade shall be co nsid ered as s ubsid ia ry to thi s item a nd no additional compensation shall be given as such . During th e construction of this project, it is required that all parkways be excavated and shaped at th e same ti me the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENG IN EER. The intention of the City is to pay only the plan quantity without 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 necess ary to verify the actual quantities . 42. PAY ITEM -PAVEMENT -NON GREEN CEMENT -INSTALL (BID-00429): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections . The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. City of Fort Worth, Texas Sp ecial Provi sions For Street and Storm Drain Impro vements PMO Release Date: 07/28/2010 Page SP-19 of 41 SPECIAL PROVI.SIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 43. PAY ITEM -CURB -7 INCH -INSTALL (BID -00843): The Contractor may, at his option, construct either integral or superimposed curb. Standard Sp ecification 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. 44. PAY ITEM -RETAINING WALL-INSTALL (BID-00411 ): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45. PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE (BID-00844): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field. The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. 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 .City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Dale : 07/28/2010 Page S P-20 of 41 L SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS shall be total compensation for furnish in g design, materials, tools, labor, equipment and incid en ta ls necessary, including removal of the sys tem. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from th e top of the exist in g grou nd to the bottom of the pipe. 47 . PAY ITEMS -SUBGRADE -LIM E STABILIZED-30 LBS/SY -INSTALL (6-INCH) (BID- 00498) See Standard Specifications It em No. 210 , "Lime Treatment (Material Manipulation)" and Specification Item No . 212, "H ydrated 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 -LIME STABILIZED-3 0 LBS/SY -INSTALL (6-INCH)" as shown in the Proposal will be full payment for all labor, materials, equipment, tools and incidentals necessary to comp lete the work. 48 . PAY ITEMS -WALK -INSTALL (BID-00528), CURB -7 INCH -INSTALL (BID-00823), AND DRIVEWAY - 6 INCH -INSTALL (BID-00 404) Concrete flatwork is defined as curb, curb and gutter, sidewalks, lead walks , wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. 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 -7 INCH -INSTALL" 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 "DRIVEWAY -6 INCH -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 49. PAY ITEMS -.WALK -REMOVE (BID-00529). CURB & GUTTER -REMOVE (BID- 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. City of Fort Worth, Texas Special Provis ions For Stree t and Storm Drai n Improve ments PMO Rele ase Date : 07/28/2010 Pag e SP-21 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 50. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (BID - 00101 ): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices . 51. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): 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. 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 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). City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-22 of 41 I ' '- SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS The NOi sh a ll 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 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 SWPPP may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http:www.fortworthgov.org/purchasing and clicking the project link. 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page S P-23 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 TC EQ 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 sch edul e 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 stabili zation 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 contro l 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. 52. PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-00181): 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. City of Fort Worth, Texas Special Prov isions Fpr Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-24 of 41 i L SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 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. The lump sum pay item for traffic control shall cover design, and I or installation and maintenance of the traffic control plans. 53. PAY ITEM -MOBILIZATION -SERVICES (BID-00124): See Standard Specifications Item No. 101, "Mobilization" for specifications governing this item. 54. PAY ITEM -GRASS-HYDROMULCH SEEDING -INSTALL (BID-00134): See Standard Specifications Item No. 120, "Seeding" for specifications governing this item. 55. PAY ITEM -PIPE -REMOVE (BID-00080) AND HEADWALL -REMOVE (BID-00070): See Standard Specifications Item No. 452, "Removing Old Structures" for specifications governing this item. 56. PAY ITEM -BOX CULVERT-10FT X 5FT-INSTALL (BID-00855): PRECAST -See Standard Specifications Item No. 441, "Precast Reinforced Concrete Box Sections" for specifications governing this item. CAST-IN-PLACE -See TxDOT Detail MC-10-7 MULTIPLE BOX CULVERTS; CAST-IN- PLACE. See Standard Specifications Item No. 410, "Concrete Structures" for specifications governing this item. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Dale : 07/28/2010 Page SP-25 of41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMP ROVEMENTS 57 . PAY ITEMS -PIPE -24 INCH -CL Ill -INSTALL (BID -00082). PIP E-30 INCH-CL Ill - INSTALL (BID-00083), AND PIPE-60 INCH -CL Ill -INSTALL (BID -0 0089): See Standard Specifications Item No. 440, "Re inforced Concrete Culvert Pip e" for specifications governing this item. 58. PAY ITEM -RIP -RAP -INSTALL (5" -TxDOT HEADWALL) (BID -0009 2): See Standard Specifications Item No . 4 18, "Riprap" for specificati ons governing this item . 59. PAY ITEM -INL ET-INLINE-20FT -INSTALL (BID -00 108): See Standard Specifications Item No . 444, "Manholes and Inlets " for specifications governing this item . 60 . PAY ITEM -HEADWALL -INSTALL (BID-00069): See TxDOT Details RW 1{L)C {Retaining Walls), PW {Concrete Wingwalls with Parallel Wings for Skewed and Non-Skewed Box Culverts), or SW-0 {Concrete Wingwalls with Straight Wings for O degree Skew Box Culverts) as specified in the construction plans . See Standard Specifications Item No. 410, "Concrete Structures" for specifications governing this item . 61 . PAY ITEMS -EROSION CONTROL -GABION BASKET -INSTALL (BID -00067) & EROSION CONTROL-MATTRESS -INSTALL (BID -00068): This item shall consist of the requirements specified in the "Ga bion Details " included in the construction plans . For items of work for which specific unit prices are established in the contract, the volume of rock will be measured within neat lines of the gabion mattress structure and computed to the nearest cubic yard. Payment for gabions will be made at the contract unit price, and includes the wi re mesh, rock, specified bedding material, and geotextile fabric . Such payment will be considered full compensation for all labor. materials , equipment and all othe r items necessary and incidental to the completion of the work. 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID -00504): 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 condit ion at all times on each project under construction. Maintenance will include paint ing 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 %" 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. Cit y of Fort Wort h, Texas Special Provis ions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page S P-26 of 41 i-i I SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 63. PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the bas ic 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" 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. 64. PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable 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. 65. PRE BID 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. 66. PRE BID 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Rele ase Date : 07/28/2010 Page SP-27 of 41 SPECIAL PROVIS IONS FO R STREET A N D ST ORM DRAIN IMPROVEMENTS 67 . PR E BID ITE M -METER BOX -ADJU ST ME NT -SER VI CES (B ID -00 848): This item shall in clude raisin g or lowering an ex ist ing meter box to the park way grade specifie d. No payment will be made for exist in g boxes, w hi c h are wi thi n 0.1' of sp ec ifi ed pa rkway grade. A un it pri ce bid pe r each has been assigned to this item (see P rop os al). T he ass igned uni t pric e will be full payment for mat eri als inclu d in g all la bor, equ ipment, too ls a nd inci den tals necessary to complete the wo rk. 68 . NON PAY IT EM -PAVEM ENT -SILICON E J O INT SE A LANT CITY OF FORT WO RT H, TEXAS TRANSPORTATION AND PUBLIC WO RKS DEP ART MENT SP ECIFICAT ION fo r SILICON E JOIN T SE ALI NG (Re v is ion 1, Oc tob er 18, 1989 ) (Revision 2, May 12 , 199 4) 1. SCOP E This specification for silicone joint sealing Portland Ceme nt Conc re te pavem ent a nd cu rbs shall supe rs ede Item 31 4.2 . (11) "Jo int Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET AND ST ORM DRAIN CONSTRUCTION -CI T Y OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICAT IONS FOR PUBLIC WORKS CONSTRUCTION -NORTH T EXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-0015 43 A for Class A sealant except as modified by the test requ irements of this specification . Before the installation of the jo int sealant, the Contracto r 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 min imum two -year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the ENGINEER. Acet ic acid cure sealants shall not be accepted . The stlicone sealant shall be cold applied . 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890 -SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686 - 0994 , or an approved equal. Self-Leveling Silicone Joint Sealant City of Fort Worth , Texas Sp ecia l Prov isi ons Fo r Stree t and Storm Drai n Impro vem ent s PMO Release Date: 07/28/2010 Page SP-28 of 41 L_ SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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,% m in. 1400 ASTM D 3583 Modulus @ 150% Elongation, ps i 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 flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT City of Fort Worth, Texas Spec ial Provisions For Street and Storm Drai n Improvements . PMO Release Dale: 07/28/20 10 Page SP-2·9 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 4.1 All necessary equipment shall be furnished by the Contractor . The Cont ra ctor shall keep his equipme nt in a sat isfactory working cond ition and shall be inspected by the ENG IN EE R prior to the beginning of the work . The minimum requirements for construction equipment sha ll be as follow s: 4.2 Concrete Saw: The sawing equipment shall be adequate in s ize a nd power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump : The high pressure cold wat e r pumping sy st em shall be capable of delivering a sufficient pressure a nd volume of w ater to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air sha ll have a pressure in excess of 90 psi and 12 0 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. T he blow-tube sha ll fi r in to the saw-cut joint. 4.5 Extrusion Pump : The output sha ll be capabl e of supplying a s uffici ent volume of sealant to the joint. 4.6 Injection Tool: This me.chanical device shall appl y the sealant uniform ly int o 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 a nd 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 . 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 comp ressed air. (Paragraph Rev. 1, October 18, 1989) City of Fort Wort h, Texas Special Provisions For Street and Storm Drain Improveme nt s PMO Relea se Date; 07/28/20 10 Pag e SP-30 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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 blow ing 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 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/20.10 Page SP-31 of 41 69 . SP ECIAL PROVISION S FOR STR EE T AND STORM DRAIN IM PROV EM E NTS All costs associated with concrete joint sealant s ha ll be s ub s idi ary to t he concrete item a nd no other compensation will be provided. NON -PAY ITEM -ACCEPTANCE OF REINFORCED CONCR ETE PAVEM E NT: The concrete pavement acceptance policy shall b e a s follows: A. Penalty for Deficient Pavement Thickness . There shall be no acce pt a nce of d e fi c ient pavement thickness other than the tolerances sp ecified below . 1. Pavement thickness deficiency up to 0.25-inch will be co ns id ered as satisfa ctory a nd th e contract unit price will be used for payment if the average thickn ess within the project meets or exceeds the specified designed thickness . 2. Deficiencies of greate r than 0 .2 5-inch shall be re moved and replaced with pavement of plan thickness at contractor's e ntire ex pen se . 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 City of Fort Worth , Texas Spec ial Provi sions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP -32 of 41 -- L SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work 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 w ill escrow 50% of the proposed costs of the geotechnical contract with the City . The Contractor 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 geotechnical investigation over and above the amount that has previously been escrowed. 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 the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 70. 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 this contract. 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. City of Fort Worth, Texas Spec ial Prov isions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-33 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 72. NON-PAY ITEM -PROTECT ION OF TREES, PLANTS AND SO IL : All property along and adjacent to the Contractor's operat ions includ ing lawns, yards, shrubs, trees, etc. sha ll be preserved or restored after completion of the work to a condit io n eq ua l or better th an existed prio r to start of work . By ordinance , the Contractor must obtain a permit from the City Foreste r before any work (trimming, re moval or root pruning) can be done o n trees or shrubs grow in g on public property including street rights-of-way and designated alleys. Th is permit can be obtained by calling the Forestry Office . All tree work shall be in comp li ance with prunin g standards for Class II Pruning as described by the National A rboris t Associ atio n. A copy of these standards can be provided by calli ng the abo ve number. Any damage to public trees du e to negligence by the Contractor s hall be assessed using the curre nt formula for Shade Tree Evaluation as defined by the International Society of Ar boric ultu re. Payment fo r neg lige nt dam age to public t rees shall be mad e to the City of Fort Worth and may be withh eld from funds du e to the Contractor by the City. To prevent the spread of the Oak Wilt f ungus, all wounds on Live Oak and Red Oa k trees shall be immediately sealed using a commercial pruning paint. This is th e only ins tanc e when pruning paint is recommended. 73. 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 th e 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. 74 . 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: City of Fort Wort h, Texas Special Provi sions For Street and Storm Dr ain Im pro vements PMO Release Date: 07/28/2010 Page S P-34 of 41 L j i SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS -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. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. 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 . 74.(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 a·mount 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 activities 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-35 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVE MENTS For each general act ivi ty, the co nstruction schedule sha ll id ent ify a ll tr ades or s ubcontrac ts applicable to the project whos e work is rep resented by activ iti es that fo llo w the guidelines of this section. For each of the trades or subcontracts applicable to th e proj ect, the construction schedu le sha ll indicate the following : procurement, construction , pre-acceptance act iviti es , and events in their logical sequence for equipment and material s. Include app licabl e activities and milestones such as : 1. Milestone for formal Notice to Proceed 2. Mil esto ne for Final Complet ion or oth er completion date s specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5. Shop fabrication a nd delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8 . Installed equ ipm ent and material testing 9. Owner's operator instructions (if applicable) 10 . Fi nal inspection 11. Operational testing 74(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 rec ord 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. 74(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improv ements PMO Release Date : 07/28/2010 Page SP-36 of 41 -- L SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 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. 75. 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. 76. 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. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-37 of 41 S P EC IAL P RO VI S IONS FOR STREET A N D ST O RM DRAIN IMP RO V E M ENTS 77 . NON -PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in th e proje ct, the Contractor shall, on a block by bl ock ba si s, pre pare a nd de liv e r a noti ce o r fly er of the pending construction to the front door of each resid en ce or busin es s that will be impa ct ed by construction. The notice shall be pre pared as follows : The notification notice or flyer shall be posted se ven (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 includ e th e following information: Name of Project, City Proj e ct No ., Scope of Project (i.e . typ e of construction activity), actual c onstruction duration within the block, the name of the Cont ra ctor'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 a ttached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In a ddition , a copy of the fly e r 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 t he construction office. All work involved with the pre -construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 78. 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. 79 . 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. City of Fort Wo rth, Te xas Special Provisions Fo r Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-38 of 41 I_ L I' SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 80. 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 th e nea rest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item. 81. 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 commence s 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 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 facilities 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. 82. 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 bid price for the respective lines. 83. 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 provided. 84. 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 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. City of Fort Worth , Tex as Special Provisions For Street and Storm Drain Improvements PMO Rel ~ase Date : 07/28/2010 Page SP-39 of 41 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS 85 . PAY ITEM -GRASS -SOD -INSTALL (BID -00137): See Standar~ecifications It em No . 118 "S odding" for spec ifi cat ions governing the it ems. Quantit ies for these pay item are approximate an d are given on ly to estab lish a unit price for the work. 86. PAY IT E M -SUBGRADE -FLEXBASE -INSTALL (BID-00498): See Standard S ecifications Item No. 208,_"F lexible Base (Crushed Limestone)" for spec ifi cat ions governing th e items . Quant iti es for th ese pay item are ~pprox im ate and are given only to es tablish a unit pr ice for the work. 87. PAY ITEM -TREE REMOVAL -REMOVE (BID-00185): This item shall include the removal and disposal of trees, stumps, and roots of trees designated for remo val in the construction plans . Trees and shrubs not designated for removal shall be protected from scarring, barking or other injuries during construction operations. The lump sum bid pric e for tree removal shall be considered full payment for all labor, materials, equipment , tools and in cid enta ls necessary to complete the work . 88. PAY ITEM -CHANNEL -UNCLASSIFIED EXCAVATION -REMOVE (BID-00065): See Standard S12ecification s Ite m No . 11 O.._'._'.Unclassified Channel Excavation'.'..___fgr specificat ion s governing the items . Quantities for these pay item are approximate and are give n only to establish a unit 12rice for the work. 89. PAY ITEM -PAVEMENT-TRANSITION -MIN 6 INCH HMAC-INSTALL (810-00471): See Standard Specifications Item No. 312, "Hot-Mix Asphaltic Concrete" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. 90 . PAY ITEM -LIME FOR STABILIZATION -INSTALL (810-00496): See Standard Specifications Item No . 212.._'._'.Hydrated Lime and Lime Slurry" for §.Qecifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improv ements PMO Release Dale: 07/28/2010 Page SP-40 of 41 l --i '-1 l I I . SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEM E NTS D ate : ---- CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain I mpro ve ments for: M APSCOLOCATION : __ LIMITS OF CONST.: -------------Estimate cl Duration of Construction on your S treet : _ da ys 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 J(EEP THIS FLYER HANDY WHEN YOU CALL. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP -41 of 41 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Ap prov ed on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES SUBJECT: REF E R E NCE NO .: **G-16190 Adopt 2008 Prevailing Wage Rates fo r City -Awa rded Public -Works Projects RECQMMENDA TION : It is recommended th at th e City Counc il adopt th e attach ed 2008 Pre v ailing Wag e Rates fo r City -awa rd ed public works projects . DISCUSSJQN: Texas Government Code Chapt er 2258 requires t hat a public body awa rding a contract fo r public works sh all determine the general prevailing rate of per di e m wages for each craft or type of worker need ed to execute the contract, and shall specify In the bid documents and in the cont ract the prevailing wag e 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 comp il ed 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 Additional Information Contact: FROM Fynd!Account/Centers Fernando Costa (8476) A . Douglas Rademaker (6157) Eric Bundy (7598) BEA VY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Too l Operator Asp halt DistTibutor Opera tor Aspha lt Pav ing Machin ~Q_perator _ Asp halt Rake r Asp halt Shove ler -Ba tchin g Plant We il0er Broom or Sweeper Ope rator Bu lld ozer Opera tor Carpen ter Co ncrete Fin isher 1 Pav in g -· _Conc rete Fini sher, Structure s Co ncrete Pav ing Cu1:)>~_Mas;hine Opera tor Concrete Paving Finishing Mac hi ne Operator Conc rete Pavi ng Joint Sea ler Operator Co ncrete 2avi ng Saw Ope rat or ··-Co nc rete Pav ing Sp reader Operato r Co ncrete Ru bber -- -- Crane, Clamshell , Back hoe , Derrick, Drag_l ine , Shov~}_Qperator Elec tri cian ---··---------·-----------·-Flagger Form Builde r/Se tter, St ru ctures ---------------Fo rm Sette r, Pavi ng & Cu rb _ _ f'o un da ti on D~!.!.!_Opera tor, Crawler Mo unt ed -Fo und ati on Drill Operato r, Tru ck Mou nt ed Fro nt End Loader Op_era tor La bor er, Comm on Labo rer, Uti li ty -Me chani c Millin g Mac hin e Operator, Fi ne Grade Mi xe r Operator Motor Gr ader Op erator, Fin e Grade . Motor Grad er Op er ato r, Rou gh Oil er Pa int er, Strnc tur es Pavemen t Marki !1g Ma chin ~erator Pip ela~e r Reinforcin g Steel Sett er, Paving Reinforcin g Steel Sette r, Structure Roll er Operator, Pn eum atic, Self-Propelled Roller Op erator, Steel Wh ee l, Flat Wheel/Tampin g Roll er Oeera tor, Stec) Wh eel, Plant Mi x Pavem ent Scraper Op erator Serv icer Slip Form Machine Operator Spr eader Box Operat or Tra ctor Oeerator, Crawler T~ee Tra ctor Operator, Pneum ati c Travelin g Mixer Operator Truck Driver, Lowboy-Flo at Truck Driver Single Axle, He avy Truck Driv er, Single Axle, Li ght Truck Driv er, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Op erat or Welder Work Zon e 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 $)3.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18 .12 -·- $ 8.43 $11.63 $ l I. 83 $13.67 $16.3 0 $12.62 $ 9.18 $10 .65 $16.97 $11.83 $11.58 ·-$15 .2 0 $1 4.50 $14 .98 $]3 .17 $10 .04 $11.04 $]4 .86 $16 .2 9 $ I 1.07 $10 .92 $11.28 $11.42 $12.32 $1 2.33 $10 .92 $12.60 $12.91 $12.03 $1 4.93 ·-$11.47 $10.91 $11.75 $12.08 $14.00 $13 .57 $10 .09 Classlficatlon ... AC Mechanic AC Mechanic Helper Acoustical Ceil i ng Mech anic Bricklayer/Stone Mason !lricklave r/Stone Mason Helper Car~enter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper ___Q~all 'DP.er He~ Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor La~er (Resilient) Floor La~er Heleer Glazier Glazier Helper Insulator Insulator Heleer . Laborer Common Laborer Skilled Lather Painter Painter Helper . Plpefltter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE F~ATES CONSTRUCTION INDU STRY Hrly Rate Classlflcatlon $21.69 Plum ber sgoo 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 Sprink l er System In staller Helper $14.62 Stee l Worl1er Structural $10.91 Concrete Pump ··---- Crane, Clamshee l , Backhoe, Derrick , D'Line $13 .00 Shove l $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 .8 5 $12.83 $17 .25 $12.25 HrlyRate $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 Comp li ance with and E nfo rce ment of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . T he contractor shall co mply with all requ ir em ent s of Chapte r 225 8, Texas Gove rnm ent Co de (Chapter 2258), in c lud ing the payment of not less th an the rates det ermin ed by the City Council of the C ity of Fort Worth to be the pr eva ilin g wage rates in accordance with Chapter 2258. Such prevailing wage rates are includ ed in these contract documents. (b) Penalty for V io lation. A co ntr acto r or any subc ontractor who does not pay the pr eva ilin g wage sha ll , up on demand mad e by th e City, pay to the City $60 for each wo rk er empl oyed fo r eac h calendar day or part of th e day that the worker is paid less than the pr evai lin g wage rates sti pulat ed in these contract documents. T hi s penalty shall be retained by th e C ity to offset it s administrative costs, pursuant to Texas Gove rnm ent Code 2258.023. (c) Co mpl a in ts of Violations and City Dete rmination of Good Cause. On receipt of in fo rm at ion , in cludin g a comp la int by a worker, concerning an alleged violation of 2258.023 , Texas Government Co de , by a contractor or subcontractor, the City sha ll make an initi a l determination, before the 31 51 day after the date the City rece iv es the in for mati on, as to whether goo d cause ex ist s to believe that the violation occurred. The City shall notify in writing the contractor or s ubcontractor and any affected worker of it s initial determination. Upon the C ity 's determination that there is good cause to be lieve the contractor or su bco ntract or has violated Chapter 2258, th e City shall retain the full amounts claimed by th e claimant or claimants as the differ ence between wages paid and wages du e under the prevailin g wage rat es, such amounts being subtracted from s ucc ess ive pro gress pay ments 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 bind ing 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 contracto r and each s ubcontractor s hall , for a period of three (3) years fo ll owing the date of'acceptance of the work, m ai ntain record s that s how (i) the name and occupation of each worker employed by the contractor in the constru ct ion of the work provided for in this co ntract; and (ii) the actua l per diem wages paid to each worker. The records s hall be open at a ll reasonable hours for inspection by the City. The provisions of the Aud it sect ion of these contract documents s ha ll pertain to this in spect ion. (1) Pa y Estimates . With each partial payment est im ate or payroll period, whichever is less, the contractor s hall submit an affidavit stating that the contractor has comp li ed w ith the requirements of C hapter 2258, Texas Government Code. (g) Posting of Wage Rates. The co ntractor sha ll post the prevailing wage rates in a co n sp ic uo us place at the site of the project at a ll times. (h) Subcontracto r Compli ance. The contractor sha ll in clude in it s s ub contracts and/or sha ll oth erwise r eq uire a ll of it s subcontractors to comply with paragraphs (a) through (g) above. SECTION 6 -TECHNICAL SPECIFICATION NO ITEMS THIS SECTION SECTION 7 -CONTRACTS, BONDS, AND INSURANCE 7.1 CERTJFICATE OF INSURANCE 7.2 CONTRACTOR COMPLIANCE WITH WORKERS ' COM PENSATJON LAW 7.3 CONFLICT OF INTEREST QLJESTIONA IR E 7.4 PERFORMANCE BOND 7.5 PAYM ENT BOND 7.6 MAJNTENANCE BOND 7.7 CITY OF FORT WORTH CONTRACT CERTIFICATE OF INSURANCE TO : CITY OF FORT WORTH Date~ NAME OF PROJECT: Westcreek Drainage Improvements (Council District 3) PROJECT NUMBER : P227-541200-203280063083 IS TO CERTIFY THAT: Tri-Tech Construction. 