Loading...
HomeMy WebLinkAboutContract 34002 c CITY SECRETARY _ D.O.F. FILE CONTRACTOR'S BONDING C9PECIFICATIONS CONSTRUCTIOM COQ .- & CITY SC-CliE rARY O�.IEP � � CONTRACT DOCUMENTS CONTRAC jb NOk= FOR SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR - CONTRACT 4 DOE- 5114 PROJECT NUMBER: P272-541200-704170032383 File Number X-18039 IN THE CITY OF FORT WORTH,TEXAS r 2006 MIKE MONCRIEF CHARLES R.BOSWELL MAYOR CITY MANAGER , ROBERT D. GOODE,P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S.FRANK CRUMB,P.E. DIRECTOR OF WATER DEPARTMENT i A.DOUGLAS RADEMAKER,P.E. DIRECTOR OF ENGINEERING DEPARTMENT IPrepared by: .e�®�ee.� � TranSystems Corporation Consultants 500 West Seventh St.,Suite 600 5*1M........... KENTA.LUNSKI Fort Worth,Texas 76102 *a.......°.....t°•.� 84992 i t:lID4 vele, o���j,i. a y���151�iti la{ vwww . CW . t Print M&C COUNCIL ACTION: Approved on 8/29/2006 DATE: 8/29/2006 REFERENCE NO.: C-21648 LOG NAME: 30M244A-4 CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with William J. Schultz, Inc., d/b/a Circle "C Construction Company for Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector— Contract 4 Www RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with William J. Schultz, Inc., d/b/a Circle "C" Construction Company, in the amount of$3,497,272.99, for Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector—Contract 4. DISCUSSION: On April 24, 2001, (M&C C-18571) the City Council authorized the City Manager to execute an engineering agreement with TranSystems Corporation consultants, to prepare plans and specifications for sanitary sewer Main 244-A Village Creek Parallel Relief study and design. The total project, which is approximately four miles long between HIGHWAY 180 and Village Creek Wastewater Treatment Plant, will serve as a relief main parallel to the existing sanitary sewer Main 244-A to control normal and wet weather wastewater flows for the Village Creek drainage basin. The project was divided into the following four contracts to encourage more bidder competition: . Contract 1: (Under Construction): Begins near Village Creek and I-30 and ends just south of Village Creek Wastewater Plant. The contract includes 1,412 linear feet of 90-inch pipe, 2,338 linear feet of 72-inch pipe, 815 linear feet of 60-inch pipe, 1,220 linear feet of 42-inch pipe, 4 junction structures, 2 siphon boxes, 70 manholes and appurtenances. . Contract 2: (Under Construction): Begins near Meadowbrook Drive and Meadowbrook Boulevard and ends near I-30. The contract includes 1,376 linear feet of 72-inch pipe, 3,914 linear feet of 72-inch pipe by tunneling,12 manholes and junction structures and some concrete pavement repairs. • Contract 3: (Under Construction): Begins near Meadowbrook Drive and Meadowbrook Boulevard and ends near west of park and bike trail entrance on Dottie Lynn Parkway. This contract includes 3,189 linear feet of 72-inch pipe, 4,741 linear feet of 60-inch pipe, 113 linear feet of 36-inch pipe, three junction structures, nine manholes and appurtenances. • Contract 4: (To be awarded under this M&C): Begins at the park and bike trail entrance on Dottie Lynn Parkway and ends at HWY 180 interchange. This project includes 4,697 linear feet of 60-inch pipe, 272 linear feet of 54-inch pipe, seven structure boxes, two 36-inch gate valves, nine manholes, pavement repairs, 4,334 linear feet of hydro mulch, abandonment of existing sewer lines and appurtenances. Cr r This project is located in COUNCIL DISTRICTS 4, 5 and 8. The project was advertised on May