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 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: ----------------------------------- Des c rip ti on 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 ' compensation insurance policy . Agency Insurance Company: ___________ _ ~F=ort~W~o=rt=h~A=g=en=t'-------------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.5555 and City of Fort Worth Project No. P227- 541200-203280063083. STATE OF TEXAS COUNTY OF TARRANT § § § Title : ___ /'--lt->P __ S ___ _ Date: --=--/Cl_-..a..:;(o'----/-+-{ ___ _ the undersigned authority , on this day personally appeared ...... --+~'--.,..,.__~.x:::..a;.+-• known to me to be the person whose name is subscribed to the foregoing instrumen and acknowledged to me that he executed the same as the act and deed of Tri-Tech Construction. Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this /0 day of (}MW 20 // . $HAAON RIOOLE Nbtlry Public STATE OF "TEXAS My comm . Exp. 02/28/2015 Notaryublic in and for the State of Texas Bond No. 8219-06-01 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS : COUNTY OFT ARRANT § That we (1) Tri-Tech Construction, Inc. as Principal herein, and (2) Vigilant Insurance Company, a corporation organized under the laws of the State of(3) New York and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the sum of: One Million, One Hundred Ninety-Six Thousand, Nine Hundred Twenty-One Dollars and Fifty Cents .... Dollars ($1,196,921.50) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents . OCT O 4 2011 WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ of _____ _ 2011 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Westcreek Drainage Improvements (Council District 3) 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. 8219-06-01 PROVIDED, HOWEVER, that thi s 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 __ Paf!f O 4 2011 (SEAL) Address ATTEST : (Surety) Secretary (SEAL) Witness a o Surety Elizabeth Gray P.O. Box 8720, Fort Worth, Texas 76124 (Address) Tri-Tee PRINCI BY :---,W--V':CJ~----1.,,~~-=--~1!.1===----- Title : __ ~------------- 650 Tower Drive Kennedale, Texas 76060 (Address) ::;imJJ~m~ (Attorney-in-fact) (5) Michael A. Sweeney, Attorney-in-Fact 2001 Bryan Street, Suite 3400, Dallas, Texas 75201 (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 Attorney-in- Fact. The date of bond shall not be prior to date of Contract. � � i � > �� 0 � � � t r � � � � R � � r t r r � i � THE ST A TE OF TEXAS COUNTY OF TARRANT Bond No. 8219-06-01 PAYMENT BOND § § § KNOW ALL MEN BY THESE PRESENTS: That we , (1) Tri-Tech Construction, Inc. as Principal herein , and (2) Vigilant Insurance Company ' a corporation organized and existing under the laws of the State of(3) New York , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein , in the amount of One Million, One Hundred Ninety-Six Thousand, Nine Hundred Twenty-One Dollars and Fifty Cents ... Dollars ($1,196,921.50) 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 tRfT Q 4 1a~1Jr ------' 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: Westcreek Drainage Improvements (Council District 3) 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 __ day of OCT O 4 2011 , 2011. Bond No. 8219-06-01 Name : __ /j~,fw __ w_~_d_;Q~L __ _ Title : ____ 11._l"lll, __ <;_,. ______ _ (SEAL) ;J. 61tnJ ,(},1u.k-) Addre ss : 650 Tower Drive Kennedale, Texas 76060 ATIEST: Secretary (SEAL) NOTE: (1) (2) (3) Vigilant Insurance Company SURETY By r!lLP°'-~ Name : Michael A. Sweeney Attorney in Fact Address : 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Te lephone Number: 817-457-6700 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. Bond No. 8219-06-01 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That Tri-Tech Construction, Inc. (Contractor), as principal , and Vigilant Insurance Company ___ , a corporation organized under the laws of the State of....;aN-'-e"""w"'""""'Y"""oa.;ra.aak"""------'(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 One Million, One Hundred Ninety-Six Thousand, Nine Hundred Twenty-One Dollars and Fifty Cents ... Dollars ($1,196,921.50), lawful money of the United States, for pay ment 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 df entered into a written Contract with the City of Fort Worth , dated the __ of OCT O 4 201 , 2011 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Westcreek Drainage Improvements (Council District 3) the same being referred to herein and in said contract as the Work and being designated as project number(s) P227-541200-203280063083 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 receiving notice of the need therefore to repair or reconstruct said Work as herein provided. Bond No. 8219-06-01 NOW THEREFORE, if said Contractor shall keep and perform its said agreement to ma intain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in ~ counterparts , each one of which shall be deemed an original , this __ day of OCT O 4 2011 , A.D . 2011. Secretary ATTEST: (SEAL) Secretary Contracto Vigilant Insurance Company Surety By,Wa~ Name: Michael A. Sweeney Title: Attorney-in-Fact 2001 Bryan Street, Suite 3400 Dallas, Texas 75201 Address -........... Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi .state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent 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. Form 99-10-0299 (Rev. 1-0 8) AVISO IMPORTANTE Para obtener informaci6n o para someter una queJa: U sted puede Hamar al m1mero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de compafiias, coberturas , derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 Web: http://www.tdi .state.tx.us E-mail: ConsumerProtection@tdi.state. tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente primero . Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para prop6sito de informaci6n y no se convierte en parte o condici6n del documento adjunto . CHUBB Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY , an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and atroced their corporate seals on this 26th day of April, 20'..!1->---~ STATE OF NEW JERSEY County of somerset ss. On this 26th day of April, 2011 before me , a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY , VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the sa id Kenneth C. Wendel, being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY , and PACIF IC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals atrtxed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies ; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris , Jr ., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subsaibed to said Pa,ver of Attorney is lh the genuine handwriting of David B. Norris , Jr., and was thereto subsaibed by authority of said By- laws and in deponent's presence . Notarial Seal KATHERINE J. ADEi.MR NOTARY PUBLIC OF NEW JfkSF'I N<'.2316685 Commillion Expi,-Jufy 1~. 20U CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: Notary Public ·A11 powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a VJCe President or an Assistant Vice Presiden~ Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed . The signature of each of the following officers : Chainnan, President, any VJCe Presiden~ any Assistant Vice Preslden~ any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Conl>anY and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the ·Companies") do hereby certify that (i) the foregoing extract of the By-Laws of the Companies Is true and correct, (II) the Compan ies are duly licensed and authorized to transact surety business In all 50 of the Un ited States of America and the District of Columbia and are authorized by the U.S. Treast.ry Department; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed In American Samoa , Guam. and each of the Provinces of Canada except Prince Edward Island ; and (iiij the foregoing Power of Attorney Is true, correct and in full force and effect. IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY Tl!E AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Teiephone (908) 903-3493 Fax (908) 903-3656 e-mail: suretv@chubb.com Form 15-10-02258-U (Ed . 5-03) CONSENT CITY OF FORT WORTH. TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT . . . OCT O 4 2011 This Contract made and entered mto this the __ day of A.O ., 201!, 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 Tri-Tech Construction, Inc., ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Westcreek Drainage Improvements (Council District 3) 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 ( I 0) day s after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. 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 one lump sum. Payment shall not be made for a period of 45 calendar d s k 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. 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 One Million One Hundred Ninety-Six Thousand Nine Hundred Twenty-One and 50/100 ................................................................................................................... Dollars, ($1,196,921.50). 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 ~ counterparts in its name and on its behalf by the City Manager and attested by its Seer e corporate seal of the City of Fort Worth attached. The Contractor has executed 1s mstrumen1..th · s duly authorized officers in~ counterparts with its corporate seal attached. OFFICIAL Kl: .., CITY SECRETAR1 Done in Fo~ Worth , Texas, this the_ day o CT O 4 2011 A.O., 201.L FT, WORTH, TX APPROVAL RECOMMENDED: n. o _ {J),w I D~iersig, P.E. -~or Transportation Public Works ATTEST: Tri-Tech Construction, Inc. 650 Tower Dr. Kennedale, TX 76060 CONTRACTOR TITLE ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH FERNANDO COST A , ASST CITY MANAGER CITY SECRETARY (SE AL) V}i.J.-C. l-~ Z. 5Z 1!.f ( c). l(. 1 l APPROVED AS TO FORM AND LEGALITY: ~NEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX SECTION 8 -APPENDICIES A. EASEMENTS B. GEOTECHNICAL REPORT C. STORM WATER POLLUTION PREVENTION PLAN (SWPPP) D. SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No.1-PE 3601 W. FULLER A VENUE LOT 3, BLOCK 4, SOUTH HILLS EXHIBIT "A" Being a 5.0' permanent sewer facility easement out of Lot 3, Block 4 of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as reoorded in Volume 388-F, Page 623 of the Plat Records of Tanant County, Texas, said Lot 3 being deeded to Sarah M. Martinez as recorded in Volume 6049, Page 689 of the Deed Reoords of Tarrant County, Texas, said 5.0' pennanent sewer facility easement being more particularly described by metes and bounds as follows: BEGINNING at a point for corner in the north line of said Lot 3, said point being in the south right·of-way line of Fuller Avenue (a called 50.0' right-of-way), from which a 5/8 inch iron rod found for the northwest corner of said Lot 3 bears South 80 degrees 56 minutes 00 seconds West, . a distance of 7 6.28 feet, said 5/8 inch iron rod being the northeast comer of Lot 2, Block 4 of said South Hills, said 5/8 inch iron rod also being in the south right-of-way line of said Fuller Avenue; THENCE North 80 degrees 56 minutes 00 seconds East, with the north line of said Lot 3 and with the south right-of-way line of said Fuller Avenue, a distance of 5.05 feet to a point for the northeast comer of said Lot 3, said point being the intersection of the south right-of·way line of said Fuller Avenue with the west right-of-way line of South Ridge Terrace (a called 50.0' right-of-way), said point also being the beginning of a non-tangent curve to the right having a radius of389.41 feet, a central angle of 14 degrees 41 minutes 08 seconds and whose chord bears South 09 degrees 25 minutes 27 seconds East, a distance of99.54 feet; THENCE with said non-tangent curve to the right, with the east line of said Lot 3 and with the west right-of-way line of said South Ridge Terrace, an arc length of 99.81 feet to a 1/2 inch iron rod found for the southeast comer of said Lot 3, said 1/2 inch iron rod being the northeast oorner of Lot 4, Block 4 of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of said Plat Records of Tarrant County, Texas; THENCE North 89 degrees 55 minutes 00 seconds West, with the south line of said Lot 3 and with the north line of said Lot 4, a distance of 5.00 feet to a point for the beginning of a non-tangent curve to the left having a radius of 384.41 feet, a central angle of 14 degrees 45 minutes 29 seconds and whose chord bears North 09 degrees 29 minutes 20 seconds West, a distance of98.74 feet; Exhibit A Page 1 of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 1-PE 3601 W. FULLER A VENUE LOT 3, BLOCK 4, SOUTH HILLS THENCE with said non-tangent curve to the left, an arc length of 99.02 feet to the POINT OF BEGINNING, and containing 497 square feet or 0.011 acres of land, more or less. Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. Bearings are referenced to the plat of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tarrant County, Texas. Date: November 1, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Exhibit A Page 2 of 2 \ LOT 3 oC i\1t1,\\ r,i / ~~1i 1\ ~ EXHIBIT "B" PARCEL No. 2-PE CURVE TABLE CURVE RADIUS DELTA CHORD BEARING C-1 384.41' 02·15'26" N 00'53'44"W C-2 389.41' 02'13'49" S 00'52'55"E 5.00' s as·ss'oo"E w A'\ 6 ----f;~ FND 1 /2"1R zl z ~ll (.) <( a: a: s:- w ~ I ,,._ 0 CHORD ARC 15.14' 15.1 4' 15.16' 15.16' LOT A / $ 0 'U a£(" rt' C · ·.-s-.o..,..· -P-ER_M_AN_E-NT_s_EW_E_R.., ~c, -i:\.' FACILITY EASEMENT ~i ~. 407 SQ.FT. OR 0.009 AC. \J'OVU I- UJ (!) I f-:t: c., ii: Cl BINYON STREET LOT 4 ANIL K. DHINGRA C.C.F. No. D205168279 D.R.T.C.T. zfli. ~ LOT 5 1. A LEGAL DESCRIPTION OF EQUAL SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. N 89"46'00"W 5.00' 2. BEARJNGS ARE REFERENCED TO THE PLAT OF SOUTH HIU.S, AN ADDmON m THE CrTY OF FORT WORTH, TARRANT COUNlY, TEXAS AS RECORDED IN VOLUME 388-H, PAGE 415 Of THE PLAT RECORDS OF TARR.ANT COUl'flY, TEXAS. :•:::::;:;:• Cl 0 in -; a: I ~ f-=> ~ '* 0 CJ) P.O.B. FND 5/B"I R t; Cl)~ -<::> o...l Q.; • .... ~ h c::i ::t::E--:'c..i e-.. ~ I e,.; C o~~~ o...l "'-l::;ic:-, • 'llo a., Cl)~ :::::i "'-l ~ 30 15 0 30 I i_ I I SCALE IN FEET City or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A 5.0' PERMANENT SEWER FACILITY EASEMENT OUT OF LOT 4. BLOCK 4 OF SOUTH HILLS AN ADDmON TO THE CITY OF FORT WORTH. TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-H, PAGE 415 PLAT RECORDS OF TARRANT COUNlY, TEXAS PROJECT: WESTCREEK -KELLIS PARK DRAINAGE IMPROVEMENTS D.O.E. No.: 5555 T PW PROJECT No. P22B-2032800630 CITY PROJ No. 00630 ..,..EAS~E __ M __ EN..,.,T~AR. ... EA ___ : _4 __ 0_7_S __ Q __ U __ AR,.....E....,F .... E...,ET........;;O.;..,;R-0 __ • __ 00 __ 9;......;..A ... CR __ E=S.........,........,,,,.......,,,.,..,,....~.,,,....,..,..,........,~~=tCURTIS SMITH -·-JO __ B_N __ O_. _DE __ OT_1--00=2 ....... oo"---_____ D __ RA_W_N __ BY __ : __ D ....... P ...... _____ ,._CAO"---D ___ Fll __ E:,,...D_E_OT...,10_0 __ 2-_E_MT_-_DP_.D_W_G . REGISTERED PROFESSIONAL LAND SURVEYOR DATE : NOVEMBER 1, 20 IO EXHIBIT B: PAGE 1 Of" 1 SCALE : 1 " -30' NO . 5494 GORRONDONA &: ASSOCIATES, INC.• 7524 JACK NEWELL BOULEVARDS. FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1766 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 2-PE 4704 SOUTH RIDGE TERRACE LOT 4, BLOCK 4, SOUTH HILLS EXHIBIT "A" Being a 5 .O ' permanent sewer facility easement out of Lot 4 , Block 4 of South Hills , an a ddition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Re<:ords of Tarrant County, Texas, said Lot 4 being deeded to Anil K. Dhingra as recorded in County Clerk's File No. D205168279 of the Deed Records of Tarrant County, Texas, said 5.0 ' permanent sewer facility easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod found for the southeast comer of said Lot 4, said 5 /8 inch iron rod being the northeast corner of Lot 5, Block 4 of said South Hills, said 5/8 inch iron rod also being in the west right-of-way line of South Ridge Terrace (a called 50.0' right-of-way); THENCE North 89 degrees 46 minutes 00 seconds West, with the south line of said Lot 4 and with the north line of said Lot 5, a distance of 5 . 00 feet to a point for corner; THENCE North 00 degrees 14 minutes 00 seconds East, a distance of 66.25 feet to a point for the beginning of a curve to the left having a radius of 384.41 feet , a central angle of 02 degrees 15 minutes 26 seconds and whose chord bears North 00 degrees 53 minutes 44 seconds West, a distance of 15 .14 feet; THENCE with said curve to the left, an arc length of 15.14 feet to a point for corner in the north line of said Lot 4, said point being in the south line of Lot 3, Block 4 of South Hills, an addition to the City of Fort W01t h, Tarrant County, Texas as recor ded in Volume 388-F, Page 623 of said Plat Records of Tarrant County, Texas; THENCE South 89 degrees 55 minutes 00 seconds East, with the north line of said Lot 4 and with the south line of said Lot 3, a distance of 5.00 feet to a 1/2 inch iron rod found for the northeast comer of said Lot 4, said 1/2 inch iron rod being the southeast comer of said Lot 3, said 1/2 inch iron rod being in the west right-of-way line of said South Ridge Terrace, said 1/2 inch iron rod also being the beginning of a non-tangent curve to the right having a radius of 389.41 feet, a central angle of 02 degrees 13 minutes 49 seconds and whose chord bears South 00 degrees 52 minutes 55 seconds East, a distance of 15 .16 feet; Exhibit A Page 1 of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 2-PE 4704 SOUTH RIDGE TERRACE LOT 4, BLOCK 4, SOUTH HILLS THENCE with said non-tangent curve to the right, with the east line of said Lot 4 and with the west right-of-way line of said South Ridge Terrace, an arc length of 15.16 feet to a point for comer; THENCE South 00 degrees 14 minutes 00 seconds West, with the east line of said Lot 4 and with the west right-of-way line of said South Ridge Street, a distance of 66.25 feet to the POINT OF BEGINNING, and containing 407 square feet or 0.009 acres of land, more or less. Notes: ( 1) A plat of even survey date herewith accompanies this legal description . (2) Bearings are referenced to the plat of South Hills, an addi tion to the City of Fort Worth, Tarrant County, Texas as recorded i n Volume H, Page 415 of the Plat Records of Tarrant County, Texas. Date: November 1, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Exhibit A Page 2 of 2 EXHIBIT PARCEL No. "B" 1-PE --------CURVE RADIUS C-1 369.41' C-2 384.41' R ~\JE.NUE fULLE. . R\Gl-li-Of-Wl>.Y) (" CALLED 50 • 0 P.O.B. 5.0 PERMANENT SEWER FACILITY EASEMENT 497 S .FT OR 0.011 AC LOT 3 .. :.· .. CURVE TABLE DELTA CHORD BEARING 14·41'0B" S 09·25'27"E 14'45'29" N 09'29 '20"W 5.05' N 80'56'00"E LOT 2 \ \ \ SARAH M. MARTINEZ VOLUME 6049, PAGE 689 D.R.T.C.T. G i'2> l'i ti ii / / FNO 1/2"1R 30 I 15 I CHORD ARC 99.54' 99.81 ' 98.74' 99 .02' \ ' \ 0 30 i--~, 2. Bl:AR:INGS ARE REFERENCED TO TiiE PIAT OF sourn HIU.S , AN AODmON TO TI-IE cnv OF' FORT WORTH, TARRANT COUNlY, TO<AS />S RECORDED IN VOLUME 388-H, PAGE 415 OF THE PLAT RECORDS SCALE IN FEET OF TARRANT COUNTY, TEXAS. City or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH , TEXAS 76102 EXHIBIT SHOWING A 5.0' PERMANENT SEWER FACILITY' EASEMENT our oF LOT 3. BLOCK 4 OF SOUTH HILLS AN AOOffiON TO THE Cl1Y OF FORT WORTH, TARRANT COUNlY, TEXAS /lS RECORDED IN VOLUME 388-F, PAGE 623 PLAT RECORDS OF TARRANT COUNTY, TEXAS 0.0.E. No.: 5555 CITY PROJ No. 00630 GORRONOONA & ASSOCIATES. INC .• 7524 JACK NEWELL BOULEVARDS . FORT WORTH, TX . 76118 • 817-496-1424 FAX 817-496-1768 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.0.E. No. 5555 PARCEL No. 3-PE 4716 SOUTH RIDGE TERRACE LOT 5, BLOCK 4, SOUTH HILLS EXHIBIT "A" Being a 5.0' permanent sewer facility easement out of Lot 5 , Block 4 of South Hills , an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tanant County, Texas, said Lot 5 being deeded to Tien-a Group L.L.C. as recorded in Volume 14913, Page 116 of the Deed Records of Tarrant County, Texas , said 5 .0 ' pennanent sewer facility easement being more particularly described by metes an d bounds as follows: BEGINNING at a 5/8 inch iron rod found for the northeast comer of said Lot 5 , said 5/8 inch iron rod being the southeast comer of Lot 4, Block 4 of said South Hills, said 5/8 inch iron rod being in the west right-of-way of South Ridge Terrace (a called 50.0' right-of-way); THENCE South 00 degrees 14 minutes 00 seconds West, with the east line of said Lot 5 and with the west right-of-way line of said South Ridge Terrace, a distance of 65.00 feet to a 3/8 inch iron rod found for the southeast comer of said Lot 5 , said 3/8 inch iron rod being the northeast comer of Lot 6, Block 4 of said South Hills ; THENCE North 89 degrees 46 minutes 00 seconds West, with the south line of said Lot 5 and with the north line of said Lot 6 , a distance of 5.00 feet to a point for comer; THENCE North 00 degrees 14 minutes 00 seconds East, a distance of 65.00 feet to a point for comer in the north line of said Lot 5 , said point being in the south line of said Lot 4 ; THENCE South 89 degrees 46 minutes 00 seconds East, with the north line of said Lot 5 and with the south line of said Lot 4, a distance of 5.00 feet to the POINT OF BEGINNING, and containing 325 square feet or 0 .007 acres of land, more or less. Exhibit A Page 1 of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 3-PE 4716 SOUTH RIDGE TERRACE LOT 5, BLOCK 4, SOUTH HILLS Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. Bearings are referenced to the plat of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tarrant County, Texas. Date: November I, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Exhibit A Page 2 of 2 LOT 4 EXHIBIT "B" PARCEL No. 3-PE 5.00' S 89'46'00"E 5.0' PERMANENT SEWER FACILllY EASEMENT 325 SQ .FT. OR 0.007 AC. LOT 5 TIERRA GROUP, L.L.C . VOLUME 14913, PAGE 116 D.R.T.C.T. P.O.B. FND 5/8"1R UJ 0 <( a: a: UJ J-, w (!i 0 -a: FND 3/S"I R I LOT 6 1, A LEGAL DESCRIPTION OF EQUAL SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. N 89'46'00"W 5.00' 30 I I- ::J 0 Cl) 15 \ ~ ~ I I.<. 0 I ~ 0 1E 'b 0 U1 0 w _J _J 5 ~ BINYON STREET 0 30 i-----., 2. BFARINGS ARE REFERENCED TO THE PIAT OF SOUTH HIUS, AN ADDmON TO THE CITY OF' F'ORT WORTH. TARRANT COUNTY. TEXAS AS RECORDED IN VOLUME 368-H, PAGE 415 OF THE PIAT RECORDS SCALE IN FEET Of TARRANT COUNTY, TEXAS. City or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 5.0' GORRONDONA & ASSOCIATES, INC.• 7524 .JACK NEWELL BOULEVARDS. FORT WORTH, TX . 76118 • 817-496-1424 FAX 817-496-1766 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 4-PE 4720 SOUTH RIDGE TERRACE LOT 6, BLOCK 4, SOUTH HILLS EXHIBIT "A" Being a 5.0' permanent sewer facility easement out of Lot 6, Block 4 of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tarrant County, Texas, said Lot 6 being deeded to April Ragsdale as recorded in County Clerk's File No. D205292743 of the Deed Records of Tarrant County, Texas, said 5.0' pem1anent sewer facility easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the southeast comer of said Lot 6, said point being the northeast comer of Lot 7, Block 4 of said South Hills, said point also being in the west right-of-way line of South Ridge Terrace (a called 50.0' right-of-way), from which a 1/2 inch iron rod found for reference bears North 73 degrees 30 minutes 13 seconds East, a distance of 0 .50 feet; THENCE North 00 degrees 14 minutes 00 seconds East, with the east line of said Lot 6 and with the west right-of-way line of said South Ridge Terrace, a distance of 52.00 feet to the POINT OF BEGINNING of the herein described 5.0' permanent sewer facility easement; THENCE North 89 degrees 46 minutes 00 seconds West, a distance of 5.00 feet to point for comer; THENCE North 00 degrees 14 minutes 00 seconds East, a distance of 13.00 feet to a point for corner in the north line of said Lot 6, said point being in the south line of Lot 5, Block 4 of said South Hills; THENCE South 89 degrees 46 minutes 00 seconds East, with the north line of said Lot 6 and with the south line of said Lot 5, a distance of 5.00 feet to a 3/8 inch iron rod found for the northeast corner of said Lot 6, said 3/8 inch iron rod being the southeast corner of said Lot 5, said 3/8 inch iron rod also being in the west right-of-way line of said South Ridge Terrace, from which a 5/8 inch iron rod found for the northeast corner of said Lot 5 bears North 00 degrees 14 minutes 00 seconds East, a distance of 65.00 feet, said 5/8 inch iron rod being the southeast comer of Lot 4, Block 4 of said South Hills, said 5/8 inch iron rod being in the west right-of-way line of said South Ridge Terrace~ Exhibit A Page 1 of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.0.E. No. 5555 PARCEL No. 4-PE 4720 SOUTH RIDGE TERRACE LOT 6, BLOCK 4, SOUTH HILLS THENCE South 00 degrees 14 minutes 00 seconds West, with the east line of said Lot 6 and with the west right-of-way line of said South Ridge Terrace, a distance of 13.00 feet to the POINT OF BEGINNING, and containing 65 square feet or 0.001 acres of land, more or I ess. Note;: ( 1) A plat of even survey date herewith accompanies this legal description. (2) Bearings are referenced to the plat of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tarrant County, Texas. Date: November 1, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Exhibit A Page 2 of 2 DETAIL "A" ........ .. ··· 5.00' . · · s a9•4s•oo"E EXHIBIT "B" PARCEL No. 4-P E LOT 4 C\,! "' ~ Cl)~ Q ...:i o.; r,..: .... .... ~ ~ ___ FN O 5/8 "1 R ~::tj~0 E-.. t..l I~ C ;.:t::C'O • OE-,;CQO:; P.O.B.: LOT 5 · .. N 0 a <'i "'·· ......... ,~ ~ ~ \>s \j" 5.0 PERMANENT SEWER c~~\\>~~ FACILllY EASEMENT ~\>~~ /~~G~. 65 SQ.FT. OR 0.001 AC. ~ ~ ~· LOT 6 <:;?1 o}> ~-APRIL RAGSDALE ~ ~- \)~ C.C.F. No . D205292743 ~\;)\> D.R.T.C.T. LOT 7 1, A LEGAL DESCRIPTION OF EQUAL-SURVEY DATE HEREWITH ACCOIAP..AN IES THIS Pl.AT. 2. BE'ARlNGS ARE REFERENCED TO THE Pl.AT OF SOUTH HILLS, AN ADDmON TO THE CllY OF FORT WORTH, TARRANT COUNTY, TEXAS ,.S RECORDED IN VOLUME 368-H, PAGE 415 Of THE PLAT RECORDS OF TARRANT COUITTY, TEXAS. 0 a .,; <D lw I~ b a z 8 <'i U"> I }LI IP ..,. b a z "4 ~ ::::i c-, • l'l:lc::, Cl., CJ'.)~ :::i ~ w ~ 0 <( \ a: \ a: ~ UJ 3: I "A" I-u. a I UJ Ii: c.., 1E (!; 0 C) 0 In -C) a: w ...J ... P.O.B. {3 I .~ I- ::::) 0 Cl) P.O.C. LOT 1A FND 1 /Z"IR BEARS N 73'30'1.J"E, 0 .50' 30 15 0 30 I , __ --~, SCALE IN FEET City or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A 5.0' PERMANENT SEWER FACILITY EASEMENT OUT OF LOT 6, BLOCK 4 OF SOUTH HILLS AN AOOffiON TO THE CllY OF FORT WORTH, TARRANT COUNTY, TEXAS J,.S RECORDED IN VOLUME 388-H, PAGE 415 PLAT RECORDS OF TARRANT COUNTY, TEXAS GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD S. FORT WORTH, TX. 76116 • 617-496-1424 FAX 617-496-1766 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 5-PE 3569 BINYON STREET LOT Bl, BLOCK 10, SOUTH HILLS EXHIBIT "A" Being a 5.0' permanent water facility easement out of Lot Bl, Block 10 of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-T, Page 42 of the Plat Records of Tarrant County, Texos, said Lot Bl being deeded to Lara M. Tilghman as recorded in Volume 14296, Page 223 of the Deed Records of Tarrant County, Texas, said 5.0' permanent water facility easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the northwest comer of said Lot B 1, said point being the intersection of the existing south right-of-way line of Binyon Street (a called 50.0' right-of-way) with the existing east rightuof-way line of South Ridge Terrace (a-called 50.0' right-of-way); THENCE South 89 degrees 49 minutes 00 seconds East, with the north line of said Lot I and with the existing south right-of-way line of said Binyon Street, passing at a distance of 0.34 feet a 1/2 inch iron rod found for reference, in all, a distance of 5.00 feet to a point for comer; THENCE South 00 degrees 14 minutes 00 seconds West, a distance of 34.24 feet to a point for comer; THENCE South 38 degrees 39 minutes 00 seconds East, a distance of 67.42 feet to a point for comer in the south line of said Lot Bl, said point being in the existing north right-of- way line of Medina Avenue (a called 50.0' right-of-way), from which a 1/2 inch iron rod found for reference bears South 76 degrees 35 minutes 02 seconds East, a distance of 26.50 feet and North 55 degrees 18 minutes 43 seconds West, a distance of 0.33 feet; THENCE North 76 degrees 35 minutes 02 seconds West, with the south line of said Lot Bl and with the existing north right-of-way line of said Medina Avenue, a distance of 8.13 feet to a point for the intersection of the existing east right-of-way line of said South Ridge Terrace with the proposed east right-of-way line of said South Ridge Terrace and with the existing north right-of-way line of said Medina A venue, from which a 1/2 inch iron rod with cap stamped ''RPLS 1988'' found for reference bears South 02 degrees 48 minutes 15 seconds West, a distance of 0.49 feet; Exhibit A Page 1 of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 5-PE 3569 BINYON STREET LOT Bl, BLOCK 10, SOUTH HILLS THENCE North 38 degrees 39 minutes 00 seconds West, with the proposed east right-of-way line of said South Ridge Terrace, a distance of 62. 77 feet to a 1/2 inch iron rod with cap stamped "RPLS 1988" found for the intersection of the existing east right-of-way line of said South Ridge Terrace with the p-roposcd cast right-of-way line of said South Ridge Terrace; THENCE North 00 degrees 14 minutes 00 seconds East, with the west line of said Lot Bl and with the existing east right-of-way line of said South Ridge Terrace, a distance of 36.00 feet to the POINT OF BEGINNING, and containing 501 square feet or 0.012 acres ofland, more or less. Notes: (I) A plat of even survey date herewith accompanies this legal description. (2) Bearings are referenced to the plat of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as r~corded in Volume 388-T, Page 42 of the Plat Records of Tarrant County, Texas. Date: November I, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Exhibit A Page 2 of 2 30 I SEE DETAIL "A" \.·· 5.00' S . 89'49'00 .. E EXHIBI T "B" PARCEL No . 5-PE BIN Y ON STR E ET (A CAL LE D 50 .0' RIGHT-OF-WA'Y) EXI STING RIGHT-O F-WAY LOT B1 LARA M. TILGHMAN VOLUME 14296, PAGE 223 D.R .T.C.T . N 76"35'02"W 8.13' 15 0 30 ;_,--~, SCALE IN FEET NOTES: 1. A LEGAL DESCRIPTION Of' EQUAL SURVEY OA'JE HEREWllli ACCOt.APANIES THIS PLAT. 2. BEARINGS ARE REFERENCED TO THE PlAT OF sourn HIUS, AN ADDmON TO THE CllY OF FORT WORTH, TARRANT COUNTY, TEns AS RECORDED IN VOLUME 388-T, PAGE 42 OF THE PLAT RECORDS OF TARRANT COUNTY, TEXAS . :p ,o,B. DETA IL "A " PASS ING AT 0.34' FN O 1/2"1R 5 .00' S 89'49'00"E LOT 1 City oF Fo r t Worth 1000 THROC KMORTO N STR EET • FORT WORTH, TE XAS 76102 EXHIBIT SHOWING A 5.0 ' P ERMANENT WATER FACILITY EASEMENT OUT OF LOT 81 , BLOCK 1 0 OF SOUTH HILLS AN .aDDffiON TO THE CITY OF FORT WORTH. TARRANT COUNTY, TEXAS /IS RECORDED IN VOLUME 388-T , PAGE 42 PLAT RECORDS OF TARRANT COUNlY, TEXAS PROJECT: WESTCREEK -KEWS PARI< DRAINAGE IMPROVEMENTS 0 .0.E. No .: 5555 T PW PROJECT No. P228-2032800630 CITY PROJ No. 00630 a,.;;;EA;...;;S;;.;E;;;.;M.;.;;;E;;.;N..;..T...;.A.;;..R;.;;;;EA;...;;:;....;;.50.;:..1;......;;S;.;;:Q..;:;.U~AR;.;.;E;;...;..F.;;;EET:;.;.....;:;.O.;.;R_0;;.;;'.;;;.0.;.:12;;...;..A;.;;;,C.;..;.RE;;.;S ___________ .... cuRns SMITH ~JO.,,.B""'N""'O..,,. _,DE-aO,,a,Tl.,,.0 .... 02_.0~0------+-"'DRA~WN~BY=:~O..;;..P..:... . ......,..,,-----~CAD'-'=,:D,-Fl=LEaa:::--D.,_EO:,;,,TC'i-10 .... 02 ... -.... EM __ T_-=DP __ .O __ W~G REGISTERED PROFESSIONAL LA ND SURVEYOR DATE: NOVEMBER 1, 201 0 EXHI BIT B PAGE 1 Of' 1 SCALE : 1 " = 30' NO . 5494 GORRONDONA & ASSOC IATES, INC.• 7524 JACK NEWELL BOULEVARDS . FORT WORTH, TX . 76118 • 817-496-1424 FAX 81 7 -496-1768 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 5-ROW 3569 BINYON STREET LOT Bl, BLOCK 10, SOUTH HILLS EXHIBIT "A"' Being a 0.011 acre tract of land out of Lot 81, Block 10 of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-T, Page 42 of the Plat Records of Tarrant County, Texas, said Lot 81 being deeded to Lara M. Tilghman as recorded in Volume 14296, Page 223 of the Deed Records of Tarrant County, Texas, said 0.011 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest comer of said Lot B 1, said point being the intersection of the existing south right-of-way line of Binyon Street (a called 50.0' light-of-way) with the existing east right-of-way line of South Ridge Terrace (a called 50.0' righl-of-way), from which a 1/2 inch iron rod found for reference bears South 89 degrees 49 minutes 00 seconds East, a distance of 0.34 feet; THENCE South 00 degrees 14 minutes 00 seconds West, with the west line of said Lot B 1 and with the existing east right-of-way line of said South Ridge Terrace, a distance of 36.00 feet to a 1/2 inch iron rod with cap stamped "RPLS 1988" found for the most westerly southwest comer of said Lot 81, said 1/2 inch iron rod with cap stamped "RPLS 1988" being the intersection of the existing east right-of-way line of said South Ridge Terrace with the proposed east right-of-way line of South Ridge Terrace, said 1/2 inch iron rod with cap stamped "RPLS 1988" being the POINT OF BEGINNING of the herein described 0.011 acre tract of land; THENCE South 38 degrees 39 minutes 00 seconds East, with the proposed east right-of-way line of said South Ridge Terrace, a distance of 62. 77 feet to a point for the intersection of the proposed east right-of-way line of said South Ridge Terrace with the existing east right-of-way line of said South Ridge Terrace and with the existing north right-of-way line of Medina Avenue (a called 50.0' right-of-way), said point being the beginning of a non-tangent curve to the right having a radius of 50.00 feet, a central angle of 77 degrees 46 minutes 00 seconds and whose chord bears North 38 degrees 39 minutes 00 seconds West, a distance of 62.77 feet, from which a l/2 inch iron rod with cap stamped "RPLS 1988" found for reference bears South 02 degrees 48 minutes 15 seconds West, a distance of 0.49 feet, and from which a 1/2 inch iron rod found for reference bears South 76 degrees 35 minutes 02 seconds East, a distance of 34.63 and North 55 degrees 18 minutes 43 seconds West, a distance of 0.33 feet; Exhibit A Page 1 of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228~2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 5-ROW 3569 BINYON STREET LOT Bl, BLOCK 10, SOUTH HILLS THENCE with said non-tangent curve to the right, with the southwest line of said Lot B 1 and with the existing east right-of-way line of said South Ridge Terrace, an arc length of 67.86 feet to the POINT OF BEGINNING, and containing 475 square feet or 0 .011 acres ofland, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) Bearings are referenced lo the plat of South Hills, an addition Lu lhe City of Forl Worth, Tarrant County, Texas as recorded in Volume 388-T, Page 42 of the Plat Records of Tarrant County, Texas. Date: November 1, 2010 / Curtis Smith Registered Professional Laind Surveyor No. 5494 Exhibit A Page 2 of 2 EXHIBI T PARCEL No. CURVE TABLE j)'B" 5-ROW CURVE I RADIUS I DELTA I CHORD BEARING I CHORD I ARC C-1 ! 50.00' I 77·4s'oo" I N 38'39'00"W I 62.77' I 67.86' BINYON STREET P.O.C. (A CALLEO 50.0' RIGHT-OF-WAY) EXISTING RIGHT-OF-WAY ' .o LOT B1 00 o -,<t' u:,_ ""b 0 Ul LARA M. TILGHMAN VOLUME 14296, PAGE 223 D.R.T.C.T. P.O.B. JJ '> 0 EXISTING g G) RIGHT-OF-WAY t:J m Cf.> ~ -; 0 :u m C c5 'T"I =1 f $ ::r: 7' ~ ~ ,>-"' ~o m FNO 1/2"1R W/CAP STAMPED "RPLS 1988" S 02'48'15"W, 0.49' 30 15 0 30 .---I -1~~~1c====::i1 ---~ . ---- -. ------- SCALE IN FEET PROPOSED RIGHT -OF-WAY FND 1/2"1R W/C:AP N 55'18'43''W, 0.33 ' EXISTING RIGHT-OF-WAY NOTES: 1. A LEGAL DESCRIPTION OF EQUAL SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. 2. BE'ARINGS ARE REFERENCED TO THE PLAT OF S0U1M HILLS, AN AODmON TO THE CrTY OF FORT WORTH, TARRANT COUITTY, TEXAS f.S RECORDED IN VOLU"'4E 388-T, PAGE 42 OF THE PLAT RECORDS OF TARRANT COUNTY, TEXAS. LOT 1 City oF Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A RIGHT -OF-WAY ACQUISITION OUT OF LOT B 1 , BLOCK 1 0 OF SOUTH Hl!LLS AN AODmONl TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS f,,S RECOROEO IN VOLUME 388-T, PAGE 42 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: WESTCREEK -KELLIS PARK DRAINAGE IMPROVEMENTS 0.0.E. No.: 5555 T PW PROJECT No. P228-20:52800630 CITY PROJ No. 00630 RIGHT-OF-WAY ACQUISITION AREA: 475 SQUARE FEEf OR 0.01 l ACRES CURTIS SMITH JOB NO. OEOT1002.00 DRAWN BY': D.P. CADD FILE : DEOT1002-EMT-DP'.DWG REGIS'fERED PROFESSIONAL LAND SURVEYO .DATE ; NQVEMBER 1, 2010 EXHIBIT B PAGE 1 OF 1 SCALE: 1" = 30' NO . 5494 OORRONDONA &. ASSOCIATES, INC.• 7524 JACK NEWELL BOULEVARDS. FORT WORTH, TX. 76118 .. 817-496-142+ FAX 817-496-1768 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL No. 6-PE 4701 S. RIDGE TERRACE LOT A, BLOCK 10, SOUTH HILLS EXHIBIT "A" Being 5.0' permanent water facility easement out of Lot A, Block 10 of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tarrant County, Texas, said Lot A being deeded to Daniel Miguel Martinez as recorded in County Clerk File No. D204104433 of the Deed Records of Tarrant County, Texas, said 5.0' permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a point for the northwest comer of Lot 45, Block 5 of Wilshire, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388~M, Page 389 of tht: Plat Records of Tarrant County, Texas. said point being in the south right-of-way line of Fuller Street (a called 50.0' right-of-way); THENCE South 00 degrees 14 minutes 00 seconds West, with the west line of said Lot 45, passing at a distance of 0.45 feet a 1/2 inch iron rod found for reference, in all, a distance of 26.99 feet to a point for the northeast corner of said Lot A; THENCE South 80 degrees 56 minutes 00 seconds West, with the north line of said Lot A, a distance of 134.45 feet to the POINT OF BEGINNING of the herein described 5.0' permanent water facility casement, said point being the beginning of a non-tangent curve to the right having a radius of 335.00 feet, a central angle of 18 degrees 38 minutes 49 seconds, and whose chord bears South 09 degrees 05 minutes 24 seconds East, a distance of 108.54 feet; THENCE with said non-tangent curve to the right, an arc length of 109.03 feet to a point for comer; THENCE South 00 degrees 14 minutes 00 seconds West, a distance of 6.47 feet to a point for comer in the south line of said Lot A, said point being in the north right-of-way line of Binyon Stre~t (a calk<l 50.0' right-of-way), from which a 1/2 inch iron rod found for the southeast comer of said Lot A bears North 89 degrees 50 minutes 00 seconds East, a distance of 115.10 feet, said 1/2 inch iron rod being the southwest comer of Lot 1, Block 5 of Wilshire, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-L, Page 46 of said Plat Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the north right-of-way line of said Binyon Street; Exhibit A Page I of 2 WESTCREEK-KELLIS PARK DRAINAGE IMPROVEMENTS T/PW PROJECT No. P228-2032800630 CITY PROJECT No. 00630 D.O.E. No. 5555 PARCEL NO. 6-PE 4701 S. RIDGE TERRACE STREET LOT A, BLOCK 10, SOUTH HILLS THENCE South 89 degrees 50 minutes 00 seconds West, with the south line of said Lot A and with the north right-of-way line of said Binyon Street, a distance of 5.00 feet to a point for the southwest comer of said Lot A, said point being the intersection of the north right-of-way line of said Binyon Street with the east right-of-way line of South Ridge Ten-ace (a called 50.0' right-of-way); THENCE North 00 degrees 14 minutes 00 seconds East, with the west line of said Lot A and with the east right-of-way line of said South Ridge Terrace, a distance of 6.50 feet to a point for the beginning of a curve to the left having a radius of 330.00 feet, a central angle of 18 degrees 47 minutes 23 seconds, and whose chord bears North 09 degrees 09 minutes 42 seconds West, a distance of 107.74 feet; THENCE with said curve to the left, with the west line of said Lot A, and with the east right-of- way line of said South Ridge Terrace, an arc length of 108.22 feet to a point for the northwest comer of said Lot A; THENCE North 80 degrees 56 minutes 00 seconds East, with the north line of said Lot A, a distance of 5.07 feet to the POINT OF BEGINNING, and containing 576 square feet or 0.013 acres of land more or less. Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. Bearings ar,e referenced to the plat of South Hills, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-H, Page 415 of the Plat Records of Tarrant County, Texas. Date: November 1, 2010 Curtis Smith Registered Professional Land Surveyor No. 5494 Exhibit A Page 2 of 2 LINE L-1 L-2 L-3 L-4 BLOCK 3 LOT 8 LINE TABLE BEARING s oo· 14·oo·w S B9 °50'00"W N 00·14·oo "E N ao·ss·oo"E LOT 4 BLOCK 4 DISTANCE 6.47' 5 .00' 6.50' 5.07' \ L-3 EXH IBIT PARCEL No. 6-PE KELLIS PARK p.o.B. \34A5' s so·:i6'0~0 --h \ n - -\ s <;' ~ ci .11\.>'-> ~GP vo .1 ~~ f iu1P i,c 1· so '3ss.' 1· · \Ai t'·~· :·:.: v\> LOT A ("K\(') ~o DANIEL MIGUEL MARTINEZ 1 ·.·. I C.C.F. No. D204104433 ~w~ ~R ~C~ .. ·, \.:\ PERMANENT WATER FACILllY EASEMENT 576 SQ.FT. OR 0.0 1 3 AC . N 89'50'00"E SOUTH HILLS VOLUME 388-H, PAGE 4 f P.R.T.C.T. BINYON STREET (A CALLED 50.0' RIGHT-OF-WAY) CURVE TABLE CURVE RADIUS DELTA ANGLE CHORD BEARING C-1 335.00' 18°38'49" S 09°05'24"[ C-2 330.00' 18°47'23" N 09'09' 42"W NOTES : 1. A LEGAL DESCRIPTION OF EQUAL SURVEY DATE HEREWmi ACCOMPANIES lHIS PLAT. CHORD LENGTH 108.54' 107.74' 2. BEARINGS ARE REFERENCED TO THE PLAT OF SOUTH HIUS, AN ADDmON TO lHE CfTY OF FORT WOR'nl, TARRANT COUN'TY, TEXAS AS RECORDED IN VOLUME :588-H, PAGE 415 OF THE PLAT RECORDS OF TARRANT COUITTY, TEXAS. ARC LENGTH 109.03' 108.22' 50 I 25 0 I SCALE IN \ \ LOTt I ~ FEET City or Fort Worth 1000 THROCKMORTON STREET ° FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A 5.0' PERMANENT WATER FACILTY EASEMENT OUT Or LOT A. BLOCK 1 0 OF SOUTH HILLS AN AOOmON TO THE CITY OF FORT WORTH. TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-H, PAGE 415 PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: WESTCREEK -KELLIS PARK DRAINAGE IMPROVEMENTS 0.0.E. No.: 5555 ,T PW PROJECT No. P228-2032800630 CITY PROJ No. 00630 · EASEMENT AREA: 576 SQUARE FEET OR' 0.013 ACRES CURTIS SMITH 50 I JOB NO . DEOT1002 .00 DRAWN BY : DP GADD FlLE: DEOT1 002.00-EMT-JCE.DWG REGISTERED PROFESSIONAL LAND SURVEYO .DATE : NOVEMBER 1, 2010 EXHIBIT B PAGE 1 OF 1 SCAL.E: 1" = 50' NO. 5-494 GORRONDONA &; ASSOCIATES, INC. • 7524 JACK NEWELL BOULE.YARD $. FORT WORTH, TX. 76118 • 817-+96-1424 FAX 817-+96-1768 ADDUlll CONSULTING £HG I IIEERS DcOttc, Inc. 2553 East Loop 820 North Fort Worth, Texas 76118 Attention: Mr. Clayton Redinger G'eoteclmical Co11str11cti1m Mareriuls E11i·ir1111memal :!:!IIIJ ll'is comin Street Suitc 30/J D(l//as. frxa ., 75:!:!'J October 2 I, 20 I 0 Re: Geotechnical Exploration Tel : Y7:! 388.IMIJ Fax: Yi:!.3/18 . /M Y 1nm . ad.Iulo . c 11111 S. Ridge Terrace and Medina Avenue Between West Fuller Avenue and Westcrcck Fort Worth, Texas AD DULA Report No. HI 00958 Submitted herein is th e recommended pavement section for the proposed residential street s referenced above in Fort Worth , Texas. This study was authorized by Mr. Clayton Redinger on August 23, 2010 and perfon11ed in accordance with AD DULA Proposal No. 25742 dat ed October 1, 2 010. The purpose of this study is to develop pavement sections for the reconstruction of existing asphalt streets in accordance with the City of Fort Worth Transportation & Public Works Department Pavement Design Standards Manual 2005 and the Pavement Design Manual (Preliminary Draft July 2010). The current study area for S. Ridge Terrace Road and Medina Avenue are as follows: S. Ridge Terrace -From West Fuller Avenue and extends south to a distance of about 435 ft Medina A venue -From S. Ridge Terrace and extends east to a distance of about 3 70 ft. Field Investigation and Laboratory Testing S. Ridge Terrace and Medina A venue within the existing study area are existing asphalt streets. A total of three (3) test borings were performed along the streets in general accordance with ASTM D 420 to a depth of 10 fl using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure I, enclosed in the Appendix of this report. Based on available surface geology maps, the study area lies within the Pawpaw, Weno Limestone and Denton Clay Formation (undivided) near Grayson Marl and Main Street Formation. The undivided Pawpaw/Wenoillenton Clay generally consists of limestone, clay shale, and/or shale . Residual soils generally consist of highly plastic clays and shaly clays. These residual soils typically have high seasonal shrink-swell potential with changes in soil moisture content. Grayson Marl and Main Street Formation consists of variable thicknesses of moderate to high plasticity clay soils over the limestone and/or shale associated with this Formation. Subsurface materials at the borings consist generally of clay, sandy/silty clay and/or limestone. At Boring 1, clay soil was encountered to a depth of about 6 ft underlain by tan limestone. ADDULA Report No. Hl00958 ......... _ ......... -............... -...... -.. ---···-.............. --------------.-................. _ ... _____ ..................... _ .. _·····-····-·-·---............... . At Boring 2, sandy cl ay fill material was noted to a depth of about 7 ft und erlain by tan lim estone to a depth of about 8 ft and followed by gray limeston e to th e boring tcnnination depth of abou t 10 ft. At Boring 3, clay fill was noted to a depth of abo ut 6 ft und er lain by s ilt y clay. Limestone wa s not encountered within the 10-ft maximum depth explored in Boring 3. Exis tin g aspha lt pavement thickness at Borings 2 and 3 was about 5 in ches and 3in ches, respect ive ly. In addition , about 4 inche s of base material was not ed in Boring 3 under the asp halt pavement. Groundwater was not encountered at the boring location s during drilling and th e boreholes appeare d to be dry immediatel y after completion of drilling operations. More detailed stratigraphic information is presented on the Log of Borin g Sheets a lta che d to thi s report. In addition to conventional laboratory testing to assess eng ineering properties of th e soi ls, a bulk sa mple was obtained from the vicinity of Boring l for moisture-density relationship (standard Proctor), California Bearing Ratio (CBR) and fon e series tests . Results of th e standard Proctor , CBR and lime series tes ts are attached to thi s report. Engineering Analysis Calculations used to determine the required pavement thickness are based only on the physical , and engineering properties of the materials and conventional thickness deterrnination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sect ional configurations, surfac e elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and spec ifications, but were not included in the scope of this study. Norm al periodic maintenance will be required for all pavement to achieve the design life of the pavement system. According to th e current available information, the proposed streets are clas sified as Res id en tial Urban . The reconstructed streets will consist of Portland-cement concrete (PCC). Pavement Subgradc Based on the current available information , the existing street levels will be maintained and final grades for the new PCC pavement will be similar to the existing street levels. Based on the borings, the exposed pavement subgrade material along the proposed streets will consist of either clay and/or sandy clay soils . It is expected the existing fill material encountered in the borings was placed in accordance with applicable standards during the construction of existing streets. Following removal of the existing asphalt pavement, it is our recommendation the exposed subgrade be proof-rolled with heavy equipment ( l 0-ton minimum total weight) and further tested by probing as necessary. After proof-rolling and testing , any weak or unsuitable soils noted should be removed. The exposed subgrade should then be scarified to a depth of at least 6 inches and re-compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of O to 4 percentage points above the material's optimum moisture content. A qualified Geotechnical Engineer should be retained to provide subgrade monitoring and testing during construction . 2 AD DULA Report No. H 100958 Following subgrade preparation as recommended above and after final subgrade elevation is achieved, the exposed surface of the pavement subgrade soil should be scarified to a depth of 6 inches and mixed with a minimum 4 percent hydrated lime (by dry soil weight) in conformance with TxDOT Item 260. Using an in-p lace dry unit weight of 109 pcf (see Standard Proctor test results, Figure 3, attached) for the pavement subgrade soils, this percentage of lim e equates to about 20 lbs of lime per sq yard of treated area. However, due to the minimum City of Fort Worth standards, at least 30 lbs of lime per sq yard of tr eated area is required . The results of the lime series test performed on a sample of bulk clay obtained from the project site is a ttached to this report (Figure 2). l . It is recommended lime stabilization procedure s extend at least I ft beyond th e edge of the pavement to reduce effects of seasonal shrinking and swelling upon the ext reme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In al l areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg -limit tests should be performed to verify the resulting plasticity index of the so il-lime mixture is at/or below 15. Mechanical lime sta bilization of the pavement subgradc soil will not prevent normal seasonal movement of the underlying untreated materials. Based on the existing subsurface conditions, we estimate pavement movement could range from about 2 to 3 inches. Therefore, good perimeter surface drainage away from the pavement is recommended. The use of sand or aggregate base as a leveling course below pavement supported on expansive clayey soils should be avoided. Normal maintenance of pavement should be expected over the life of the structures. A laboratory Ca liforni a Bearing Ratio (CBR) test was performed for this specific project on a bulk sample of recompacted raw clay obtained from the site (see Figure 3, Moisture Density Relationship). The test results indicate the CBR value for the raw clay soil tested is about 4. Following improvement with lime, the CBR value for the lime stabi li zed clay/sandy clay soils is expected to be about 12. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer progran1 distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. A printout of the WinPas input and design thickness are included with the report as Figure 4. 3 ADDULA Report No. HJ 00958 Compressive strength of concrete Modulus of Elasticity Modulus of Rupture Modulus of Subgrade Reaction Load Transfe r Coefficient Drainage Coenicient Initial PSI Terminal PSI Standard Deviation Reliability 3,600 psi at 28 days 4,000,000 psi 620 psi 260 pci (lime stabilized calcareous cl ay sub grad e) 3 1.0 4.5 2 0.39 85 percent According to Table 4.1 -Minimum Design Traffic and Desig n Life for Pav ements (City of Fort Worth -Pavement Design Standards Manual 200 5), th e project ed traffic volum e for th e proposed streets classified as residential urban is on the order of 87 5,000 Equival ent Sin gle-Axle Loads (ESAL) over the 25 year design li fe. This ESAL value is a total numbe r and doe s not include any reduction factors for lane or directional distribution. Based on the projected traffic volume as outlin ed above and considering the abov e referenced design parameters; the following PCC pavement section would be required. [ --St t Cl 'fi t' -. ---~>ortland ~eme;Con-~rcte ;hicknc~·ss J rec ass1 1ca 10n (' J ) me 1 cs -·--------··----·-----·-·--~-- 1 _____ R:~~~entia! Urban _______ _6 __ . The concrete should be p lac ed over a lime-stabilized clay/sandy clay subgrade as recommended in the Pavement Subgrade section of this report, above. Concrete should be designed with 5 ± 1 percent entrained air. Joints in concrete paving should not exceed 15 ft . Reinforcing steel for concrete pavement cou ld consist of No. 3 bars at 24 inches on center in each direction. Drainage and Special Considerations Routine maintenance, incfuding sealing of cracks and joints shou ld be perfom1ed over the li fe of the pavement. Adequate drainage should be provided to reduce seasonal variations in moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A soluble sulfate test was performed in the laboratory (TxDOT Test Method TEX-145 -E Part II) on the clay soils encountered in Boring l. The sulfate content of the clay sample tested is 146 mg/Kg (ppm). Based on the result of laboratory testing, the soluble sulfate content measured in the sample tested is considered relatively low (<2,000 ppm). Jt should be noted that the 4 ---------·-··-· ···················-········-·······•····-·-·-·-····-·•···-·--·----·------- AD DULA Repo11 No . H l 009 58 presence of high concentration s of solubl e sulfate s in soil are typicall y very loc ali zed an d concentrations in other ar eas of the site could vary s ignifi cantly. Hen ce, it is rec omm end ed sulfate sampling/testin g be performed durin g constru ction in accordan ce with Cit y of Fort Wo11h Pavement Design Standards Manual 2005. During con struction ex peri ence d geo tec hnic al personnel should make close observatio ns for p oss ibl e s ulfate rea ct ion s. Site Preparation and Grading All areas supporting the pavement and ar eas lo receive new fill should be prop erl y prep ared. After completion of the neces sary stripping , cl earin g, and excavating and prior to pl aci ng any required fill, the exposed soil subgradc should be carefully evaluated by probing and tes tin g. Any undesirable material (organic mat erial, wet , soft, or loose soil) still in pla ce should be remov ed . The exposed soil subgrad e should be furth er ev aluated by pro of-rollin g with a hea vy pneumatic tired roller, loaded dum p truck or similar equipment wei ghin g appro ximately JO tons and further tested by probing as neces sa ry . Proof-rolling pro c edure s should be o bse rved routinely by a qualified Geotcchnical Engineer or his designated repres entative. Any undesirable material (organic material , wet, soft, or loose soil) exposed during the proofroll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section of this repo1t, below. Prior to placement of any fill, the exposed soil subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined below. Slope stability analysis of embankments (natural or constructed) was not within the scope of this study. All excavations should be braced or cut at stable slopes in accordance with Occupational Safety and Health Administration (OSHA) requirements. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6: 1 ), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft . This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Fill Compaction Sandy and silty clay materials with a plasticity index below 25 should be compacted to a dry density of at · least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of l percentage point below to 3 percentage points above the material's optimum moisture content. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). 5 AD DULA Report No .HI 009 58 The compacted moisture content of the clays during p lacement shou ld be within th e range of 2 t o 6 percentage po int s above optimum. Clayey materials used as fill should be processed and the largest particle or clod should be less th an 6 inch es prior to compaction. In cases where ei ther mass fills or uti li ty lines are more than 10 ft deep, the fi ll /backfi l I below IO ft should be compacted to at leas t I 00 perc ent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's opt imum moisture content. The portion of the fill/backfill sha ll ower than 10 ft sho uld be compacted as outlined above . Compacti on shou ld be accomp li shed by placing fill in abo ut 8-inch th ick loose li fts and compacting each li ft to at least the specified minimum dry density . Fie ld density and moisture content test s should be performed on each lift. As a gu id e, one te st per 2,00 0 sq ft per li ft is recomm end ed . Utility trench backfill sho uld be tested at a rate of one test per lift per each 300 lineal feet of tr ench. Limitations Professional se rvices provid ed in thi s geotechnical exploration were perform ed, findin gs obtained and design inform ation prepared in accordance with generally accepted geotechnical engineering principles and practices. Please not e, the des ign inform ati on provided herei n is based on a limited number of widely spaced test borings and limited laboratory tests and further studies may reveal di ffere nt subsurface co nditions warr anting final design recommendations different than indicated in this report. The scope of services provided herein doe s not include an environmental assessment of the site or investigation for the presence or absence of haza rdous materials in the soil, surface water or groundwater . ADDULA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for exclusive use of the Client (and their design representatives) and conceptual desi gn of the planned stre ets within the referenced subdivision. The infonnation provided in this report is based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the design recommendations . Further , ADDULA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotecbnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 6 AD DULA Report No. B 100958 ADDULA CONSULTING ENGINEERS, LLC. appreciates the opportunity to be of se rvice on thi s proj ec t. If we can be of further ass istance, such as materials testing services during construct ion, please contact our office. Attachments: HARJpc Copies: (2) Client Sincerely, Addula Co nsulting Enginee rs, LLC Tf3 E Firm No. l 1220 .JI.''"'''~ ( fJ ----------#~ ·~•4.lr~\ f/ V f •~7 .Jh, • _'~im t: Hillhouse , P.E. tt.f,ow .. l~ .. ,;, ... ,++. cc Pr.~s ident J. L. l-llllH ~E ~,::~ 44592 _·:.~7, '().,ta,. .. ,, .. ,,,.. .... ' , .~,1 ,,.~f -----~-' ···r•,,, :1.· ~: ·· ... '->.'-Al' I • -'·.'1)· ,' \~ ..;..,.1E~';;.,t, H arsha Addula, MSCE President Boring Location Plan -Figure 1 Mechanical Lime Series -Figure 2 Moisture-Density Relationship (Standard Proctor) Tes t -Figu re 3 WinPas -Figure 4 Log of Boring Sheets (Borings 1, 2 and 3) Key to Soil Symbols and Cla ss ific ations 7 < '-';f . ~tft Geotechnical Exploration s. Ridge Terrace and Medina Avenue Between West Fuller Avenue and Westcreek Fort Worth, Texas Addula Project No . H 100958 October 21, 2009 ~-·· I. j I l. ~ ADDOlA C ON S ULTIMO !!ltlN~lll~ ·-........._ ------------- 0 50 100 Graphic Sc ale In Ft . Boring Location Plan Figure l ---- >< w 0 z >-I- Q I- (/) ~ a. -· 45 4 0 35 30 \ \ \ \ ' 25 ' '\. '\. '\. 20 '" ' I",,.. 15 10 5 0 0% 1% SAMPLE NO .: DESCRIPTION: LOCATION: CLIENT: DeOtte, Inc. Fort Worth, TX MECHANICAL LIM E STAB ILIZATION .__ - 2% ·~ --- 3% 4% 5% 6% PERCENT HYDRATED LIME DARK BROWN CLAY BORING #1 ~ TBPE Firrn No . 11220 7% PROJECT NAME: S . Ridge Terrace and Med ina Avenue ADD ULA PROJECT NO.: H100958 Fort Worth , Texas 8% 9% 10% LABORATORY TEST: LIME SERIES DATA FIGURE-2 DATE: 09/14/10 Oar t~st resuiJs am1 1e,r>01ts are for lfle l!M;/U,"itvO u su of lilt• c,,em ram.I t'111r ,tcs,g nilled req_,,cflfs on flo ,,, ourcff,ceJ an<.J s/,all nul be rcptoduced and/or drstribCJ l~U exceµl w,Jh oxp,e:,;s approval of A(JDULA The use o f 0111 naum and lest rusulls mv.i;r rt,CfffVI> our wfltte,, ap{)fo11af Tu.5t rnsu:1s and rppo,ts c1pµly only to 11,e ,"iitlllplt\~ costed tmdlot observed .1nd are not ,nd,cattve of tho ounftt1cs of ,1pp,1rr:ntly K1cmr,c,1f or simiar spet,mens ADDDlA COMIDLTIMU OUR REPORT NO .: H100958 DATE: 09/14/10 2209 Wisconsin Street, Suite 300 Dallas, Texas 75229 MATERIAL DESCRIPTION: DARK BROWN CLAY CLASSIFICATION: (CH) Geotechnical I Construction Materials I Environmenta l www.addula .com SAMPLE LOCATION: Boring# 1 TBPE Firm No. 11220 TEST METHOD : ASTM 0698-A TESTED FOR: DeOlte, Inc . SOIL ID NUMBER: 1 Fort Worth, Texas MAXIMUM DRY UNIT WEIGHT: 109.2 PCF OPTIMUM MOISTURE CONTENT : 15.1 % LIQUID LIMIT : 55 PROJECT: S. Ridge Terrace and Medina Avenue Fort Worth, Texas PLASTIC LIMIT : 24 -~ ::i ~ Ul 120 115 PLASTICITY INDEX : 31 % FI NER THAN NO. 200 SIEVE : 76% MOISTURE DENSITY RELATIONSHIP @_ 110 ------__ ,_,_ -'------· . ---. -·7 ...... ---~ \ \' ~ ---_.___ -------1---t--+--+-------1------1 --------~---~ --~--~\-~--\~4----------------~-~--j--1----1--1-7-L _____ '-, ... \ '\ ----·------------- I-105 z ---· ------, '\ '\ \ '\ --f-ji-----1-1---·-~ ---I---f-·f-+-t -i -+-~-1---<·'~ ...... \-\.....,_\__,....___.\,_'"\· ... ---------------------·-------------........ ------------------· ,. __ _ ::> ~ 0 -------=-~~ ----· IL -----___ i--_+_-_-_--·-__ -... -_-_~-_-__ ·-_-_-_-j __ i---"\-\I'\ -\ \-----~ =------,-- --~-------------__ ,_ "\ l'I. \ 100 .... +-+-+-+-+-+-+-+-++-+-t--+--+--t-t-+-+-+-lt-+-+-+~~~+~-+-+--1--+--!-~I-+-.., , _ __, __ ,___, ___ , __ ,_ ---------------___ ,_ ----·---:~ -2K""~ ---1-1----•---· ======~=============~--~~~~ ~== --· ----I----f--' I\" " -------------- 95 t---+-~l---+---l~-t---+~,+,--+~+---t---ll---+---+~-+--+--+---+-~l---+---ll---+---+~,+,--+---t---+---+;i.,,..-i-:..+--... -+---1---+---+~ --------~------------------~~-~'---~--~ ·------· ___ , ___ ._ __ , ___ ---------e--e..-______ ,_..__ -_______ ,_,_, __ ~.:-~~k ---- ~-----~~~~-- 90 ,.,__-~-~~~ .... 1---......... --.... _-... -'--~·---.... -~-~1-----~·-................... ~ ......... ~ ..... --~ .................... ~l-~ ..... ---........ ::~::~=~==~==~::!:'\.:::,:~~~l\. .... ..1-,..1 0% 5% 10% 15% 20% 25% 30% 35% MOISTURE CONTENT Respectfully Submitted, Addula Consultlng Engineers, LLC Figure 3 Our te:11 re~ull3 ond ref)Orto 01e tor tho e,crusl'le w:.e ol the Cl ient fond lhe,r d~~n:1tr.Ci rccip 1r.n1:1 on ftlo m ou, 0Hica1 and &holJ not bo rr.p1Dd11<:r.t1 30(1.for d1t;lnbuttd except witti e1ptest approval of Ad duta . TJ\e u!;o of our n;irne and test,e,;;ults musl receive our wnttcn opptOYa' Te,11nu1ts end rep()f1~ apply only lo lhe HmP,e$ \C'Sle<J enu'1c.v observed end ere nol. •"tl.cs !Jve of lhequt!tt1 e\ of 1ppuenlty tdtribCAI or S1m111 , spec,mens WinPAS Pavo mont Thicknoss Doslgn According to 1993 AASHTO Guide for Design of Pavements Structures Am ori ca n Concroto Pavement A ss ociation Rigid Design Inputs Agency: Company: D eO lte , In c . Co ntrac tor: Project Descrip ti on: S. Ridge Terrace and Medina Aven u e Loc at ion: Fort Worth, TX Rigid Pavement Desi gn/Evalu ation PCC Thickness De s ign ESALs Relf ability Overall Deviation Modulus of Rupture Modulus of Elas ticity 5.90 inches 875 ,000 85.00 percent 0 .39 620 psi 4,000,000 psi Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Servlceablllty Te rmfnal Serviceability Modulus of Subgrade Reaction (k -value) Determination Resilient Modulus of the Subgrade 5,000.0 Resilient Modulus of the Subbase Subbasc Th ickness Depth to Rigid Foundation Loss of Support Value (0, 1,2,3) Modulus or Subgrade Reaction 0.0 0.00 10.00 0 .0 260.00 psi psi Inches feet psi/In Tuesday, October 5, 2010 2:06 :10PM Engineer: JIM Figure 4 3.00 260 psi/in 1.00 4.50 2.00 5 15 2::0'J H'isw11.~i11 Str,•c/ S11i1e 300 LOG OF BORING NO.: 1 DallaI, fr.ms 75229 Plume•: Y72-fi20-/64/J Fax : 972-620-JM'J 11'\l'\l'. ac/c/11fll. <'<Jiil Sheel 1 of 1 PROJECT NO. :._H:...:..1..:....:,0=0=95=8=----- ADDULA CONSULTING E NG I N£E8S Client.:_ ----------=D=-E.=.0..:.TI.:..:E:::.,.,.,,1'-'N""C""". ----------Location: FORT WORTH TEXAS Project :. ________ _..:_W.:..:E::.:S""T""C"'-R.,_,,E:.::E"'-K,...;D:::.;Rc,;l.,V-=E'----------Surface Elevation: Sl.lrt Data: 9/13/2010 End Date: 9/13/2010 Longltudo: Drilling Method: _____ --"C:.::O:.:.N:...,.T.,,,_IN.,,,U:::.;O:::.;U:::.;S"-"-F-""Ll"'G:.:.H:...,.T..:.A.:..:U:::.;G:::,E:::.,R..,__ ____ _ Latitude: Hammer Drop (lbs I in): 140 / 30 ~1 C u 1: 'if. ~ ~ Ee 0, !\! 'if. tll i: 1 ... 0"' 'iij E ~ ~o "ii 1Y u:::. C .!!! .!! ·t;; U) 3:c :.:; :::; ., g!o "'., ~,5 "~ C &~ 11.. 2:-8. 8 'O g ti. ~Cl'.: 8~ .!:: 8' ·5 E o-<II 8.§! ~ 0-~ "' Cl'.: ~~ QJ ~o ·1.: .:l n. en c; t: Vl z ~ ii: ::> ::> GROUND WATER OBSERVATIONS '5l-On Rods (ft): NONE ,!. Arter Drilling (ft): DRY '5J_ After Hours (ft): _____ _ MATERIAL DESCRIPTION Dark Brown CLAY J( ., ] 2:, ·o ii "' a: 3.75 ·21 53 23 30 Brown CLAY with limestone laye rs Tan Weathered LIMESTONE 4.0 6.0 100/ 0.5" 4.0 16 4.5 11 8 ] .c 0. ~ 15 ADD UlA CONSULTING 111CllfEEHS Client : DEOTTE INC. Project: WESTCREEK DRIVE Start Dato: 9/13/2010 End Date : 2209 Wi.ffo11si11 Street S11i1L• 300 Dallas. Te.m.1· 752:!CJ Pho11e : 972-620-/MO for: 972 -620-IM'.i 11w11·. aclc/11/a. com 9/13/2010 Drilling Method: CON TINUOUS FLIGHT AUGER GROUND WATER OBSERVATIONS ! "' 'Ji 0 'Sl. On Rods ( ft): NONE .., i:':c .!.! _:f. After Drilling (f1): DRY "' ~o .c a. ~ '5f. After E ~ a: C! Hours (ft): .. Cl a: V) MATERIAL DESCRIPTION 5"ASPHALT 0.5 Tan. Brown and Gra y SA NDY CLAY wilh grave l-F ILL -limestone seams below 6' 7.ci Tan Weathered LIM E STON E 8.0 Gray LIMESTONE 10.0 TEST BORING TERMINATED AT 10 FT LOG OF BORING NO.: 2 Sheet 1 or 1 PROJECT NO. :.--'H'-"--1.,_,0=0=95=8'-- Location: FORT WORTH TE XAS Surface Elevation; Longitude: Latitude: Hammer Drop (lbs/ In): 140 / 30 -oC C ci J: it ~ 8~ di 1i.\ ~~ o,> .!21 ri l w.!! c:.9! OJ 'r~ 'O ~ .E 0 3: al fi 'in U) ;;::c :::J ::J ~~ 8~ "'o c':' 8. -i! ff £ g, ~~ :!;! 8"".' 0,.g c -:;:, "' ~ 8~ ~ O' t'O ~ #Q ., :::; it "' ~l ·1: ~ "' "' C: U) z ::::, a: 0.. ::::, 2.0 21 2.0 0.8 83 73 22 43 21 22 100/ o· 1.0 4.5+ 21 15 220'1 Wi.lUlll.l"ill Sll't'<!/ S11i1t· 30/J LOG OF BORING NO.: 3 Daflm. Ti.•.,·a.1· 7522Y l'lumc: 'J7 2-n:.!IJ-/ MO Fax : Y72-n211-!649 11 ·111r. adt/11//1. com Sh ee l 1 of 1 PROJECT NO. :._H:...:..1..:....!0"-"'0=9=58:c.__ AODUlA CONSULTING EMC 1t1 EE 8S Cliont;. __________ D==-EO.._TI.:...:..:E=..:.IN:.:.C=-. ----------Location: FORT WORTH TEXAS Projoct:. ________ __,,W.:..:E::.:S::..T'-'C"-"R.!!E"-'E::.:.K"-'D"'-R'-'-1:....:V-=E:..-.. _______ _ Surface Elevation: Start Dato : 9/13/2010 End Dato: 9/13/2010 Longitude: Drilling Method:. _____ __.Cc,O<,!.N.,.,,Tc.elN:.:.U"'-O=U,,,_S..,_F-=L,_,,IG<.!.H~T~Ac.::U:,:G=::;E:,;;R:.,_ ____ _ Latitude: Hammer Drop (lbs/ in): GROUND WATER OBSERVATIONS 'Sj_ On Rods (lt): ______ N_O_N_E_ .f_ After Drilling (ft).· ______ D_R_Y __ ,1. After Hours (ft): _____ _ MATERIAL DESCRIPTION 3" ASPHALT over 4" BAS E Brown and Tan CLAY Int ermixed with some sand -FILL [ >, .... a, 0. E "' U) 0 .5 -cc '/!. ~l l!:-o !fi C: .a 8-:-a: ~ct C ci. :c ~ &~ 8'.~ Ol ~ -., ·;; .,_ ·u; U) :S:c .>(.., ]£ gE "'o 1:-8. .!: ~ & !G o..g c:~ o- rf!. d (l) §u, =e ~ z :, :, 2.0 ';fl c '§ ~ ::; 8 'O ·5 ~ 3 ~ ~ 22 E ::; 1l "' ro Ir )( "' 'O .!ii. .?::-'il "" "' .!!I n. 1.0 0.8 72 25 64 25 39 2.5 27 6.0 Tan and Gray SILTY CLAY 4.5 18 43 22 21 4.5 10.0 TEST BORING TERMINATED AT 10 FT ADDUlA CONSULTING EUG I MEl:RS SOIL & ROCK SYMBOLS ~ (CH), High Plasticily CLAY ~ (CL). Low Plasllcity CLAY ~ (SC). CLAYEY SAND . . E:] (SP), Poorly Graded SAND D (SW), Well Graded SAND . ITO (SM). SILTY SAND [I]] (ML). SILT [IlJJ (MH). Elastic SILT ~ LIMESTONE ~ SHALE/ MARL D SANDSTONE m (GP). Poorly Graded GRAVEL ~ (GW), Well Graded GRAVEL ~ (GC). CLAYEY GRAVEL ~ (GM), SILTY GRAVEL Ea (OL). ORGANIC SILT fm (OH). ORGANIC CLAY m FILL SAMLING SYMBOLS II ~ [I] ~ I] SHELBY TUBE (3" OD except wl1ere noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE TEXAS CONE PENETRATION ROCK CORE (2" ID except where noted otherwise) KEY TO SOIL SYMBOLS AND CLASSIFICATIONS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE O TO 4 5 TO 10 11 TO 30 31 TO 50 OVE R 50 SHEAR STRENGTH OF COHESIVE SOILS (tsf) VERY SOFT LESS THAN 0 .25 SOFT 0 .25 TO 0 .50 FIRM 0 .50 TO 1 .00 STIFF 1 .00 T O 2 .00 VERY STI F F 2 .00 TO 4.00 HARD OVER 4.00 RELATIVE DEGREE OF PLASTICITY (Pl} LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 RELATIVE PROPORTIONS(%) TRACE 1 TO 10 UTILE 11 TO 20 SOME 21 TO 35 AND 36 TO 50 PARTICLE SIZE IDENTIFICATION (DIAMETER) BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY 8.0' OR LARGER 3.0'TO 8.0" 0 .75" TO 3.0' 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5 .0 mm 0 .07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0 .002 mm ST ORM WATER POLLUTION PREVENTION PLAN NARRATIVE FO R West Creek Drainage Improvements IN Fort Worth , Tar ra nt Coun ty , Te xas AT Southridge Terra ce and Westc ree k Driv e I ' f ·~· I f V-11t.,_,lh PREPARED FOR : DeOtte, Inc ; f 'i 2553 E. Loop 820 North Fort Worth, Texas 76118 817 -589-0000 fax: 817 -590-8600 MLS Environmental Con s ulting 7529 Circle Drive North Richland Hills, Texas 76180 office/fax: (817) 281 -4086 mob ile: (8 17) 312-1712 e-ma il: mike@mlsenv ironmental.com TABLE OF CONTENTS Introduction Signature Requirements -Wh o is Authorized to Sig n 1. Operators/ Permittee Cert ifi cat ion & Sub-Cont racto r Acknow ledge m ent Delineation of Responsibiliti es 2. Site Description A. Location & Nature of Activit y B . Intend ed Sequenc e C. Area of Activity D. Runoff Coefficient E. General Location Map F. Storm W ate r Qua lit y Discharge Data G. Re cei ving W aters H . Per mit Require men ts I. So i l Information J. Sta nd ard Indu strial Classification Codes 3. Controls Fo r Each Major Activity A. Erosion & Sediment Controls (in cluding Off-Sit e Storage Areas) B. Erosion & Sedim ent Contro ls C. Mainten ance of Contro ls D. Off Site Material Sto rage Areas E. Stabilization Prac tices (Interim & Permanent) F. Structural Practices G. Post Construction Controls H . Other Controls I. Constructio n & Waste Mate ri als Stored On -Site J . Permanent Controls Installed During The Construction Pro cess K. Concrete Truck Washout Requirements 4 . Inspections 5. Non Storm Water Discharges 6. Ter mination Of Co verag e 7. Spill Response Appendices Section 1. Section 2 . Section 3. Section 4. Section 5 . Section 6 . Section 7. Section 8. Section 9. Section 10 . Section 11. Section 12 . Endangered Species & Historical Locations Certification Soil Information Endangered Species Information Historical Locations Information TCEQ Copy of TPDES Permit Language Best Management Practices (BMP's) Deta il Sheets Erosion Control Plan & Supporting Drawings Copy of Notice of Intent Application / Permit Copy of TPDES Construction Site Notice Inspection Schedule Inspector Qualifications Form Inspection Reports Repair/ Replacement Log Letter of Authorization to Sign Reports Notice of Termination Application Development Sequence of Soil Disturbing Activities Log Record of Temporary/ Permanent Ceasing of Construction Activities Log Permanent Controls Installed During Construction Activities Permanent Controls Installed Post Construction Non Storm Water Discharges -Other Than Approved On-site & Off-site Material Storage Logs Spill Response Reporting Form Record of Changes & Modifications Form Notice of Change (NOC) Form INTRODUCTION This document is the narrative portion of the Storm Water Pollution Prevention Plan (SWPPP) for this project. The construction plans , titled: Westcreek Drainage Improvements are the second document which, when combined with this narrative , collectively form the SWPPP . This SWPPP has been prepared in accordance with the current TPDES General Permit for Storm Water Discharges from Construction Activities issued by the Texas Commission on Environmental Quality (TCEQ) on March 5, 2003. A complete copy of this permit language is included in this SWPPP manual. SIGNATURE REQUIREMENTS -WHO IS AUTHORIZED TO SIGN The purpose of this document is to clarify the signature requirements for water quality permit applications subject to 30 Texas Administrative Code (TAC) section (§)305.44. This in cludes most applications · relating to authorizations issued under 30 TAC Chapter 305 (relating to Consolidated Permits), Chapter 205 (relating to General Permits for Waste Discharges), 30 TAC Chapter 312 (relating to Sludge Use, Disposal and Transportation), and 30 TAC Chapter 321 (relating to Control of Certain Activities By Rule). . Operator -The person or persons associated with a large or small construction activity that is either a primary or secondary operator as defined below: Primary Operator -the person or persons associated with a large or small construction activity that meets either of the following two criteria : (a) the person or persons have operational control over construction plans and specifications , including the abil ity to make modifications to those plans and specifications; or (b) the person or persons have day-to -day operational control of those activities at a construction site that are necessary to ensure compliance with a storm water pollution prevention plan (SWP3) for the site or other permit conditions (e.g ., they are authorized to direct workers at a site to carry out activities required by the SWP3 or comply with other permit conditions). Secondary Operator -The person whose operational control is limited to the employment of other operators or to the ability to approve or disapprove changes to plans and specifications. A secondary operator is also defined as a primary operator and must comply with the permit requirements for primary operators if there are no other operators at the construction site. IF YOU ARE A CORPORATION: The regulation governing who may sign an application form is 30 TAC §305.44(a)(1) (see attached). According to this provision, any corporate representative may sign an application form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the application form, you are certifying that such authority has been delegated to you . The TCEQ may request documentation evidencing such authority. IF YOU AR E A MUNICIPALITY OR OTH ER GOVE RNM E NT ENTITY : The regulation governing who may sign an application form is 30 Texas Administrative Cod e §305.44(a)(3) (see attached). According to this provision, only a ranking elected official or principal executive officer may sign an application form. Persons such as the City Mayor or County Commissioner a re ranking el ected officials . The princip a l executive officer may be identified in your city charter , county or city ordinances, or the Texas statute(s) under which your governmental entity was formed . An application form that is signed by a governmental offi cial who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation . By signing the application , you are certifyin g that you are either a ranking elected official or principal .executive officer. Documentation demonstrating your position as a ranking elected official or princ ipal executive officer may be requested by the TCEQ . 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (1) For a corporation , the application sh all be s ign ed by a responsible corporate officer. For purposes of this paragraph , a responsible corporate officer means a president, secretary, treasurer, or vice -president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation ; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second - quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively . (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragra p h, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e .g., regional administrator of the EPA). Primary Operator Certification Name of Operator: Address: Telephone Certification Statement: Fax : "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based upon my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information , the information submitted is, to the best of my knowledge and belief, true, accurate and complete . I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity By: Signature Name Title Date This form shall be kept in SWPPP Manual. DO NOT send to TCEQ Primary Operator With Day to Day Responsibility Certification Nam e of Operator: Addr ess : Te lephone Certification Statement: Fax: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified pe rsonnel properly gathered and evaluated th e information submitted . Based upon my inquiry of the person or persons who manage the system , or those persons directly responsible for gathering the information , the information submitted is, to the best of my knowledge and belief, true , accurate and complete. I am aware that then:! are significant penalties for submitting false information, includ ing the possibility of fine and imprisonment for knowing violations ." This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity By : Signature Name Title Date This form shall be kept in SWPPP Manual. DO NOT send to TCEQ Sub-Contractor Compliance Certification Each contractor and subcontractor engaged in activities that disturb surface soils mu st be identified and must sign the following certification statement: Project: Name of Contractor or Subcontractor: Address : Telephone Number: Type of Construction Service to be Provided : Certification Statement: ------------------ "I certify under penalty of law that I understand the terms and conditions of the Texas Pollutant Discharge Elimination System (TPDES) permit that authorizes the storm water discharges associated with construction activity from the construction site identified as part of this certification ." This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity at the above -referenced project. By : Signature Name Title Date This form shall be kept in SWPPP Manual. DO NOT send to TCEQ Sub-Contractor Comp li ance Certifi cat io n Each contractor and subcontractor engaged in activities that disturb surface so il s must be identified and must s ign the following cert ific at ion state m e nt: Project: Name of Contractor or S ub contractor: Address: Te lepho n e Number: Typ e of Constructi on Serv ice to be Pro vid ed: ________________ _ Certification Statement: "I certify under penalty of law that I understand the terms and conditions of the Texas Pollutant Discharge Elimination System (TPDES) permit that authorizes the storm water discharges associated with construction activity from the construction site identified as part of this certification ." This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity at the above-referenced project. By : Signature Name Title Date This form shall be kept in SWPPP Manual. DO NOT send to TCEQ 2. SITE DESCRIPTION A. LOCATION AND NATURE OF THE CONSTRUCTION ACTIVITY The project is located in Fort Worth , Texas County , T exas (Latitude 32 .67838 North and Longitude -97 .3694917 West). The project is located along Westcreek Drive and ne ar the intersection of Southridge Dr ive. Construction will involve improvements to an existing drainage system. 8. INTENDED SEQUENCE OF MAJOR ACTIVITIES The following is an approximate sequenc e of soil disturbing activities for this project. The actual schedule of activities will be shown on the "Schedule of Major Activities " to be completed by the Operator or his designee . Reports will show the start and completion dates for each major activity . Dates of any temporary or permanent cessation of work on the site will be included in the "Record of Temporary/ Permanent Ceasing of Construction Activities " log . a. Repair and installation of storm drainage system improvements ; b. Repair and replacement of existing paved driving surfaces ; and c. Final stabilization . C. TOT AL AREA OF THE SITE TO BE DISTURBED (including off-site borrow and fill areas) a. The area estimated to be disturbed by excavation, grading, or other activities is approximately 3.5 acres D. RUNOFF COEFFICIENT, SOILS DATA a. The pre-construction runoff coefficient in terms of the Rational Method is estimated to be C = 0.3. b. The post-construction runoff coefficient in terms of the Rational Method is estimated to be C = 0.5. c. Data on existing soils at this site may be found in Appendix H. E. GENERAL LOCATION MAP a. This book, which is the SWPPP narrative, is one of two documents which , when combined together , form the Storm Water Pollution Prevention Plan (SWPPP) for this site. The other document is the construction plans for this project titled: Westcreek Drainage Improvements b. Within these construction plans, the General Permit requirements for the following are met: 1) General Location Map 2) Site Map indicating the following : • Dr a in age patterns and approximate slopes anticipated after major g radi ng activiti es • Ar ea s of soil di sturbance • Ar eas which will not be disturbed • Location s of major structu ral and non -structural controls identi f ied in th e SVV PP P • Locat ions where stabilized practices are expected to occur • Location s of off-site material , waste , borrow, or equipment storage areas • Surface waters (including wetlands) and locations where storm water discharges to a surface water F. STORM WAT ER DISCHARG E QUALITY DATA AND DISCHARGE LOCATIONS There is no dat a ava ilable describing qual ity of storm water discharges from the site . No di sc harg es a sso c iated with a n indu stri a l activity other than construction, such as a de dic ate d as phalt or concrete batch plant , are not anticipated to occur at this site. Refer to Non -Storm Water Discharges for a list of anticipated non -storm water discharges whic h are a nticipated at this sit e . G. RECEIVING WATERS, SPECIAL AQUA TIC SITES a . The receiving body of water from this site is West Fork of the Trinity River. b. No wetlands or other special aquatic sites (as described under 40 CFR 230.3 (q- 1) are known to exist at this site , nor will th is site receive discharges from disturbed areas of this project. c. Erosion controls along with solid waste and hazardous material management practices have been identified to minimize, reduce or eliminate any effects. If inspections reveal that additional BMPs are needed , they will be added d ring the construction phase in a timely manner. Any wetlands or other water bodies will be shown on the site map. H. PERMIT REQUIREMENTS Refer to Appendix D for a complete copy of the TCEQ General Permit Number TXR 150000 relating to Discharges from Construction Activities. I. INFORMATION ON SOIL TYPES According to the "Soil Survey of Tarrant County, Texas" (U.S Department of Agricult ure, Soil Conservation Service), the USDA soil type is: 3 Aledo -Bolar-Urban land complex , 3 to 20 percent slopes 67 Sanger-Urban land complex, 1 to 5 percent slopes Refer to Appendix "H " for more detailed soils descriptions. J. STANDARD INDUSTRIAL CLASSIFICATION CODES The major construction activities associated with development of this project have the Standard Industrial Classification codes listed below. 1629 Heavy Construction (Earth moving and drainage construction) 1623 Water, Sewer and Miscellaneous Underground Utility Construction 1611 Street Construction K. SEDIMENTATION BASINS A sedimentation basin is required , where feasible, for a common drainage location that serves an area with ten (10) or more acres disturbed at one time. A sedimentation basin may be temporary or permanent, and must provide sufficient storage to contain a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained. When calculating the volume of runoff from a 2-year, 24-hour storm event, it is not required to include the flows from offsite areas and flow from onsite areas that are either undisturbed or have already undergone permanent stabilization, if these flows are diverted around both the disturbed areas of the site and the sediment basin. Capacity calculations shall be included in the SWP3. This site does not require a sedimentation basin. 3 . CONTROLS FOR EACH MAJOR ACTIVITY A. Th e erosion control plan contained in both the construction plahs and Appendix A shows the types and locations of Best Management Practices (BMP 's) that are required for this project. In accordance with Part 111 , Section F.2 of the General Permit, the following is a description for each item listed as a major activity under Item 2 of the SITE DESCRIPTION . 151 Major Activity : Removal of existing driving surfaces Pot e ntial pollutant sources : Sediment , human waste , trash , fuel BMP 's to be Installed: Rock construction entrances Temporary restroom(s) Garbage & waste containment Wire backed filter fabric Secondary containment for fuel storage (if on-site) General timing (or sequence) for implementation : Prior to beginning any activity which disturbs stabilized soils the operator shall place on - s ite temporary restroom facilities and garbage containment devices. These controls shall be placed so that they are readily available to workers. Placement locations of the se controls shall be noted on the construction plan drawings in Appendix 4 of this manual. Rock construction entrances shall be placed at both ends of the project where vehicles pass thru the site . It should be noted that a smaller diameter rock should be useid to prevent damage to vehicles driving thru the area . Additional construction entrances should be installed at inte rsections where vehicles may exit the construction area. Wire backed filter fabric should be used in areas where runoff flows away from the construction areas and onto private properties or into storm drain systems. Loca 'ions where filter fabric is installed shall be noted on the construction plan drawings located in Appendix 4 of this manual. Secondary containment systems shall be in place in the event that fuel is stored on--site. Spills shall be cleaned up promptly and contaminated soils disposed of properly. Locations of containment systems shall be noted on the construction plan drawinus in Appendix 4 of this manual. Permittee(s) responsible for implementation:-------------- 2nd Major Activity: Construction of new water & sanitary sewer systems Potential pollutant sources: Sediment, human waste, trash, fuel, cement BMP's to be Installed: Rock construction entrances Temporary restroom(s) Garbage & waste containment Wire backed filter fabric Secondary containment for fuel storage (if on-site) Material storage area(s) Storm drain inlet protection General timing (or sequence) for implementation : Controls installed in the 1 s t Major Activity shall remain in place during the 2 nd Major Activity. Material storage areas shall be noted on the construction plan drawings in appendix 4 of this manual. Controls may be required to contain construction materials such as filter fabric parameters, additional garbage & waste containment, etc .. Permittee(s) responsible for implementation:---------------- 3rd Major Activity : Construction of new driving surfaces Potential pollutant sources : Sediment , human waste , trash, fuel , Lime or cement stabilization , cement BMP's to be Installed : Rock construction entrances Temporary restroom(s) Garbage & waste containment Wire backed filter fabric Secondary containment for fuel storage (if on-site) Concrete washout area(s) Material storage area(s) Storm drain inlet protection Partial final stabilization Street sweeping General timing (or sequence) for implementation: Controls installed in the previous 2 Major Activities shall remain in place during the 3rd Major Activity . Lime or cement stabilization materials shall be contained within the construction area . If necessary, small receiving "ponds" may be constructed to trap liquids . Rock construction entrances may be removed as paving nears their location. Streets shall be kept clean by sweeping on an "as needed" basis. Areas where no further construction activities are to be conducted should be graded and final stabilization measures in accordance with the construction contract should be installed. Permittee(s) responsible for implementation: ---------------- 4th Major Activity: Final grading and final soil stabilization Potential pollutant sources: Sediment, human waste, trash BMP's to be Installed: Temporary restroom(s) Garbage & waste containment Stage 2 storm drain inlet protection Street sweeping General ti m ing (or se qu ence) for implementation : Areas not graded and stabilized at the end of the 3rd Major Activity shall be graded and final stabilization measures consisting of seeding and placement of sod shall be installed . Permittee(s) responsible for implem entation: _______________ _ B. EROS ION AND SEDIMENT CONTROLS a. Short and Long Term Goals and Criteria : The intent of this SWPPP is to provide a plan to minimize the discharge of sediment and non-storm water materials from this construction site. The Operator with day -to -day operational control over this site shall ensure : 1) The construction-phase erosion and sediment controls should retain sed im ent on -sit e to the ext e nt practicable. 2) All control measures must be installed , and maintained in accordance with the manufacturer's specifications and good engineering pract ices . If periodic inspections or other information indicates a control has been used inappropriately or incorrectly, the operator with day-to-day operational control must replace or modify the control for site situations . 3) If sediment escapes the construction site, off-site accumulations of sediment must be removed at a frequency sufficient to minimize off-site impacts . 4) Sediment must be removed from sediment traps or sedimentation ponds when design capacity has been reduced by 50%. 5) Litter, construction debris, and construction chemicals exposed to storm water shall be prevented from becoming a pollutant source for storm water discharges (e .g ., screening outfalls, pickup daily). C. MAINTENANCE OF CONTROLS All erosion and sediment control measures and other protective measures identified in the SWPPP must be maintained in effective operating condition . If site inspections required by Part IV.D.4 identify BMP's that are not operating effectively, maintenance shall be performed before the next anticipated storm event, or as necessary to maintain the continued effectiveness of storm water controls . If maintenance prior to the next anticipated storm event is impracticable, maintenance must be scheduled and accomplished as soon as practicable. D. OFF-SITE MATERIAL STORAGE AREAS Off-site material storage areas (also including overburden and stockpiles of dirt, borrow areas, etc.) used solely by the permitted project are considered a part of the project and the operator with day-to -day operational control shall complete the following information concerning these areas: • Location Material is stored • Material being sto red • Controls implemented to minimi ze discharges of material from storm water runoff There are currently no offsite material storage areas proposed for this project. Should offsite material storage areas be requir ed, additional measures to prevent discharge of potential pollutants will be added to this SWPPP . E. STABILIZATION PRACTIC ES (INT E RIM AND P E RMANENT) Both interim and permanent stabilization practices will be required at this project. The operator with day -to -day operational control over the site shall take measu res to minimize the areas disturbed by construction activities , thereby utilizing existing vegetative cover to the extent possible . Those areas which must be disturbed by construction activities shall be stabilized as soon as practicable after construction activities temporarily or permanently cease in each area . Except for the conditions listed below, stabilization of disturbed areas where construction activities have temporarily or permanently ceased shall occur in no case longer than 14 days from the date the construction activities temporarily or permanently cease . The following exceptions to the 14 day deadl ine apply : 1) Where the initiation of stabilization measures by the 14th day after construction activity temporarily or permanently cease is precluded by snow cover or frozen ground conditions , stabilization measures shall be initiated as soon as practicable . 2) Where construction activity on a portion of the site is temporarily ceased and earth disturbing activities will be resumed within 21 days , temporary stabilization measures do not have to be initiated on that portion of the site. 3) In arid areas (areas with an average annual rainfall of O to 10 inches), semi-arid areas (areas with an average annual rainfall of 10 to 20 inches), and areas experiencing droughts where the initiation of stabilizing measures by the 141h day after construction activity has temporarily or permanently ceased is precluded by seasonal arid conditions , stabilization measures shall be initiated as soon as practicable . Permanent stabilization at this site shall be accomplished by the following means: Te m po rar y a nd Per manent See ding (refe r t o Ap pe ndix E for s pecific ation s ) Th e following ar e vegetativ e techniques to be used as sediment and e rosion controls for this site. Nativ e Grass/ Seed Description of use (application . schedule: rate , . maintenance.--schedule /· . . ' .. Existing vegetation will remain on the develo ed site until construction be ins Gra ss strips or sod/ g ravel/ nativ e ve etation Disturbed areas will be covered in grass or sod once construction is completed ; or in desert areas , ravel and/ or native ve etation T emporary Stabili zation F . STR UCTURAL PRACTICES Where construction activities have temporarily or permanently ceased , the area will be stabili zed within 14 days unless disturbing activities will resum e within 21 da s. T he SWPP P includes a description of structural practices to divert flows from expos ed soils , store flows or otherwise limit runoff and the discharge of pollutants from expo se d area s of the site to the degree attainable. Placement of structural practices in floodplains should be avoided to the degree attainable . Installation of these devices may be subject to Section 404 of the Clean Water Act. The erosion control plan contained in the construction plans shows the proposed minimum st ructural controls to be implemented in accordance with th is SWPPP . The plan shows the nature and location of each structural control. G. POST CONSTRUCTION CONTROLS In addition to the temporary controls, several permanent controls will be constructed as a part of this project to provide permanent stabilization and st orm water management. T hese controls are listed below: Infiltration of runoff onsite Permanent vegetation Storm drain system Sequential systems (combination of several ractices Vegetated grass and landscaped areas provide for increased infiltration on the sit reduce runoff from the site once construction has been ceased Permanent vegetation will be accomplished by seeding the finished area site with a mixture of erennial rass seed. A curb and gutter storm drain system and/ or drainage ditch discharge system is installed. The storm water is col lected in the street and channeled to either the curb inlet or drainage ditch s stem . All of the Post construction controls listed form a sequential system which works together to reduce storm water ollution revention . H. OTHER CONTROLS a. No solid materials, including building materials , shall be discharged to waters of the United States , except as authorized by a permit issued under Section 404 of he CWA. All solid waste materials, including disposable materials incidental to the major construction activities , must be kept in containers. The containers must be emptied periodically and hauled to a landfill. Each contractor is responsible for their own trash . c. Substances that have the potential for polluting surface and/ or groundwater must be controlled by whatever means necessary in order to ensure that they do not discharge from the site . (It is the responsibility of each contractor to make sure pollutant discharge is avoided.) As an example , special care must be exercised during equipment fueling and servicing operations . If a spill occurs, it must be contained and disposed of so that it will not flow from the site or soak into the soil. In this regard, potentially polluting substances must be handled in a manner consistent with the impact they represent. I. CONSTRUCTION AND WASTE MATERIALS STORED ONSITE The Operator with day -to -day operational control of the site shall list below any sources of potential pollution at this site which do not originate from construction activit ies (e.g., dedicated asphalt or concrete batch plants). In addition , for each listed potential source, a description of the appropriate controls and measures that will be implemented at this site to minimize pollutant discharges should be listed below. The SWP3 must include a description of construction and waste materials expected to be stored on-site and a description of controls to minimize pollutants from these materials . A log for listing materials stored onsite is located in Appendix 9. No dedicated asphalt or concrete batch plants are proposed for this project. If an asphalt or concrete batch plan used measures will be added to minimize potential pollution sources and added to this SWPPP/ Trash Container onsite (receptacle and/or dum ster Daily site cleanup procedures im lemented Waste collection Concrete washout area(s) 'if,'in!Jlf!{}£-': '1fiili!/'' 'a< ~· ., ·t~ . ",. ,i; ~"'. l/i}P;,h umm n=. · "" Covered trash receptacles and/ or dumpsters shall be present onsite throu hout the ro·ect Crews will be instructed to cleanup trash and debris re ularl ahd dis ose of ro erl . Solid waste contractor will remove waste from containers on a regular schedule. Containers will not be ermitted to overflow. Wash water from concrete trucks will be washed out in a designated site. The designated site will be shown on the Erosion Control Plan site map . Concrete waste management practices will be as described in BMP section . i(..i\ ~ -(i.; Hazardous Wasfe ''Manaa e'ment ·ff,··,, ~' fl -"" 1,_'lff/i;,'ft , . . M a n a!'.)e m e nt Practice Comments~ .. Paint , T hinne r a nd Solve nts use d by Paints, thinners , and solvent s us ed by Contractors contractors will be stored in contractors ve hicl es and remov e d from th e site e ach dav , wh en possibl e. Storing Paint s, Thinners , and Solv e nts When paints, thinners or solvents cannot be onsit e remov ed from th e site , they will be stored insid e a structu re an d secured to preven t exposure to storm water . Dispo sa l of W as te Pa int s, Thinn ers, a nd Waste paints , thinners , and solvent s wi ll be Solv e nts remov ed f rom th e site by th e contra ctor fo r prop er disposa l. No waste products will be disposed of in dumpsters except op e n, emotv containers. Secondary containmen t around fueling Dikes will be const ru cted around sit e fuelin g are as and fuel storaqe areas and f ue l storaae areas . Proce dure s fo r handling spills are A spill response/ handling bulletin will be established mad e ava ilable to crews . J . PERMAN E NT CONT ROLS INSTALLE D DURING THE CONSTRUCTION PROCESS A description of any measures that will be installed during the construction process to control pollutants in storm water discharges that may occur after construction operations have been completed must be included in the SWP3 . Permittees a re only responsibl e for the installation and maintenance of storm water management measures prior to final stabilization of the site or prior to submission of an NOT. Log for recording permanent controls is located in Appendix 9. K. CONCRETE TRUCK WASH OUT REQUIREMENTS This general permit authorizes the wash out of concrete trucks at construction sites regulated under Sections 11.E .1., 2 ., and 3 . of this general permit, prov ided the following requirements are met. Authorization is limited to the land disposal of wash out water from concrete trucks that are associated with off-site production facilit ies . Wash out water associated w ith on-site concrete production facilities must be authorized under a separate TCEQ general permit or individual permit. 1. Direct discharge of concrete truck wash out water to surface water in the state , including discharge to storm sewers , is prohibited by this general permit. 2. Concrete truck wash out water shall be discha rged to areas at the construction site where structural controls have been established to prevent direct discharge to surface waters , or to areas that have a minimal slope that allow infiltration and filtering of wash out water to prevent direct discharge to surface waters. Structural controls may consist of temporary berms , temporary shallow pits , temporary storage tanks with slow rate release , or other reasonable measures to prevent runoff from the construction site . 3. Wash out of concrete trucks during rainfall events shall be minimized. The direct discharge of concrete truck wash out water is prohibited at all times , and the operator shall insure that its BMPs are sufficient to prevent the discharge of concrete truck washout as the result of rain. 4. The discharge of wash out water shall not cause or contribute to groundwater contamination . 5 . If a SWP3 is required to be implemented , the SWP3 shall include concrete wash out areas on the associated map. 4. INSPECTIONS Qualified person·nel (provided by the permittee or cooperatively by multiple permittees) must inspect disturbed areas of the construction site that have not been finally stabilized, areas used for storage of materials that are exposed to precipitation, structural control measures, and locations where vehicles enter or exit the site . Inspections are required every 14 days and within 24 hours after the end of a 0 .5 inch rainfall event, or once every 7 days (see Part 111.F.8 .a). Exceptions to the above inspection schedules are for the cities of Austin, Burleson, Carrollton, Cedar Hill, Garland , Irving and Plano which require inspections to be conducted at least weekly AND within 24 hours of the end of a storm event of 0 .5 inches or greater. "Qualified personnel" means a person knowledgeable in the principles and practice of erosion and sediment controls and who possesses the skills to access conditions at the site that could impact storm water quality and the effectiveness of the BM P's sel ected to control the quality of the storm water discharges. Based on observations made during these inspections, this SWPPP must be updated as needed . If additional BM P's are required, their locations and type must be shown on the erosion control plan . These changes can be made by hand (e .g ., red pencil), but they must be made to keep the SWPPP current. These changes must be made within seven calendar days following the inspection . Each inspection report must be signed and certified in accordance with Part 111.F.8. These inspection reports must be kept in the SWPPP . The SWPPP and all reports must be kept for a period of three years after the date of final stabilization of the site in accordance with Part V of the General Permit. Inspection reports shall be maintained in Appendix 7 of this manual 5. NO N-ST ORM WATER DISCHARGES All discharges authorized by this permit and covered by this SWPPP are composed entirely of storm water associated with construction activities or are an authorized Non- Storm Water Discharge The following non-storm water discharges are authorized under the General Permit Discharqes from fire fiqhtinq activities Only in case of an emerqency New hydrant installation includes flushing to ensure lines are clean and have no Fire hydrant flushing residual chlorine . No hyperchlorinated water discharges (from water line disinfection) will be allowed Concrete trucks are rinsed on the site Waters used to wash vehicles where without use of detergents . Wash water is deterqents are not used retained onsite Waters used to control dust in Water used during development to control accordance with Part IV.D.2 .c .(2) dust on roadways under construction Potable water .sources including water Domestic drinking water supply lines are line flushings flushed to ensure lines are clean and have no residual chlorine. No hyperchlorinated water discharges (from water line disinfection) will be allowed Pavement wash waters where spills or Roadways and flatwork are pressure leaks of toxic or hazardous materials washed on a regular basis . No chemicals have not occurred (unless all spilled are used material has been removed) and where deterqents are not used Air conditioning condensate Air conditioning condensate will exist onsite Uncontaminated groundwater or spring Unusual unless ground water is water encountered during excavation activities . Ground water in excavations will be pumped out onto the ground and not allowed to directly discharge from the site A list of other Non Storm Water Discharges is located in Appendix 9 of this anual. 6. TERMINATION OF COVERAG E A Notice of Termination (NOT) is attached to the SWPPP and will be completed by the permitted parties once the site is stabilized or once their operational control of the site is terminated . To meet the definition of final stabilization, the site must have reached permanent vegetation equal to 70 % of native background coverage on all portions of the site not covered by structures or pavement before the NOT is filed . If a Construction Site Notice was required to be submitted to the local MS4, project termination is accomplished by sending a copy of the NOT to the local MS4 . A. A Notice of Termination is attached to the SWPPP and will be completed by the permitted parties to terminate coverage after one of the following conditions is met. a . Final stabilization has been achieved on all portions of the site for which the permittee is responsible, or b. Permittee is no longer the operator of the site, or c. For residential construction only, temporary stabilization has been completed and the residence has been transferred to the homeowner. B. Permittee(s) shall submit a Notice of Termination to the following address : Texas Commission on Environmental Quality Storm Water & General Permits Team, MC -228 P.O . Box 13087 Austin, Texas 78711-3087 7. SPILL RESPONSE -RELEASES IN EXCESS OF REPORTABLE QUANTITIES The discharge of hazardous materials or oil from the site will be prevented or minimized using the best management practices (BMPs) identified in this SWPPP . Any discharges in 24 hours equal to or in excess of the reportable quantities listed in 40 CFR 110 , 117, or 302 will be reported to the National Response Center and the agencies listed below as soon as practical after knowledge of the spill is known to the permittee(s). the Storm Water Pollution Prevention Plan must be modified within 14 calendar days of knowledge of the release to provide a description of the release, the circumstances leading to the release , and the date of the release. In addition, the plan must be reviewed to identify measures to prevent reoccurrence of such releases and to respond to such releases, and the plan must be modified where appropriate. If there is a leak or spill on the construction site : • REPORT THE SPILL IMMEDIATELY TO THE OWNER • EMPLOYEES WILL NOT BE PUNISHED FOR REPORTING SPILLS • CONTAIN SPILL , START CLEANUP, REPORT IF OVER REPORTABLE QUANTITY Points of Contact in case of a reportable quantity release : EPA National Response Center 800 -424-8802 Texas Commission on Environmental 800-832-8224 Quality (512) 239-2454 MLS Environmental Consulting (817) 312 -1 712 REPORTABLE QUANTITIES MATERIAL MEDIA RELEASED TO REPORTABLE QUANTITY Engine oil, fuel, hydraulic Land 25 gallons & brake fluid Engine oil, fuel, hydraulic Water Visible sheen & brake fluid Antifreeze Lane 100 lbs. (13 qal) Battery Acid Land, Water 100 lbs. Freon Air 1 lb. Enqine Deqreasers Air, Land, Water 100 lbs. Gasoline Air, Land, Water 100 lbs. Small spills (e .g. oil leaks, overfills, etc.) will be cleaned up as soon as possible and reported, if required. Oil dry, plastic shovels, plastic bags and sealable container will be obtained locally as needed . Contaminated material will be collected in the bags, bags dated, nature of material and stored in the container. Spill material will be properly disposed of off of the site . Spill response procedures will be available onsite for personnel responsible for fluid material handling to review. In cases of a spill, personnel on the site will make decisions in response to the spill based on the following decision hierarchy: • Protect People • Protect Property • Protect the Environment If there is the potential for exposure to dangerous conditions as a result of a fire, notify the fire department. Endangered Species and Historical Places Certification Impact on Endangered Species The list of possible threatened and endangered species is attached. A review of the site found that threatened and/ or endangered species may be present on this site . It is the Operators responsibility to protect threatened and/ or endangered species of animals, fish or other species and their habitat in and near the construction activity area . The Operator shall be familiar with the attached list of protected species and assure by all means available that they are not disturbed or destroyed . Site personnel should immediately report any indication that endangered and/ or threatened species or habitat and notify the appropriate authority such as U ,S Fish & Wildlife and Texas Parks and Wildlife to determine appropriate action . Impact on Historical Places The list of sites registered with the National Register of Historic Places is attached . A review of available data via the Internet found no evidence that this project will have an adverse impact on any historic site listed in the National Register of Historic Sites. It shall also be the responsibility of the Operator to assure that construction activities and discharge water from this site will not adversely affect registered Historic Places . Pre construction site inspections shall be conducted by the Operator and any potential Historical Location shall be immediately reported to preservation agencies to determine appropriate actions . Operator shall comply with the National Historical Preservation Act and assure that storm water discharges do not adversely affect a listed property or eligible property and shall obtain and comply with a written agreement between the Operator and the Historical Preservation Officer that outlines all measures to be taken by the Operator to mitigate or prevent adverse affects to the historic site . Signature: Date: 04/02/11 Printed Name : Mike Shingler, President Company Name : MLS Environmental Consulting Certifying SWPPP for: Westcreek Drainage Improvements "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designated to assure that qualified personnel properly gathered and evaluated the information submitted . Based on my inquiry of the person or persons who manage the system, or persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true accurate and complete. I am aware that there are specific penalties for submitting false information, including the possibilities of fine and imorisonment for knowina violations." Owner/ Operators Certification Owner: Title: By: ------------------------- Printed Name: Contractors I Operators Certification Contractor: Date: By: -----------Title: -----------Date: ------ Printed Name: ---------------- Texas Parks & Wildlife Dept. Annotated Countv Lists of Rare SDct:ie s TARRANT COUNTY BIRDS Pag e I 01 · 3 Las t Rev is ion: 2/2 8/2 011 4 : 14:00 PM Fe dera l Status State Stat us American Peregrine Falcon Falco peregrhms anatum DL T year-round resident and local br ee de r in west Texas, nests in tall cliff ey ri es; a lso, mi gra nt across state from mor e northern breeding ar eas in US and Ca nada , winters along coast and fart her so uth ; occ upi es wide range of habitat s during mi gration , includin g urban , co nce ntrati ons a long coast an d barrier is lands ; low-a ltitud e migrant, stopovers at lea din g land sca pe edges such as lak e sho res, coast lin es, an d barrier is land s. Arctic Peregrine Falcon Falco peregrinus tundrius D L migrant throughout state from sub species' far north ern breeding range, winters a long coast a nd fart her south; occupi es wide range of habitat s during mi grat ion , includin g urban , co nce ntrati ons a lo ng coast and barrier isl ands ; low -a ltitude mi grant , stopov ers at lea din g land scape edges such as lake shores, coas tlin es, and barri er island s. Bald Eagle H aliaeetus Jeucocephalus DL T found primarily near river s and lar ge lakes ; nes ts in tall trees or on cliffs nea r water; co mmun a lly roosts, especially in winter; hunt s liv e prey, scaveng es, and pirat es food from other birds Henslow's Sparrow Ammodramus h enslo wii wintering individuals (not flocks) found in weedy field s or cut-over areas wh ere lots of bunch grasses occur along with vines and brambles; a key component is bar e ground for runnin g/wa lkin g Interior Least Tern Sterna antillarum athalassos LE E subspecies is listed only when inland (more than 50 miles from a coastline); nest s along sand and gravel bars within braided streams, rivers; also know to nest on man-mad e structures (inland beach es, wastewater treatment plants, gravel mines , etc); eats small fish and crustacean s, when breeding forages within a few hundred feet of colony Peregrine Falcon Falco peregrinus DL T both subspecies migrate across the state from more northern breeding areas in US and Canada to winter along coast and farther south; subspecies (F . p. anatum) is also a resident breeder in west Texas ; the two subspecies' listing statuses differ, F.p. tundrius is no longer listed in Texas; but because the subspecies are not easily distinguishable at a distance, reference is generally made on ly to the species level; see subspecies for habitat. Sprague's Pipit Anthus spragueii C only in Texas during migration and winter, mid September to early April ; short to medium distance, diurnal migrant; strongly tied to native upland prairie, can be locally common in coastal grasslands, uncommon to · rare further west; sensitive to patch size and avoids edges. Western Burrowing Owl Athene cunicularia hypugaea open grasslands, especially prairie, plains, and savanna, sometimes in open areas such as vacant lots near human habitation or airports ; nests and roosts in abandoned burrows Whooping Crane Grus amerk'ana LE E Texas Par ks & Wildlife Dept. A nn o tat ecl Co un ty List s of Rare S11ccic s TARRANT COUNTY BIRDS Pa ge 2 of 3 Federal Status State Status potential migrant via plains throughout most of state to coast; winters in coastal marshes of Aransas , Calhoun, and Refugio counties FISHES Federal Status State Status Shovelnose sturgeon Scaphirhynchus platorynchus T open , flowing channels with bottoms of sand or gravel; spawns over gravel or rocks in an area with a fast current; Red River below reservoir and rare occurrence in Rio Grande MAMMALS Gray wolf Canis lupus Federal Status LE State Status E extirpated; formerly known throughout the western two-thirds of the state in forests, brush lands, or grasslands Plains spotted skunk Spilogale putorius interrupta catholic; open fields, prairies, croplands, fence rows, farmyards, forest edges, and woodlands; prefers wooded, brushy areas and tallgrass prairie Red wolf Canis rufus LE E extirpated; formerly known throughout eastern half of Texas in brushy and forested areas, as well as coastal prairies MOLLUSKS Federal Status State Status Fawnsfoot Truncilla donaciformis small and large rivers especially on sand, mud, rocky mud, and sand and gravel, also silt and cobble bottoms in still to swiftly flowing waters; Red (historic), Cypress (historic), Sabine (historic), Neches, Trinity, and San Jacinto River basins. Little spectaclecase Villosa lienosa creeks, rivers, and reservoirs, sandy substrates in slight to moderate current, usually along the banks in slower currents; east Texas, Cypress through San Jacinto River basins Lou isiana pigtoe Pleurobema riddellii T streams and moderate-size rivers, usually flowing water on substrates of mud, sand, and gravel; not generally known from impoundments; Sabine, Neches, and Trinity (historic) River basins Texas heelsplitter Potamilus amphichaenus T quiet waters in mud or sand and also in reservoirs. Sabine, Neches, and Trinity River basins REPTILES Federal Status State Status Texas garter snake Thamnophis sirtalis annectens Texas Parks & Wildlife Dept. Annotated County Lists of Rare SDcci cs TARRANT COUNTY REPTILES Federa l Status Page 3 or3 Stat e Status wet or moist microhabitats are conducive to th e s pec ies oc ·urrence, but is not necessarily rest ri cted to them; hibernates underground or in or und er surface cover; breeds March -A ug ust Texas horned lizard Phrynosoma cornutum T open, arid and semi-arid re g ions with sparse ve ge tation , includin g gra ss, cactus , scatte red bru s h or sc rubby trees; soil may vary in te x ture from sa ndy to rocky ; burrow s into so il, ent ers rodent burrows, or hide s und er rock when inactive; breeds March-S eptemb er Tim her/Canebrake rattlesnake Crotalus horridus T swamps, floodplains , up land pin e and deciduou s wood lands, ripar ian zones , abandoned farmland; lime stone bluffs, sandy so il o r black c lay; prefers dens e ground cover , i.e . grapevines or palm etto PLANTS Federal Sta tu s State Status G len Rose yucca Yucca necopina Texas endemic; grass lands on sandy so ils and limestone outcrops ; flowering April -June 32• 40' 46" 32• 40' 33" 652.760 0 ~ <D ~ &i <D ~ ~ <D ~ 0 "' <D <D ~ .o ;?; <D ;;; M N A Soil Map-Tarrant County, Texas 652800 652840 652_880 Map Scale: 1:1,850, printed on A size (8.5" x 11") sheet. ---===-----=====Meters 0 15 30 60 90 ---===-----c::====Feet 0 50 100 200 300 652920 USPA Natural Resources ~ Conservation Service Web Soil Survey National Cooperative Soil Survey 652960 653000 653040 ~ <D ;;; M i <D ~ 4/3/2011 Page 1 of 3 32• 40' 46" 32• 40' 33" USDA '1iii Soi l Map-Tarrant County, Texas MAP LEGE N D Area of I nterest (AOI ) Area of Interest (AOI) Soil s L I Soil Map Units Special Poi nt Feat ures (!)· Blowout ~ Borrow Pit * Cl ay Spot + Closed Depression X Gravel Pit Gravell y Spot @ La ndfill A Lava Flow .i1'. Marsh or swam p ?. Mine or Quarry @) Miscell aneous Water ® Pere nnial Wate r V Ro ck Outcrop + Sali ne Spot Sandy Spot -Seve re ly Eroded Spot 0 Sinkhole p Slide or Slip JZ{ So di cSpot -Spoil Area a Stony Spot Natural Resources Conservation Service .a) Very Stony Spot t Wet Spot ~ Other Special Line Fea t ures •?v Gully fML., "'. •. Short Steep Slope ~ Other Politi ca l Feat ures 0 Cities Water Features Oceans Streams and Canals Transportation m; Rails Interstate Highways US Routes Major Roads Local Roads Web Soil Survey Nati onal Coo perative Soil Survey MAP INFORMATION Map Scale: 1 :1 ,860 if printed on A size (8.5'' x 11 ") sheet. The soil surveys that comprise your AOI were mapped at 1 :20,000 . Please rely on the bar scale on each map sheet for accurate map me asurements. Source of Map : Natural Resources Conservation Service Web Soil Survey URL: http://websoilsurvey .nrcs .usda .gov Coordinate System : UTM Zone 14N NAD83 Th is product is generated from the USDA-NRCS ce rti fied data as of the version date(s) listed below. Soil Survey Area: Survey Area Data: Tarrant County , Texas Version 7, Nov 24, 2009 Date(s) ae rial images were photog raphed: 1995 The orthophoto or other base map on which the soil lines we re comp iled and digitized probably differs from the bac ground imagery displayed on these maps. As a result , some mino r shifti ng of map un it boundaries may be evident. 4/3/20 1 1 Pag e 2 of 3 Soil Map-Tarrant County, Texas Map Unit Legend 3 Aledo-Bolar-Urban land complex , 3 to 20 percent slopes t------------+---------------------- 67 Sanger-Urb an land comp lex, 1 to 5 percent slopes --------- Totals for Area of Interest l ----------------------------------·. ------ Natural Resources Conservation Service Web So il Survey National Cooperative Soil Survey Per cent of AOI 1.5 4/3/2011 Page 3 of 3 Silt Fence Stabilized Area Supports DESCRIPT ION December 2003 C Drainage area lim its ----""'-> Si lt Fen~"' '/ ,,, , A silt fence consists of geotext ile fabric suppo rt ed by wire mesh netting or oth er backing stretched between either wooden or meta l posts with th e lower edge of th e fabric secure ly embedded six -inches in th e soil. The fence is typically loc ated downstream of d istur bed areas to inte rcept runoff in th e form of sheet f low. A si lt fe nce provid es both filtration a nd time for sediment settling by reducing the velocity of the runoff. PRIMARY USE Silt fence is normally used as perim eter control located downstream of disturbed areas. It is only feasible for non -concentrated , sheet flow conditions . If it becomes necessary to place a silt fence wh ere concentrated flows may be experienced (e .g. where two silt fences join at an a ngle , or across minor channels or gullies), it will be nec es sary to reinforce the silt fence at that area by a rock berm or sand bag berm, or oth er structural measures th at will support the silt fence . APPLICATIONS Silt fence is an economical means to treat overlan d , no n-concent rate d flows for all types of projects . Silt fences are used as perimeter control devices for both site developers and linear (roadway) type projects. They are most effective with coarse to silty soil types . Due to the potent ia l of clogging and limited effectiveness , silt fences should be used with caution in areas that have predominantly clay soil types. In th is latter instance a soils engineer or soil scientist should confirm the suitability of silt fence for that application DESIGN CRITERIA 0 Fences are to be constructed along a line of constant elevation (along a contour line) where possible . D Maximum drainage area shall be 0 .25 acre per 100 linear feet of silt fence. D Maximum flow to any 2'0 foot section of silt fence shall be 1 CFS. 0 Maximum distance of flow to silt fence shall be 200 feet or less . If the slope exceeds 10 percent the flow distance shall be less than 50 feet. 0 Maximum slope adjacent to the fence shall be 2: 1. 0 If 50% or less soil , by weight , passes the U.S . Standard sieve No . 200 ; select the apparent opening size (A .0 .S .) to retain 85% of the soil. 0 If 85% or more of soil by weight, passes the U.S . Standard sieve No. 200, silt fences shall not be used unless the soil mass is evaluated and deemed suitable by a soil scientist or geotechn ical engineer concerning the erodiblity of the soil mass, dispersive characteristics, and the potential grain -si ze characteristics of the material that is likely to be eroded . ISWM Design Manual for Construcdon Application s Per imete r Control Slope Protection Sediment Trapping Chann el Prote ct ion Temporary Stabilization Permanent Stab ili zation Wast e Management Hous ekeep ing Prac tic es Ta rgeted Constituents • 0 0 0 0 0 • 0 0 • 0 0 ? Sedime nt Nutri e nts Tox ic Mate ria ls Oi l & Grea se Floatable Material s Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes > 5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable lmoact Fe=0.75 S-1 North Central Texas Council of Governments 4-33 December 2003 Silt Fence D Stone overflow structures or other outlet control devices shall be installed at all low points along the fence or spaced at approximately 300 feet if there is no apparent low point. D Filter stone for overflow structure shall be 1-1/2 " washed stone conta ining no fines . Angular shaped stone is preferable to rounded shapes. D Silt fence fabric must meet the following minimum criteria: o Tensile Strength, ASTM 04632 Test Method for Grab Breaking Load and Elongation of Geote xtiles , 90-lbs . o Puncture Rating , ASTM 04833 Test Method for Index Puncture Resistance of Geote xtiles , Geomembranes , and Related Products, 60-lbs . o Mullen Burst Rating, ASTM 03786 Standard Test Method for Hydraulic Bursting Strength of Textile Fab rics -Diaphragm Bursting Strength Tester Method, 280-psi. o Apparent Opening Size , ASTM 04751 Test Method for Determining Apparent Opening Size of a Geotextile , U.S . Sieve No . 70 (max) to No. 100 (min) o Ultraviolet Resistance, ASTM 04355 . Minimum 70 percent. D Fence posts shall be galvanized steel and may be T-section or L-section, 1.3 pounds pe r linear foot minimum, and 4 feet in length minimum . Wood Posts may be used depending on anticipated length of service and provided they are 4 feet in length minimum and have a nominal cross section of 2 inches by 4 inches for pine or 2 inches by 2 inches for hardwoods . D Silt fence shall be supported by galvanized steel wire fence fabric as follows : o 4" x 4" mesh size , W1 .4 /1.4 , minimum 14-gauge wire fence fabric; o Hog wire, 12 gauge wire , small openings installed at bottom of silt fence ; o Standard 2" x 2" chain link fence fabric; or o Other welded or woven steel fabrics consisting of equal or smaller spacing as that listed herein and appropriate gauge wire to provide support. D A 6-inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel to prevent bypass of runoff under the fence . Fabric shall overlap at abutting ends a minimum of 3 feet and shall be joined such that no leakage or bypass occurs . D Sufficient room for the operation of sediment removal equipment shall be provided between the silt fence and other obstructions in order to properly maintain the fence . D The ends of the fence shall be turned upstream to prevent bypass of storm water. LIMITATIONS Minor ponding will likely occur at the upstream side of the silt fence, which could result in minor localized flooding. Silt fences are not intended for use as check dams in swales or low areas subject to concentrated flow. Silt fences shall not be used where soil conditions prevent a minimum toe-in depth of 6 inches or installation of support posts to a depth of 12 inches. Silt fence can interfere with construction operations; therefore planning of access routes onto the site is critical. Silt fence can fail structurally under heavy storm flows , creating maintenance problems and reducing the effectiveness of the system. MAINTENANCE REQUIREMENTS Silt fence should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A) for buildup of excess sediment, undercutting, sags, and other failures . Sediment should be removed when it reaches approximately one-half the height of the fence. In addition, determine the source of excess sediment and implement appropriate BMPs to control the erosion . If the fabric becomes damaged or clogged, it should be repaired or replaced as necessary. SPECIFICATION Specifications for construction of this item may be found in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments, Section 201 .5 Silt Fence. 4.34 ISWM Design Manual for Construction December 2003 Silt Fence & Stone Overflow Structure Silt Fenc e (min. Height 24" Above Exist. Ground) l H Compacted Earth Or Rock Backfill 6' M in. Each Side...._ Stone Trench 6" Min. S il t Fen ce 8'Max. Stone Overflow Structure ISWM Design Manual for Construcdon 4' Length (min .) Fence Post Max . 6' Spacing, Min. Embedment = 1' Wire Mesh Backing Fabric Toe-i n Silt Fence 6" M in . Top Of Ston e, Each Sid e Of Silt Fence 4-35 4.44 December 2003 Inlet Protection DESIGN CRITERIA D Special caution must be exercised when installing inlet protection on publicly traveled streets or in developed areas. Ensure that inlet protection is properly designed , installed and mainta ined to avoid flooding of the roadway or adjacent properties and structures. D Filter fabric protection shall be designed and maintained in a manner similar to silt fence . D Where applicable, filter fabric , posts , and wire backing shall meet the material requi rements specified in BMP Fact Sheet S-1, Silt Fence. D Filter gravel shall be % inch (Block and Gravel Protection) or 1-1/2 to 2 inch (Excavated lmpoundment Protection) washed stone containing no fines . Angular shaped stone is preferable to rounded shapes . D Concrete blocks shall be standard 8" x 8" x 16" concrete masonry un its . D Maximum depth of flow shall be eight (8) inches or less . D Positive drainage is critical in the design of inlet protection. If overflow is not provided for at the inlet , excess flows shall be routed through established swales , streets , or other watercourses to minimize damage due to flooding . D Filter Barrier Protection Silt Fence shall consist of nylon geotextile supported by wire mesh , W1 .4 X W1 .4 , and galvanized steel posts set a minimum of 1 foot depth and spaced not more than 6 feet on center . A 6 inch wide trench is to be cut 6 inches deep at the toe of the fence to allow the fabric to be laid below the surface and backfilled with compacted earth or gravel. This entrenchment prevents any bypass of runoff under the fence. D Block and Gravel Protection (Curb and Drop Inlets) Concrete blocks are to be placed on their sides in a single row around the perimeter of the inlet , with ends abutting. Openings in the blocks should face outward , not upward . W ' x Y:z " wire mesh shall then be placed over the outside face of the blocks covering the holes. Filter stone shall then be piled against the wire mesh to the top of the blocks with the base of the stone being a minimum of 18 inches from the blocks . Alternatively, where loose stone is a concern (streets, etc.), the filter stone mayb be placed in appropriately sized geotextile fabric bags . Periodically , when the stone filter becomes clogged , the stone must be removed and cleaned in a proper manner or replaced with new stone and piled back against the wire mesh . D Excavated lmpoundment Protection An excavated impoundment shall be sized to provide a storage volume of between 1800 and 3600 cubic feet per acre of disturbed area . The trap shall have a minimum depth of one foot and a maximum depth of 2 feet as measured from the top of the inlet and shall have sideslopes of 2:1 or flatter. Weep holes are to be installed in the inlet walls to allow for the complete dewatering of the the trap. When the storage capacity of the impoundment has been reduced by one -half, the silt shall be removed and disposed in a proper manner. D Inlet inserts are commercially available to remove sediment, constituents (pollutants) adsorbed to sediment, and oil and grease. Maintenance is required to removesediment and debris that could clog the filters. Inlet inserts must have a bypass function to prevent flooding from clogging or high flows . LIMITATIONS Special caution must be exercised when installing inlet protection on publicly traveled streets or in developed areas. Ensure that inlet protection is properly designed, installed and maintained to avoid flooding of the roadway or adjacent properties and structures. Inlet protection is only viable at low point inlets. Inlets that are on a slope cannot be effectively protected because storm water will bypass the inlet and continue downstream, causing an overload condition at inlets downstream. ISWM Design Manual for Construction December 2003 Inlet Protection MAINTENANCE REQUIREMENTS Inlet protection should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A). When silt fence is used and the fabric becomes clogged, it should be cleaned or , if necessary, replaced . Also , sediment should be removed when it reaches approximately one -half the height of the inlet protection device . If a sump is used, sediment should be removed when the volume of the basin is reduced by 50 %. For systems using filte r stone , when the filter stone becomes clogged with sediment, the stones must be pulled away from the inlet and cl eaned or replaced . Since cleaning of stone at a construction s ite may be difficult , an alternativ e approach would be to use the clogged stone as fill material and put new stone around the inlet. SPECIFICATION Specifications for construction of this item may be found in the Standard Specifications for Public Works Construction -North Central Te xas Council of Gov e rnments , Section 201 .15 In let Protection . ISWM Design Manual for Construction 4.45 December 2003 Inlet Protection -Curb Ponding Height 3/4" Filter Stone Wire Screen (1/2"x 1/2") Placed Over Vertical Face 2x4 Wood Stud Back Of Sidewalk W ire Screen (1/2"x1/2") Back Of Curb 3/4" Filter Ston e ISWM Design Manual for Construction Curb Inlet Catch Basin Cross Section Catch Basin 2x4 Wood Stud Curb Inlet Con crete Blo ck Plan V iew 4.47 December 2003 Stone Outlet Sediment Trap Rip-Ra p DESCRIPTION A stone outlet sediment trap is a smal l ponding area formed by placing a stone embankment with an integ ral stone filter ou tl et across a drainage swale for the purpose of detaining se dim ent-la den runoff generated by construction acti vi ties. The sediment trap detains runoff lo ng en ough to allow most of the suspended sediment to settle while sti ll allowing for diffused flow of runoff . PRIMARY USE A sediment trap is used in situations where flo ws are concentrated in a drainage swale or chann e l. The sedi m ent trap red uces velocit ie s and allows for settling of sediment while allowing the area behind the trap to de-water. T his is normally used fo r long te rm (18 months or less) applications in which a sediment basin is not feasi ble due to site or constru ction method restrictions . APPLICATIONS Temporary stone outlet sediment traps are installed at locations where concentrated flows require a protected outlet to contain sediment or sp read flow prio r to discharge . DESIGN CRITERIA o The maximum drainage area contributing to the trap shall be 10 acres . For larger drainage areas a sediment basin should be used . o T he minimum storage volume shall be 1800 cubic feet per acre of disturbed land draining to the device . o The surface area of the design storage area shall be 1 % of the area draining to the device . o The maximum embankment height shall be 6 feet as measured from the toe of the slope on the downstream side o Minimum width of the embankment at the top shall be 2 feet. o Embankment slope shall be 1.5 :1 or flatter. o The embankment shall have a depressed area to serve as the outlet with a m inimum width of 4 feet. o A six inch minimum thickness layer of% to 2 inch (1-Y:i inch nominal) well graded filter stone shall be placed on the face of the embankment. o The embankment shall be comprised of well graded stone with a size range of 6 to 12 inches in diameter. The stone may be enclosed in wire mesh or gabion basket and anchored to the channel bottom to prevent washing away. o The outlet shall be designed to have a m inimum freeboard of 6" at design flow. ISWM Design Manual for Construction Applications Perimeter Cont rol Slope Protection Se diment Trapping Channel Protection Temporary Stab ilization Permanent .Stab ili zation Waste Managem ent Housekeeping Practices Targeted Constituents • 0 0 Q 0 0 Q 0 • • Q 0 ? Sed iment Nutrients T ox ic Materials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Ma in tenance Training Suitability for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact Fe=0.85 S-5 North Central Texas Council of Governments 4-51 - December 2003 Stone Outlet Se dimen t Trap o The embankment shall be place on geotex tile fabr ic meeting the follow ing minimu m crit er ia : o Tensile Strength, ASTM 04 632 T est Method for Grab Breaking Load and Elongat ion of Geotextiles , 250-lbs o Punctu re Rating , ASTM 04833 Test Method for Inde x Puncture Res istance of Geote xtiles , Geomembranes, and Relat ed Products , 135 -lbs . o Mullen Burst Rating , ASTM 037 86 Standard Test Method for Hyd raulic Burst ing Strength of Textile F abrics -Oiaphragm Bursting Strength Tester Method , 420 -psi . o Apparent Opening Size, ASTM 047 51 Test Method for Determining Apparent Opening Si ze of a Geotextile, U.S. Sieve No . 20 (ma x). o The geotextile fabric , covered with a layer of stone , shall extend past the base of the e mba nkment on the downstream side a minimum of 2 feet. LIMITATIONS Limited applications due to cost of construction , availability of materials , and the amount of land required. Can cause minor upstream flooding, possibly impa cting construction operat ions . MAINTENANCE REQUIREMENTS The stone outlet structure shou ld be inspected regularly (at least as often as required by the TPDES Construction General Permit , Appendix A) to check for clogging of the void spaces between stones . If the aggregate appears to be silted in such that efficiency is diminished, the stone should be replaced . Deposited sediment shall be removed when the depth of sediment is equal to one-third of the height of the embankment as measured from the original toe of slope to the crest of the outlet , or has reached a depth of one foot, whichever is less . The removed sediment shall be stockpiled or redistributed in areas that are protected from erosion . SPECIFICATION Specifications for construction of this item may be found in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments, Section 201 .12 Stone Outlet Sediment Trap . 4-52 ISWM Design Manual for Construction Dece mbe r 2003 Stone Outlet Sediment Trap Stone Or Earth Fi ll Fil te r Fa bric ISWM Design Manual for Construction 1 1/2'; Filte r Ston e 2 ' Min. Section 6"-12" Sto ne Rip -Rap 4-53 December 2003 Check Dams Sect ion Spacing DESCRIPTION Check dams are small barriers consisting of rock , sand bag or earth berms placed across a drainage swale or ditch . They reduce the velocity of small concentrated .flows, provide a limited barrier for sediment and help disperse concen trated flows , reducing potential erosion . PRIMARY USE Check dams are used for long drainage swales or ditches to reduce erosive veloc ities . They are typically used in conjunction with other channel protection techniques such as vegetation lining and turf reinforcement mats . Check dams provide limited treatment to sediment-laden flows . They are more useful in reducing flow to acceptable levels fo r other techniques. APPLICATIONS Check dams are typically used early in construction in swales for long linear projects such as roadways . They can also be used in short swales with a steep slope to reduce unacceptable velocities . Check dams shall not be used in live stream channels DESIGN CRITERIA D Check dams should be placed at a distance and height to allow small pools to form between each one . Typically , dam height should be between 18" and 36". Dams should be spaced such that the top of the downstream dam should be at the same elevation as the toe of the upstream dam . D Major flows (greater than 2 year design storm) must pass the check dam without causing excessive upstream flooding . D Check dams should be used in conjunct ion with other sediment reduction techniques prior to releasing flow offsite . D Use geotextile filter fabric under check dams exceeding 18 inches in height. The fabric shall meet the material specified for the Stone Outlet Sediment Trap , S-5 . Rock Check Dams D Stone shall be well graded with size range from 1-1/2 to 3-1/2 inches in diameter depending on expected flows. D Rock check dams should be triangular in cross section with side slopes of 1: 1 or flatter on the upstream side and 2: 1 or flatter on the downstream side . ISWM Design Manual for Construction Applications Perimeter Co nt rol S lope Protection Sediment Trapping Channel Protection Temporary Sta bilization Permanent Stabilization W aste Manag ement Housekeeping Pra ctices Targeted Constituents ~ 0 0 ~ 0 ~ • 0 ~ • ~ 0 ? Sediment Nutrients To xic Mate rials Oil & Grease Floatable Mater ials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitabil ity for Slopes > 5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact Fe=0.40 S-7 North Central Texas Council of Governments 4-59 December 2003 Check Dams Sand Bag Dams O Sand bag check dams should have a maximum flow through rate of 0.1 cfs per square foot of surface with a minimum top width of 16 inches and bottom width of 48 inches. Bags should be filled with coarse sand , pea gravel , or filter stone that is clean and free of deleterious material. O Bag length shall be 24-inches to 30-inches , width shall be 16-inches to 18 -inches and thickness shall be 6-inches to 8-inches and having an approximate weight of 40-pounds. O Bag material shall be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4-ounces-per-sq uare-yard , Mullen burst strength exceeding 300-psi as determined by ASTM 03786 Standard Test Method for Hydraulic Burs ting Strength of Text ile Fabrics-Diaphragm Bursting Strength Tester Method, and ultraviolet stability exceeding 70-percent O PVC pipes may be installed through the sand bag dam near the top to allow for controlled flow through the dam . Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. LIMITATIONS Minor ponding will occur upstream of the check dams. For heavy flows or high velocity flows, extensive maintenance or replacement of the dams will be required. Care must be used when taking out rock check dams in order to remove as much rock as possible . Loose rock can create an extreme hazard during mowing operations once the area has been stabilized . MAINTENANCE REQUIREMENTS Check dams should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A). Silt must be removed when it reaches approximately 1/3 the height of the dam or 12", whichever is less . SPECIFICATION Specifications for construction of this item may be found in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments, Section 201 .9 Rock Dam and Item 201.11 Sand Bag Dam . 4·60 ISWM Design Manual for Construction December 2 0 03 Check Dams . r Construction ISWM Design Manual fo 4-61 December 2003 Stabilized Construction Entrance I Depm------\ \ Width Filter fabric DESCRIPTION A stab ili zed co nstru ct ion entrance consists of a pad consisting of crushed stone, recycled concret e or other rock like material on top of geotextile filter cloth to fac il itat e th e removal of sediment and other debris from construction equipment prior to exit ing the construction site. This directly addresses the problem of silt a nd mud deposition in roadways used for construction si te access. Fo r added effectiv eness, a wash rack area can be incorporated into th e design to furth er reduce sediment tr acking (See Wheel Wash , Fact Sheet S- 10). PRIMARY US E Stabilized construction entrances are used primarily for sites in which significant truck traffic occurs on a daily basis . It reduces the need to remove sediment from streets . If used properly, it also directs the majority of traffic to a single locat ion , reducing the number and quantity of disturbed areas on the site and providing protection for other structural controls through traffic control. APPLICATIONS Stabilized construction entrances are a required part of the erosion control plan for all site developments larger than one acre and a recommended practice for all construction sites . If possible , controlled entrances should be incorporated into small lot construction due to the large percentage of disturbed area on the site and the high potential for offsite tracking of silt and mud . DESIGN CRITERIA 0 Stabilized construction entrances are to be constructed such that drainage across the entrance is directed to a controlled , stabilized outlet on site with provisions for storage, proper filtration, and removal of wash water. 0 The entrance must be sloped away from the paved surface so that storm water is not allowed to leave the site onto roadways. 0 Minimum width of entrance shall be 15 feet. 0 Stone shall be placed in a layer of at least 12-inches thickness. The stone shall be a minimum of 3 to 5 inch coarse aggregate. 0 Prevent shortcutting of the full length of the construction ent rance by installing barriers as necessary . ISWM Design Manual for Construcdon Applications Perimeter Control Slope Protection Sedim ent Trapping Chann el Protection Tem porary Stabilization Permanent Stabilization Waste Manag ement Housek eep in g Pra ctic es Targeted Constituents '-> 0 0 0 0 • '-> 0 0 • '-> 0 ? Sediment Nutrients T oxic Mate rials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact Fe= N/A S-9 North Central Texas Council of Governments 4-65 December 2003 Stabilized Construction Entrance 0 The geote xtile fabric must meet the following minimum criteria: o Tensile Strength, ASTM 046 32 T est Method for Grab Breaking Load and Elongation of Geotextiles, 300-lbs . o Puncture Strength, ASTM 04833 Test Method for Inde x Puncture Resistance of Geotextiles , Geomembranes , and Related Prodeucts , 120-lbs . o Mullen Burst Rating , ASTM 03786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method , 600 -psi. o Apparent Opening Size, ASTM 04751 Test Method for Determining Apparent Opening Size of a Geotextile , U .S . Sieve No . 40 (ma x). 0 When necessary, vehicles must be cleaned to remove sediment prior to entrance onto paved roads , streets, or parking lots. When washing is required, it shall be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 0 Minimum dimensions for the entrance shall be as follows: Avg. Min. Width Min. Depth Tract Area Tract Depth of Entrance of Entrance < 1 Acre 100 feet 15 feet 20 feet < 5 Acres 200 feet 20 feet 50 feet > 5 Acres > 200 feet 25 feet 75-100 feet LIMIT A TIO NS Selection of the construction entrance location is critical. To be effective, it must be used exclusively . Stabilized entrances are rather expensive considering that it must be installed in combination with one or more other sediment control techniques, but it may be cost effective compared to labor-intensive street cleaning . MAINTENANCE REQUIREMENTS Construction entrances should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A). When sediment has substantially clogged the void area between the rocks, the aggregate mat must be washed down or replaced. Periodic re -grading and top dressing with add itional stone must be done to keep the efficiency of the entrance from diminishing. If the stabilized construction entrance is not effectively removing sediment from wheels then a wheel wash should be considered . SPECIFICATION Specifications for construction of this item may be found in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments, Section 201 .10 Stablilized Construction Entrance. 4-66 ISWM Design Manual for Construction December 2003 Stabilized Construction Entrance ,---------Lenlh As Shown On Plans ----------i Exi sting Grade Filter Fa bric Paved Surface Profile View i--------Length As Shown On Plans -------i, I Drainage Must Flow Away From Entrance Entrance Must Be Sloped So That Storm Water Is Not Allowed To Leave The Site And Enter Roadways . ISWM Design Manual for Consa;uctlon Transition To Paved Surface Plan View 4-67 December 2003 Debris and Trash Management DESCRIPTION Large volumes of debris and trash are often generated at construction sites including : packaging, pallets , wood waste, concrete waste, soil, electrical wiring, cuttings , and a variety of other materials . There are several techniques and procedures to minimize the potential of storm water contamination from solid waste through appropriate storage and disposal practices. Recycling of construction debris also reduces the volume of material to be disposed of and associated costs . PRIMARY USE Debris and trash management should be a part of all construction practices . By limiting the trash and debris on site, storm water quality is improved along with reduced clean up requirements at the completion of the project. APPLICATIONS Solid waste management for construction sites is based on proper storage and disposal practices by construction workers and supervisors. Key elements of the program are education and modification of improper disposal habits . Cooperation and vigilance is required on the part of supervisors and workers to ensure that the recommendations and procedures are followed . Following are lists describing the targeted materials and recommended procedures: 0 Construction (and Demolition) Debris Dimensional lumber Miscellaneous wood (pallets, plywood, etc) Copper (pipe and electrical wiring) Miscellaneous metal (studs , pipe, conduit, sheathing, nails, etc) Insulation Concrete, brick , and mortar Shingles Roofing materials Gypsum board D Trash Paper and cardboard (packaging, containers, wrappers) Plastic (packaging, bottles, containers) Styrofoam (cups, packing, and forms) Food and beverage containers Food waste Storage Procedures 0 Wherever possible, minimize production of debris and trash. 0 Designate a foreman or supervisor to oversee and enforce proper debris and trash procedures . 0 Instruct construction workers in proper debris and trash storage and handling procedures . 0 Segregate potentially hazardous waste from non-hazardous construction site debris. D Segregate recyclable construction debris from other non-recyclable materials. ISWM Design Manual for Construcdon Applications Perimeter Control Slope Protection Sediment Trapping Channel Protection Temporary Stabilization Permanent Stabilization Waste Management I Housekeeping Practices ! Targeted Constituents 0 • 0 • • ~ ~ ~ 0 • ~ 0 ? Sediment Nutrients Toxic Materials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-1 North Central Texas Council of Governments 4-71 December 2003 Debris and Trash Management 0 Keep debris and trash under cover in either a closed dumpster or other enclosed trash container that limits contact with rain and runoff and prevents light materials from blowing out. 0 Store waste materials away from drainage ditches , swales and catch basin s. D Do not allow trash containers to overflow. D Do not allow waste materials to accumulate on the ground . D Prohibit littering by workers and visitors . 0 Police site daily for litter and debris . 0 Enforce solid waste handling and storage procedures . Disposal Procedures D If feasible , recycle construction and demolition debris such as wood, metal, and concrete. D General construction debris may be hauled to a licensed construction debris landfill (typ ically less expens iv e th an a sanitary la ndfill). D Use waste and recycling haulers/facilities approved by the local jurisdiction . Education D Educate all workers on solid waste storage and disposal procedures. D Instruct workers in identification of solid wast e and hazardous waste . D Have regular meetings to discuss and reinforce disposal procedures (incorporate in regular safety seminars). D Clearly mark on all debris and trash containers which materials are acceptable. Quality Control D Foreman and/or construction supervisor shall monitor on-site solid waste storage and disposal procedures . D Discipline workers who repeatedly violate procedures. Requirements D Job-site waste handling and disposal education and awareness program . D Compliance by workers . D Sufficient and appropriate waste storage containers . D Timely removal of stored solid waste materials . D Training workers and monitoring compliance . LIMITATIONS Only addresses non-hazardous solid waste . One part of a comprehensive construction site management program. 4·72 ISWM Design Manual for Construction December 2003 Chemical Management DESCRIPTION Chemical management addresses the problem of storm water polluted with chemical pollutants through spills or other forms of contact. The objective of the chemical management is to minimize the potential of storm water contamination from construction chemicals through appropriate recognition, handling, storage, and disposal practices. It is not the intent of chemical management to supersede or replace normal site assessment and remediation procedures. Significant spills and/or contamination warrant immediate response by trained professionals . Suspected job-site contamination should be immediately reported to regulatory authorities and protective actions taken . Significant spills should be reported to the National Response Center (NRC) at (800) 424-8802. PRIMARY USE These management practices along with applicable OSHA and EPA guidelines should be incorporated at all construction sites that use or generate hazardous wastes. Many chemicals such as fuel, oil, grease, fertilizer, and pesticide are present at most construction sites. INSTALLATION, APPLICATION AND DISPOSAL CRITERIA The chemical management techniques presented here are based on proper recognition, handling, and disposal practices by construction workers and supervisors. Key elements are education, proper disposal practices, as well as provisions for safe storage and disposal. Following are lists describing the targeted materials and recommended procedures: 0 Targeted Chemical Materials Paints Solvents Stains Wood preservatives Cutting oils Greases Roofing tar Pesticides, herbicides, & fertilizer Fuels & lube oils Antifreeze Storage Procedures D Wherever possible, minimize use of hazardous materials. D Minimize generation of hazardous wastes on the job-site. D Segregate potentially hazardous waste from non-hazardous construction site debris . D Designate a foreman or supervisor to oversee hazardous materials handling procedures. D Keep chemicals in appropriate containers (closed drums or similar) and under cover. D Store chemicals away from drainage ditches, swales and catch basins . D Use containment berms in fueling and maintenance areas and where the potential for spills is high. ISWM Design Manual for Construction Applications Perimeter Control Slope Protection Sediment Trapping Channel Protection Temporary Stabilization Permanent Stabilization I Waste Management I I Housekeeping Practices I Targeted Constituents 0 • • 0 • ~ ~ ~ 0 • ~ 0 ? Sediment Nutrients Toxic Materials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-2 North Central Texas Council of Governments 4-73 December 2003 Chemical Management Waste Handling D Ensure that adequate ha z ardous waste storage volume is availa bl e. D Ensu re that haza rdous wa ste collection containers are conveniently loc ated . D Do not allow potentially hazardous waste materials to accumulate. D Enforce hazardous waste handling and disposal procedures . D Clearly mark on all hazardous waste containers which materials are acceptable for the container . Disposal Proc edures D Ensure that adequate cleanup and containment materials are avai lab le onsite . D Regularly schedule hazardous waste removal to minimize on -site storage . D Use only licensed hazardous waste haulers. Education D Instruct workers on safety procedures for construct ion site c hemi ca l storage . CJ Instruct workers in identification of chemical pollutants . CJ Ensure that workers are trained in procedures for spill prevention and response . CJ Educate workers of potential dangers to humans and the environment from chemical pollutants . D Educate all workers on chemical storage and disposal procedures. D Have regular meetings to discuss and reinforce identification , handling , and disposal procedu res (incorporate in regular safety seminars). D Establish a continuing education program to indoctrinate new emp loyees . Quality Assurance D Foreman and/or construction supervisor shall monitor on-site chemical storage and disposal procedures . CJ Educate and if necessary, discipline workers who violate procedures . D Ensure that the hazardous waste disposal contractor is reputable and licensed . Requirements CJ Job-site chemical and hazardous waste handling and disposal educat ion and awareness program. D Commitment by management to implement chemical storage and hazardous waste management practices . D Compliance by workers . D Sufficient and appropriate chemical and hazardous waste storage containers. D Timely removal of stored hazardous waste materials . Cost D Possible modest cost impact for additional chemical storage containers. D Small cost impact for training and monitoring . D Potential cost impact for hazardous waste collection and disposal by licensed hauler -actual cost depends on type of material and volume. LIMITATIONS This practice is not intended to address site-assessments and pre-existing contamination . Major contamination, large spills and other serious hazardous waste incidents require immediate response from specialists. Demolition activities and potential pre-existing materials, such as lead and asbestos, are not addressed by this program . Site-specific information on plans is necessary. Contaminated soils are not addressed. 4-74 ISWM Design Manual for Construction December 2003 Concrete Waste Management DESCRIPTION Concrete waste at construction sites comes in two forms : 1) excess fresh concrete mix i ncluding truck and equipment washing, and 2) concrete dust and conc re te debris resulting from demolition . Both forms have the potential to impact water quality through storm water runoff contact with the waste. PRIMARY USE Concrete waste is present at most construction sites . This BMP should be utilized at sites in which concrete waste is present. APPLICATIONS A number of water quality parameters can be affected by introduction of concrete -especially fresh concrete. Concrete affects the pH of runoff, causing significa nt chemical changes in water bodies and harming aquatic life. Suspended solids in the form of both cement and aggregate dust are also generated from both fresh and demolished concrete waste . Una cceptable Waste Concrete Disposal Practices D Dumping in vacant areas on the job-site . D Illic it dumping off-jobsite. 0 Dumping into ditches or drainage fac ilities . Recommended Disposal Practices D Avoid unacceptable disposal practices listed above . D Develop pre-determined , safe concrete disposal areas. D Provide a washout area with a minimum of 6 cubic feet of containment area volume for every 10 cubic yards of concrete poured . 0 Never dump waste concrete illicitly or without property owner's knowledge and consent. D Overflow of washdown water shall be discharged in an area protected by one or more sediment removal BMPs and shall be done in a manner that does not result in a violation of groundwater or surface water quality standards . Education D Drivers and equipment operators should be instructed on proper disposal and equipment washing practices (see above). D Supervisors must be made aware of the potential environmental consequences of improperly handled concrete waste. Enforcement 0 The construction site manager or foreman must ensure that employees and pre-mix companies follow proper procedures for concrete disposal and equipment washing. D Employees violating disposal or equipment cleaning directives must be re- educated or disciplined if necessary . Demolition Practices D Monitor weather and wind direction to ensure concrete dust is not entering drainage structures and surface waters. D Where appropriate, construct sediment traps or other types of sediment detention devices downstream of demolition activities. ISWM Design Manual for Construction Applications Perimeter Control Slope Protection Sediment Trapping Channel Protection Temporary Stabili za tion Permanent Stabi liza tion I Waste Management I I Housekeep ing Practices J Targeteq Constituents 0 0 0 0 • Q Q Q 0 • Q 0 ? Sed ime nt Nutrients Toxic Materials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes > 5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-3 . ,. -I; ••• North Central Texas Council of Governments 4-75 December 2003 Concrete Waste Management Requirements D Use pre-determined disposal sites for waste concrete . 0 Prohibit dumping waste concrete anywhe re but pre -dete rmi ned areas . D Assign pre -determined truck and equipment washing areas. D Educate drivers and operators on proper disposal and equipment cleaning procedures. Costs D Minimal cost impact for training and monitoring . D Concrete disposal cost depends on availability and distance to suitable disposal areas D Additional costs involved in equipment washing could be significant. LIMITATIONS Concrete waste management is one part of a comprehensive construction site waste management program . 4-76 ISWM Design Manual for Construction December 2003 Concrete Sawcutting Waste Mana ement DESCRIPTION Sawcutting of concrete pavement is a routine practice , necessary to control shrinkage cracking immediately following placement of plastic concrete. It is also used to remove curb sections and pavement sections for pavement repairs , utility trenches, and driveways. Sawcutting for joints involves sawing a narrow , shallow groove in the concrete, while sawcutting for removals is usually done full depth through the slab. Water is used to control saw blade temperature and to flush the detritus from the sawed groove . The resulting slurry of process water and fine partic les and high pH must be properly managed. A number of wate r quality parameters can be affected by introduction of concrete fines. Concrete affects the pH of runoff, causing significant chemical changes in water bodies and harming aquatic life. Suspended solids in the fo rm of saw fines are also generated from sawcutting operations. DESIGN CRITERIA Slurry Collection 0 During saw cutt ing operations, the slurry and cuttings shall be continuously vacuumed to control the flow of water from the operat ions site . 0 The slurry and cuttings shall not be allowed to drain to the storm drain system, swale , stream or other water body . 0 The slurry and cuttings shall not be allowed to remain on the pavement to dry out. Slurry Disposal 0 Develop pre-determined, safe slurry disposal areas . 0 Collected slurry and cuttings shall be discharged in an area protected by one or more sediment removal BMPs and shall be done in a manner that does not result in a violation of groundwater or surface water quality standards. 0 Never dump waste illicitly or without property owner's knowledge and consent. 0 Slurry may be disposed of in facilities designated for washdown of concrete trucks (see M-3 , Concrete Waste Management). MAINTENANCE Project personnel should inspect the operations to assure that operators are diligent in controlling the water produced by the saw cutting activities . Following operations the pavement should be inspected to ensure that waste removal has been adequately performed. ISWM Design Manual for Construction Applications Perimeter Control Slope Protection Sediment Trapping Channel Prote ction Temporary Stabilization Permanent Stabilization ! Waste Management ! Housekeeping Practices I Targeted Constituents 0 Sediment 0 Nutrients Toxic Mate rials 0 Oil & Grease 0 Floatable Materials • Other Construction Wastes Implementation Requirements 0 Capital Costs '-Maintenance '-Training 0 Suitability for Slopes > 5% Legend o Significant Impact '-Medium Impact o Low Impact ? Unknown or Questionable Impact M-4 North Central Texas Council of Governments 4.77 December 2003 Lime Stabilization Management Lime Stabilized Surface Ro,ghen ,lopes ~ Collect runof DESCRIPTION Lime stabilization is used ex tensiv ely in tl1e No rth Central Texas region to stabilize pavement subbases for roadways , parking lots, and other pa ved surfaces , and as a subgrade amendment for bu ild ing pad site s. Hydrated lime is applied to the so il and mixed through disking a nd other tec hniques , then allowed to cure. This pract ice w ill reduce the potential for runoff to carry lim e offs ite , where it may impact aquatic life by changing the pH balance of streams, ponds , and other water bodies. PRIMARY USE This BMP should be implemented when lime is requir ed for soil stabilizatio n. APPLICATIONS Lime stabilization can be used under a variety of conditions . The engineer should determine the applicability of lime stabili zat ion based on site conditions such as available open space, quantity of area to be stabilized , proximity of nearby water courses and other BMPs employed at the site . The use of diversion dikes and interceptor swales (see appropriate fact sheets) to dive rt runoff away from areas to be stabilized can be used in conjunction with these techniques to reduce the impact of the lime. DESIGN CRITERIA D The contractor shall limit lime operations to that which can be thoroughly mixed and compacted by the end of each workday . 0 No traffic other than water trucks and mixing equipment shall be allowed to pass over the spread lime until after completion of mixing. 0 Areas adjacent and downstream of stabilized areas sh.all be roughened to intercept lime from runoff and reduce runoff velocity . 0 Geotextile fabrics such as those used for silt fence should not be used to address lime since the grain size of lime is significantly smaller than the apparent opening size of the fabric. 0 For areas for which phasing of lime operations is impractical, use of a curing seal such as Liquid Asphalt, Grade MC-250 or MC-800 applied at a rate of 0.15 gallons per sq . yd . of surface can be used to protect the base . 0 Use of sediment basins with a significant (>36 hour) drawdown time is encouraged for large areas to be stabilized (see S-6, Sediment Basin). 0 Provide containment around lime storage, loading , and dispensing areas. LIMITATIONS Lime stabilization can be part of an overall plan to reduce pollutants from an active construction site . In the case of pollution due to lime, prevention of contamination is the only effective method to address this pollutant. Proper application and mixing along with avoiding appl ications when there is a significant probability of rain will reduce lime runoff. ISWM Design Manual for Construction Applications Perimeter Control Slop e Pro tection Sediment Trapping Channel Protection Temporary Stabi lization Perma nent Stabi lization Wast e Managem ent I Ho usekeepin g Pract ices j Targeted Constituents 0 ~ 0 0 0 0 ~ 0 0 • ~ 0 ? Sediment Nutrients Tox ic Materials Oil & Grease Floata ble Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitabil ity for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-6 North Central Texas Council of Governments 4·81 December 2003 Sanitary Facilities DESCRIPTION Facilities for collection and disposal of sanitary waste must be provided and properly managed to minimize the potential contamination of surface water with septic wastes . Location of portable facilities away from storm drain systems and surface waters or containment is necessary in case of spills . PROCEDURES o Sanitary facilities must be provided on the site in close proximity to areas where people are working. o Portable toilets must be provided if no permanent facilities are available . o Locate portable toilets a minimum of 20 feet away from storm drain inlets , conveyance channels, or surface waters o If unable to meet 20-foot distance requirement, provide containment for portable toilets . o Portable toilets should be regularly serviced. ISWM Design Manual for Construction Applications Perimeter Control Slope Protection Sediment Trapping Channel Protection Temporary Stabilization Permanent Stabilization 1 Waste Management l I Housekeep ing Practices I Targeted Constituents 0 • 0 0 • 0 ~ ~ 0 • ~ 0 ? Sediment Nutrients Toxic Materials Oil & Grease Floatable Materials Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes > 5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact M-7 North Central Texas Council of Governments 4-83 Vegetation DESCRIPTION . Flow : ,ti December 2003 Vegetation , as a Best Management Practice, is the sowing or sodding of annual grasses , small grains , or legumes to provide int er im and permanent veg etati v e stabilization for disturbed areas . PRIMARY USE Vegetation is used as a temporary or perman ent stabilization technique fo r areas disturbed by construction . As a temporary control , vegetation is used to stabilize stockpiles and barren areas that are inactive for long periods of time . As a permanent control, grasses and other vegetation prov ide good protection from erosion along with some filtering for overland runoff. Subjected to acceptable runoff velocities , vegetation can provide a positive method of permanent storm water management as well as a visual amenity to the site . Other BMPs may be required to assist during the establishment of vegetation . These other techniques include eros ion control matting, swales , and dikes to direct flow around newly seeded areas and proper grading to limit ru noff velocities during construction . APPLICATIONS Vegetation effectively reduces erosion in swales , stockpiles, berms , mild to medium slopes, and along roadways. Vegetative strips can provide some protection when used as a perimeter control for utility and site development construction . In many cases, the initial cost of temporary seeding may be high compared to tarps or covers for stockpiles or other barren areas subject to erosion . This initial cost should be weighed with the amount of time the area is to remain inactive, since maintenance cost for vegetated areas is much less than most structural controls . DESIGN CRITERIA Surface Preparation D Interim or final grading must be completed prior to seeding or sodding . D Install all necessary erosion structures such as dikes, swales , diversions , etc . prior to seeding or sodding . D When establishing vegetation from seed, groove or furrow slopes steeper than 3: 1 on the contour line before seeding . ISWM Design Manual for Construction Applications Pe rimete r Contro l Slo pe Protec tion Sedimen t Trapping Channel Prote ction Temporary Stabilization Per man ent St abilization Waste Man agemen t Housekeepi ng Practices Targeted Constituents 0 ~ 0 0 0 ~ ~ 0 • • Q 0 ? Sed imen t Nutrients T ox ic Materials Oil & Grease Floatable Materia ls Other Construction Wastes Implementation Requirements Capital Costs Maintenance Training Suitability for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact Fe=0.90 E-4 North Central Texas Council of Governments 4-17 December 2003 Vegetation D Provide 4-6 inches of topsoil over rock , gravel or otherwise unsuitable soils . Poor quality topsoil should be amended with compost before applying seed or sod . Amendment should be three parts of topsoil to one part compost by volume thoroughly blended . D Seed bed should be well pulverized, loose and uniform. Plant Selection, Fertilization and Seeding 0 Use only high quality, USDA certified seed . 0 Use an appropriate species or species mixture adapted to local climate , soil conditions and season as shown below, or consult with the local office of the Natural Resource Conservation Service (NRCS) or Engineering Extension service as necessary for selection of proper species and application technique in this area . 0 Seeding rate should be in accordance with the table below or as recommended by the NRCS or Engineering Extension service . D Fertilizer shall be applied according to the manufacturer's recommendation with proper spreader equipment. Typical application rate for 10 -10 -10 grade fertilizer is 10 lbs. per 1,000 ft2. D If hydro-seeding is used , do not mix seed and fertilizer more than 30 minutes before application . D Evenly apply seed using cyclone seeder , seed drill, cultipacker, terraseeding, or hydroseeder. 0 Provide adequate water to aid in establishment of vegetation. 0 Use appropriate mulching techniques where necessary, espec ially during cold periods of the year . Sodding 0 Sod shall be St. Augustine grass, common bermudagrass , buffalograss, an approved hybr id of common Bermudagrass or an approved zoysiagrass. D The sod should be mowed prior to sod cutting so that the height of the grass shall not exceed 2-inches and should not be harvested or planted when its moisture condition is so excessively wet or dry that its survival shall be affected. 0 Sod shall be planted within 3-days after it is excavated . 0 In areas subject to direct sunlight, pre-moisten prepared sod bed by watering immediately prior to placing sod. D Sodded areas shall be thoroughly watered immediately after they are planted . ADDITIONAL GUIDANCE D Establishing a good vegetative cover is dependent of the season of the year. Projects that commence in the fall of the year may not be candidates for vegetation used as a BMP. O Where vegetation is used in swales and channels it may be necessary to use sod, rather than seeding, to establish an erosion resistant surface to accommodate rainfall runoff flows . 0 Where vegetation is used for perimeter control, the use of sod is necessary for a fifteen-foot width . D Mulch should be used to enhance vegetative growth, in that mulch protects seeds from heat, prevents soil moisture loss, and provides erosion protection until the vegetation is established . D Fertilizers have both beneficial and adverse effects . Fertilizers provide nutrients to the vegetation, but also fertilizers are a source of nutrients to streams and lakes . In this latter regard they are a pollutant. The use of native vegetation rather than exotics reduces the need of fertilizer. Organic fertilizers are generally preferred over chemical fertilizers from the standpoint of environmental conditions. O Steep slopes represent a problem for establishing vegetation . Bonded Fiber Matrix or Mechanically Bonded Fiber Matrix products applied with a tackifier are useful for establishing vegetation on slopes . TEMPORARY VEGETATION The table on the following page lists recommended plant species for the North Central Texas region depending on the season for planting . 4-18 ISWM Design Manual for Constructlon December 2003 Vegetation RECOMM EN D ED GRASS MIXTURE FOR TEMPORARY EROSION CONTROL: SEASON Aug 15 -Nov 30 May 1 -A uq 31 Feb 15-May 31 Sep 1 -Dec 31 PERMANENT VEGETATION COMMON NAME Ta ll Fescue Western Wh eat Grass Wheat (Red, Winte r) Foxtail M illet Annual Rye RATE (LBS/ACR E) 4 .0 5 .0 30.0 30 .0 20 .0 Grass seed for permanent vegetation can be sown at the same tim e as s eedi ng for temporary (annual) vegetat ion . Dro ught tolerant native vegetation is recommended rather than exotics as a long -term water conservation measure . Native grasses can be planted a s seed or p la ced as sod. Buffa loe 609 , for examp le , is a hyb r id grass th at is placed as sod . Ferti lizers are not normally used to establish native grasses , but mulching is effective in retaining soil moisture for the native plants . RECOMMENDED NATIVE GRASSES FOR PERMAN E NT EROSION CONTROL GRASS RATE Buffaloe Grass Full Turf Application 3-4 lbs/1000 sqft Blue Grama Full Turf Application 2 lbs/1000 sqft Side Oats Grama Applied w ith other nat ive seed Y. lb/1000 sqft LIMITATIONS Vegetation is not appropriate for areas subjected to heavy pedestrian or vehicular traffic . As a temporary technique , vegetation may be costly when compared to other techniques . Vegetation may require a period of days to weeks before becoming established . Lack of water and lack of or improper use of soil amendments (compost, fertilizer , etc.) will usually result in poor turf establishment. Alternate erosion control (e .g . mulching, sodding vegetative st rips , etc) should be used until vegetation can be established . Vegetation is not appropriate for rock , gravel or coarse-grained soils unless 4 to 6 inches of topsoil is applied . MAINTENANCE REQUIREMENTS Protect newly seeded areas from excessive runoff and traffic until vegetation is established . A watering and fertilizing schedule will be required as part of the SWPPP to assist in the establishment of the vegetation . Vegetation should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A) to ensure that the plant material is established properly and remains healthy. Bare spots shall be reseeded and/or protected from erosion by mulch or other BMP . Accumulated sed iment deposited by runoff shou ld be removed to prevent smothering of the vegetation . In addition, determine the source of excess sediment and implement appropriate BMPs to control the erosion. ISWM Design Manual for Construction 4-19 - December 2003 Erosion Control Blankets DESCRIPTION E rosion Control Blanket An erosion control blanket (ECB) is a temporary degradable erosion prevention product placed over disturbed areas to limit the effects of erosio n due to rai nfall impact and runoff across barren soil. Erosion control blankets are manufactured by a wide variety of vendors addressing a w ide variety of conditions such as slope and functional longevity . Blankets are typically constructed of natural materials such as coir (coconut husk) fibers, excelsior (wood) or straw covered on both sides by degradable synthetic netting . PRIMARY USE Erosion control blankets are designed to hold seed and soil in place until vegetation is established on disturbed areas . They can be used on any disturbed areas , but are particularly effective for slopes and embankments . When used in combination with sed iment trapping BMPs such as silt fence or wattles , blankets may be used as a perimeter control with or without vegetat ion . DESIGN CRITERIA D The type and class of erosion control mat must be specified as appropriate for the slope of the area to be protected and the anticipated length of service . D ECBs should meet the applicable "Minimum Performance Standards for TxDOT" as published by TxDOT in its "Erosion Control Report" and/or be listed on the most current annual "Approved Products List for TxDOT" applicable to TxDOT Item 169 Soil Retention Blanket and its Special Provisions . D Prior to the installation of any erosion control matting, all rocks , dirt clods , stumps, roots, trash and any other obstructions that would prevent the mat from lying in direct contact with the soil shall be removed . Anchor trench ing shall be located along the entire perimeter of the installation area , except for small areas with less than 2% slope . 0 Installation and anchoring shall conform to the recommendations shown within the manufacturer's published literature for the approved erosion control blanket. Particular attention must be paid to joints and overlapping material. 0 After appropriate installation, the blankets should be checked for uniform contact with the soil; security of the lap joints, and flushness of the staples with the ground . ISWM Design Manual for Construction Applications Perimeter Contro l Slope Protect ion Sediment Trappi ng Cha nnel Protect ion Te mpora ry Stabilization ! Permanent Stabilization ! Wa ste Management Housekeeping Practices Targeted Constituents ~ 0 0 0 0 • ~ Q ~ • Q 0 ? Sed im ent Nutrients Toxic Mate ria ls Oil & Grease Floatable Materials Other Const ruction Wastes Implementation Requirements Capital Costs Maintenance Training Su itab ility for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact Fe=0.90 E-6 North Central Texas Council of Governments 4·25 December 200 3 Erosion Control Blankets LIM ITATIONS Care must be exercised in specifying the proper Erosion Control Blanket product for the intended application. For application requiring a permanent erosion control product , or for stabilizing slopes greater than 2H : 1 V or lin in g open conveyance channels, Turf Reinforcement Mats should be utilized . MAINTENANCE REQUIREMENTS Erosion Control Blankets should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A) for bare spots caused by weather related events . Missing or loosened blankets must be replaced or re-anchored . Also check for excess sediment deposited from runoff . Remo ve sediment and/or replace blanket as necessary. In addition, det e rmine th e source of excess sediment and implement appropriate BMPs to co ntrol the erosion . SPECIFICATIONS Specifications for constru ction of this item may be fo und in the Standard Specifications for Public Works Construction -North Central Texas Counc il of Governments, Section 201 .16 Erosion Control Blankets . 4·26 ISWM Desi gn Manu al for Construction December 2003 Erosion Control Blankets Anchor Slot Detail Bury The Up-channel End Of The Blanket In A 6" Deep Trench Note: Anchoring of the Erosion Control Blankets Shall Be Done In Accordance With the Manufacturer's Recommendations. ISWM Design Manual for Construcdon / Erosion Control Blanket Protecting Exposed Surface Or Slope 4-27 December 2003 Channel Protection Channe l Lining --- DESC RI PT ION Chan ne l pro tecti o n inc lu des a var iety of erosion pre ven t ion techniques inc lu di ng vegetation, turf rei nforce me nt mats , a nd riprap . C hanne l pro tection is require d to protect the sides and bottom of open channe ls from eros ion caused by storm water flows . PRIMA RY USE The in forma ti on prese nted in t h is Fact Sheet primarily addresses protec tion of temp orar y c ha nn els con stru ct ed to co nvey storm w ater runo ff on a pro perty un de r devel opm ent. Grass-lining should be adequ ate fo r most tem po rar y chan nels, alt hou gh som e situ ation s may require additiona l protection provid ed by turf reinforcem ent mats or ripr ap . T he re are separate requi rements for design of permane nt op e n channe ls in th e iSWM Design Manual for Dev elopmenURedevelopme nt and/o r loca l dra in age ma nu al; howeve r, perma nent ch an nels m ust also be prot ected from eros ion du ring th e const ruction phas e. APPLICATIONS Channel protection for constructed open channels convey in g concentrated sto rm water runoff. Examples include : D discharge from diversion dikes or interceptor swales; D flows to and discharges from sediment traps or bas ins; D roadside drainage channels ; D conveyances in low areas . This Fact Sheet does not apply to alterations of natural channels. Contact th e local jurisdictio n and/or the Corps of Engineers , Fort Worth District Office f or information on regulatory requ irements . DESIGN CRITERIA Temporary Ch annel Design D All temporary channels shall be designed to carry the peak runoff for the 10-year design storm without eroding. Permanent channels must be designed in accordance with the iSWM Design Manual for Development/Redevelopment (and/or local requirements). D Channels may be trapezoidal , parabolic, or v-shaped; however v-shaped channels may be difficult to stabilize, so they are generally used only whe re the volume and rate of flow is low. D Side slopes shall be 3: 1 or flatter to aid in the establishment of vegetation and/or for maintenance . ISWM Design Manual for Construcdon Ap pli cati on s Perimete r Control Slope Protecti on Sedimen t Trapping Channel Protec tio n Temporary Stab il iza tion Pe rmanent Sta bilizatio n Waste Ma nagement Hou sekeeping Pract ices Ta rg eted Con st it uen ts 0 0 0 0 0 e ~ 0 • • ~ 0 ? Sedime nt Nut rients Tox ic Materia ls Oil & Grea se Fl oata bl e Mate rial s Ot her Con struction W as tes Implementation Requirements Cap it al Costs Ma intena nce Train ing Suitabil ity for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact Varies E-7 North Central Texas Council of Governments 4·29 December 2003 Channel Protection Grass-Lining D Grass-lining is appropriate for grades less than 2 percent and velocities less than 6 feet per second . D If the design velocity of a channel to be vegetated by seeding exceeds 2 feet per second, Erosion Control Blankets (Fact Sheet E-6) must be used to provide protection and assist in establishing the vegetation . D Refer to the Fact Sheet E-4, Vegetation, for appropriate vegetation types and information on establishment of vegetation . In addition , consult manufacturer's literature where erosion contro l blankets are used . Turf Reinforcement Mat Lining D Turf reinforcement mats (TRMs) provide long-term erosion protection in channels where flow conditions exceed the ability of vegetation alone to withstand erosive forces (grades in excess of 2 percent or velocities exceeding 6 feet per second). D Turf reinforcement mats may provide channel protection for conditions of up to approximately 8 lbs/ft 2 sheer stress . The appropriate TRM product must be selected in accordance with the manufacturer's specifications to meet the design flow conditions . D Turf reinforcement mats are generally preferred over stone stabilization . D TRM installation and anchoring shall conform to the recommendations shown within the manufacturer's published literature. D Refer to the Fact Sheet E-4, Vegetation, for appropriate vegetation types and information on establishment of vegetation . In addition , consult the TRM manufacturer's literature for special considerations. Crushed Stone and Riprap D As an alternate to turf reinforcement mats, a layer of crushed stone or rip-rap with appropriate size, gradation, and thickness depending on flow conditions may also be used for grades in excess of 2 percent or velocities exceeding 6 feet per second. D The size and gradation of the stone or riprap and thickness of the lining must be designed appropriately for the flow conditions to prevent the lining from washing away . D Riprap should be placed on a lining of geotextile fabric to prevent soil movement into or through the riprap . The geotextile must be keyed in at the top of the bank. LIMITATIONS The vegetation for grass-lined channels may be difficult to establish unless the seedbed is protected from high flows until the seed germinates and matures. MAINTENANCE REQUIREMENTS Channel protection measures should be inspected regularly (at least as often as required by the TPDES Construction General Permit, Appendix A) for signs of bare spots, erosion, or excessive sediment deposition. Bare spots or areas experiencing erosion should be repaired immediately by replacing lining material. Where excessive sediment is discovered, remove sediment and repair lining as necessary. In addition, determine the source of excess sediment and implement appropriate BMPs to control the erosion . While vegetation is being established for grass-lining and turf reinforcement mats , check frequently to ensure proper growing conditions and adequate coverage. Also, remove any accumulated sediment in the channel bottom frequently to prevent damage to the vegetation. SPECIFICATIONS No specification for construction of temporary channel protection is currently available in the Standard Specifications for Public Works Construction -North Central Texas Council of Governments . 4-30 ISWM Design Manual for Construction December 2003 Dust Control DESCRIPTION Dust control includes those measures necessary to prevent wind transport of dust from disturbed soil surfaces onto roadways , dra in age ways , a nd surface wat ers. PRIMARY USE Dust control is applied in areas (including roadways) subject to surface and air movement to dust where on -s ite and off-site impacts to roadways, drainage ways, or surface waters are likely. DESIGN CRITERIA 0 Vegetate or mulch areas that will not receive vehicl e traffic. In areas where planting , mulching , or paving is impractical, apply gravel or landscaping rock. 0 Limit dust generation by clearing only those areas where immediate activity will take place, leaving the remaining area(s) in the original condition , if stable. Maintain the original cover as long as practicable. O Construct natural or artificial windbreaks or windscreens . These may be designed as enclos ures for small dust sources . 0 Sprinkle the site with water until dampened sufficiently to prevent dust and repeat as needed . Do not apply water in quantities to cause runoff . 0 Irrigation water can be used for dust control. Irrigation systems should be installed as a first step on sites where dust control is a concern. SPECIFICATIONS No specification for construction of this item is current ly available in the Standard Specifications for Public Works Construction -North Central Texas Counci l of Governments. ISWM Design Manual for Construction Applications Per imeter Contro l Slope Protection Sediment Trapping Channel Protection Temporary Stabilization Permanent Stabilization Waste Management Housekeeping Practices Targeted Constituents • 0 0 0 0 0 0 • 0 • Q 0 ? Sedime nt Nutrients/Toxic Materials Oil & Grease Floatab le Materials Other Construction Wastes Imp lementation Requirements Capital Costs Maintenance Training Suitability for Slopes >5% Legend Significant Impact Medium Impact Low Impact Unknown or Questionable Impact E-8 {It North Centra l Texas Counci l of Governments 4-31 Notice of Intent (NOi) Not Required Site is under 5 Acres SMALL CONSTRUCTION SITE NOTICE FOR THE Texas Commissi o n on Environmental Qua li ty (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR1500 00 T he fol lo w ing in fo rm at ion is posted in com pli a nce wi t h Part 11.E.2 . of the TC EQ General Permit Num ber TXR 150000 for disc harges of st orm wate r runo ff fr om sm all construction sites . Add it ional info rm ati on regard in g t he TCEQ st orm water permit pro gram may be found on th e internet at: htt // t t t t / / . t / t t' ht I p: www .ceq.sa e. x.u s nav Re rm1 s wa con s ru e 10n . m Operator Name: Contact Name and Phone Number: Project Desc rip t i on: Physical address o r descrip tion of th e sites locatio n, est im ated s tart date and p roj ected e nd date, or da te th a t dis turbed so ils w ill be s ta b ilized Estimate d Sta rt Date : I /11 Proj e cte d End Date : I / 11 Location of Storm Water Pollu t ion Prevention Plan: For Small Construction Activities Authorized Under Part 11.E .2 . (Obtaining Authorization to Discharge) the following certification must be completed : I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authoriza tion under Part 11.0.2 . of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements . A copy of th is signed notice is supplied to the operator of the MS4 if discharges enter an MS4 . I am aware there are significant penalties for providing f alse in formation or for conducting unauthorized discharges, includ ing the possibility of fine and imprisonment for knowing violations . Signature and Title:------------------Date: ____ _ _______ Date Notice Removed __ MS 4 operator notified per Partp.F.3. APPENDIX INSPECTION REPORTS INSPECTOR QUALIFICATIONS Inspections for this project will be performed (check one). The schedule selected must be adhered to for the entire project and may not be changed Method Every 7 days Every 2 weeks and within 24 hours after a Yi" or greater rain event Signature INSPECTOR QUALIFICATION STATEMENT Project Name: Westcreek Drainage Improvements Inspectors Name: Company Name: Telephone Number: Qua lifications to perform inspections: I certify that the information provided herein is true and correct to the best of my knowledge. Signature Date Notice of Termination (NOT) Not Required Site is under 5 Acres Repair & Replacement of BMPs Thi s log is to be used to record actions taken to keep BMPs in compliance with the SWPPP . T he following information should be recorded in this log : 1. Dat e of re pair/ replac eme nt 2. Includ e dates when cleaninq is performed Dat e Desc r iption of work ~'' "~'::}~,,,,,,., . ~;J!/j,'fl./{ ~";,;~"'/H'j;. \,~;·"' ' C , • •.. ~-.,>:'"..7> ···-" ' Project Name : SWPPP Insp ection Report Westcreek Drainage Im p rov e ments Inspection Type: Name of Inspector: Qualifications of Insp ec tor: 14 11'da y 0 .5" rainfall Date of Inspect ion : Photographs Attached: In accordance with Part 111.F.8.a of the permit, thi s inspection report address's each of the following : Pollutant Controls In Com pliance (Yes/ No) Effect ive (Yes/ No) Disturbed areas of the constr uction site that have been tempo rarily stabilized Areas used for the storage of materials that are exposed to precipita tion Structura l controls for evid ence of, or th e potentia l for po llut ants entering th e drainage system Sediment and erosion con tro l measures identified in the SWP3 Locations wh ere vehicles enter or exit th e site Off site sed im ent tracking Comments & Major Observations: Are th ere BMP 's th at need to be replaced Are BMP 's bein g added in accordan ce with cons truction phasing Are new BMP 's required to control sediment from leaving the site Comm en ts Yes/ No/ NA Are th ere e ro sion/ sedime nt controls that need to be removed Is th e site stabilized for erosion/ sedimen t con trol Are proper notices posted on the site NOi / CSN I SWPPP Locatio n Digital photo Taken (Yes/ No) Yes/ No/ NA "I certify under penalty of law that this document and all attachments were prepared under my direction or superv ision in accordance with a system des igned to assure that qualified personnel properly gathered and evaluated the information submitted . Based upon my inquiry of the person or persons who manage the system , or those pe rsons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete . I am aware that there are significant penalties for submitt ing false information, includ ing the poss ibility of fine and imprisonment for knowing violations." Signed Printed Name Date 1. 2. 3 . 4. 5. 6 . 7. 8. De velopment Sequence of Soil Disturbing Activities Project Name: Westcreek Drainage Improvements ' i· ·-1: ., . .. ' . )i ··~,!ff} ., Activity ;f~ Start },';_ ;, ~'Si' Installation of sediment controls Removal of e xisting driving surfaces Installation of new storm drain system Re pl ace m e nt of drivinq surfaces Construction Activiti e s on open channel areas F inal grading Site stabili z ation/ revegetation Removal of temporary sediment controls Finish J RECORDOFTEMPORARY/PERMANENT CEASING OF CONSTRUCTION ACTIVITIES Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT: Westcreek drainage Improvements Project Activity Area Date Activities Temporary or Date Soil Stabilization Date Activities Ceased Permanent Implemented Resumed RECORD OF PERMA N E NT CO NTR OLS IN STA LL ED DURIN G C ON STR UCTIO N ACT IVI TIES ' . , .. ·-; ·, Date ~,];:°~ ,'!!Ti,~~:· '~~-~ ~" :~1t ,. ;; --~~; "" . .. '~-Control " ;, ,,.: _.,:I,\~ .. '-l;Jl"'' 'i,; -,,,:A . USE ADDITIONAL SHEETS IF NECESSARY PERMANENT CONTROLS INSTALL E D POST CONSTRUCTION USE ADDITIONAL SHEETS IF NECESSARY RECORD OF NON STORM WATER D ISCHARGES OTHER THAN APPROVED BY THE GENERAL PERMIT Date "'' -,;,,,_,tJ.,."!!.fffi.,.;' ''~~i"i;;'f;~··: ·''• -~. Tvoe .of Discharne ,, ''f!"'£~i-~i/ . F.z.:41,,• ;. , ..... ~ ,,,~ ,, ,,. ,. ,,._ ON-SITE MATERIAL STORAGE Date · ,, ... Material ,· "'.if . Control(s )' lmplein~nte~' *-~ "./J.7' Make additional copies as needed OFF-SITE MATERIAL STORAGE Controls Date Locati on Material Implemented Make additional copies as needed SPILL REPORT FORM Project Type & Loca ti on: Date/ Time of Spill: T ime In cid e nt Contained : ---------- Sp ill locat ion and event s lead ing to sp ill Materia l Sp illed: Source of Spi ll : Amount Sp illed : Amount Sp ill ed to Waterway: Surface Area of Im pacted Med ia in Sq. Ft: Typ e of Medi a (soil o r Pav eme nt: _______ _ Co rrective Act ion Taken: Action T aken To Preven t Future Sp ills : Agencies Not ifi ed : Modifications to SWPPP : I certify under penalty of law that this document and all attachments we re prepared under my direction or supervis ion in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information subm itted . Based on my inqu iry of the person or persons who manage the system, or those persons directly respons ible for ga t hering the information submitted is, the best of my knowledge and belief, true, accu rate , and complete . I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations . Signature of Reporter Date Printed Name/ Title Company STORM WATER POLLUTION PREVENTION PLAN --RECORD OF REVISIONS PROJECT: Westcreek Drainage Improvements Date Sections Description of Modification Approval Signatures Modified APPENDIXD SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS This appendix provides special instructions for work performed within Kellis Park, more specifically, work shown or specified on Sheets 17-20 of the construction plans and that specified within this document. These specifications shall be considered in addition to specifications provided in other sections of the contract documents. These specifications shall not pertain to work performed outside of Kellis Park. In the event of a conflict between these specifications and those provided elsewhere in the contract documents for work to be performed within Kellis Park, the specifications contained within, or attached to this document shall control. The attached "Park Conversion Exhibit" provides general guidance on the staging and storage areas, tree protection, and construction fencing anticipated for work to be performed within Kellis Park. All work necessary for the construction of improvements within Kellis Park, including but not limited to tree protection, tree pruning, tree removal, temporary fencing and storage and staging, etc. shall be considered subsidiary to the construction of the channel improvements (or gabion construction). All existing park facilities, including but not limited to sidewalks, curbs, parking areas, and irrigation systems shall be protected as much as practicable during construction. Any damage to existing facilities shall be repaired at the sole cost of the contractor. Repairs shall be coordinated through, and approved by a designated PACS Representative. All trees are to be protected except those specifically designated on the attached Park Conversion Exhibit for removal. The following specifications are attached and shall be included as part of this appendix: (1) Specification Sections 02300 -Earthwork (2) Specification Sections 02840 -Turf Sodding (3) Specification Sections 02930 -Seeding (4) Specification Sections 03300 -Concrete 1.0. Damage to Trees During Construction. Maintenance or Repair. In the event of any damage to trees during the construction, maintenance or repair of the Contractor shall comply with the following: 1.1. The City Forester shall have the right to inspect any trees located on the Park for damage by Contractor and if applicable may inspect trees for slight, moderate or severe damage as described below. 1.1.1. Slight Damage: Slight damage shall be defined as damage, in the opinion of the City Forester, that may heal, examples include but are not limited to scaring of the trunk into the cambial layer 1/z" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper APPENDIX D; SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS PAGE 1 OF2 whichever is less. Slight damage to tree(s) shall be assessed at a rate of: $100.00 for each instance of slight damage to tree(s). 1.1.2. Moderate Damage: Moderate damage shall be defined as damage, in the opinion of the City Forester, that contributes to the poor health and reduced longevity of the tree, examples include but are not limited to scaring of the trunk into the cambial layer greater than 2" but less than 1/3 the trunk circumference or breaking of limbs more than 2" in diameter but less than 1/3 trunk caliper. Moderate damages shall be calculated at a rate of 1h the assessed value of the tree per each instance of damage. 1.1.3 . Severe Damage: Severe damage shall be defined as damage, in the opinion of the City Forester, that shall include but is not limited to scaring of the trunk to the cambial layer greater than 1/3 the trunk circumference, uprooting or causing a tree to lean, damage to a scaffolding branch or branch greater than 1/3 of trunk caliper or removal of a tree. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6" in caliper shall be measured using diameter at breast height (DBH). Severe damage or removal of trees is subject to a penalty of $200.00 per diameter inch of trees removed or damaged for trees less than 30" in caliper, $400 .00 per diameter inch of trees 30" caliper or greater. 1.2. Contractor shall make payment for any such damages and must plant replacement trees for severely damaged trees at a location to be determined by PACSD. Replacement shall be made on caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper for trees damaged or removed less than 30" DBH and 2" per inch on trees 30" DBH or greater . Company shall be responsible for the planting watering, mulching and maintenance of replacement trees for a period of not less than 2 years. Any tree that does not survive the 2-year establishment period shall be compensated for by the contractor to PACSD at a rate of $200 per caliper inch. 1.3. in addition to damages assessed by P ACSD, trees removed shall also be subject to the Urban Forestry Ordinance of the Fort Worth Zoning Ordinance. 2.0. Tree Prun ing Contractor must use a P ACSD Forester's approved contractor to prune trees. All root pruning for all trees located adjacent to the drainage channel is to be done under the supervision of the City Forrester. At no time shall the contractor do any work adjacent to any tree without contacting the City Forester. APPENDIX D; SPECIAL INSTRUCTIONS FOR KELLIS PARK IMPROVEMENTS PAGE 2 OF 2 ', � "'�,:. *� � . � a-.� �..-�i � . '' : �, ����� ��i ` � � `� � -, f �. II PROPOSED GABION WALLS� � '' q- �.t I' . k� +Tl��� �� . � �. ��, , ���, � � I�. :� � '� �_ � ,; - � 0 a Z �. � a, z�f. � � w I��'.�LI�' PA�� � s e A. TEMPORARY ORANGE MESH CONSTRUCTIOIJ FENCING (TYP.) F � � � � �• � TOTAL AREA AFFECTED BY CONSTR UCTION 31,1 '72 S. F. (0. 72 A�'. ) � �• � - ; 1► REFEP TO APPENDIX 'D' IN I y�;;; THE SPECIFICATION,S FOR �� ROOT PRUNING REQUIREMENTS ''^'' PROFOSED GABIDN WALLS " � w� �TYp.) TECT EXISTIN� 5ZDE �TT�r�, i PR� � :�a:a:e:::��:: � �''E : :; 26e1�e� eB '°;:e,�;:'!, � � ' "� i / � // �� , •::..y / , • • �IIi._ . :%�i.Ii.�i�i �3i:�i �i.��,�i �I �� I///////////r/ � � 0 ,/'; , f LEGEND i_` 1� TREE TO BE PROTECTED TREE TO BE REMOVED � � � � LiMITS OF GRADING LIMITS OF IMPROVEMENTS _ __ TEMPORAHY ORANGE d�'5H � -- � "�'����- �� CONSTRUCTION FENCiNG PROPOSED 12" THICK GABION MATTRESS K���,�� CONSTRUCTION ENTR9NCE/ C1 ��� CHANNEL ACCESS �j/� (TOTAL.R12p�ES.�F.) sr,l -� . I � � . '-, � �.. . � ;, � � i � � � i'� �: i � „ I i I i / �, ♦ `� --_� - __ ______ � _.__:_. �---'� ,, =_ =_. -_�'�- �:'16___'_..� I i � � � � �u.�__ �� i t� � �- � � . �� '``V , �� t�. .� :�� � ?� j � ♦. ^ i � .,�.: � � �� � NO PERMANENT IMPROVEMENTS IN THIS AREA. THIS AREA GENERALLY REPRESENTS PORTIONS OF THE CREEK WHICH YAVE ORDINARY STANDfNG WATER. �' . 1i- , � ti� �` ����;�� •�,�;+�•,�� '':'��,�; , '�:. ; .. -• . , -. ���:; . -' �., ��. , .� � - � a t. � �"4� � � � . �4y _,.:.� ... ,� : �► .� � , I . � � i � i � � � � � '.� . �� �: I � , 1. i � 1` � I ��` i �4r' � / i . � � '�, � 20' � I �� � ;. � V , 6, 576 S.F: 15 0 15 30 � � � GRAPHIC SCALE IN FEET J � �� �/ � Q w j -. ' � _ ',� I,�, . , y, ; '.�, �,� . ` I h H Z W I ��\��� � i � P� OF T!-aY,��i O i �% S, •' 'I` t! � , /*: w� % *: �. �'{` t . , ............................., � �.�.__ / CLAYT�N T. RE➢INGER � �� .o....-97497 ..... _./� Q (�IPO.r'�..CICENS�-9+��4'r/ �Fi—�'—LV'[ � �hesstoiini'Ea�r o Rh����` � N KE�LI� PARK N PARK Q S QN ��IIBIT N ��� DRId� a , F� � TE�S 2 y� {�]/� TTpp R d 6�DR: cim o� FORr woa M � /�'OR� T/PW DEPAR7MENT V 100� THROCKMOR70N FORT WORTH� TEXl�S � ►',��/LO1 YE 1NC• Fa�et]590.8600r7Ao.81>SB9�0� � CIVILGNGiNEERING FIIU.t�GISTAAT10NkF�Wi114(f]� lIlWDEO-I'ECO\[ 4 I DRCTR/D0 15A5 SHU4N ID06/O7/2011 �20069�9-00.: ISHE1 OF i ~ I � � �\ � / �• \ �\\� \ — ' .� \ �� � ` � \` ' �� / S• RID�� TERRACE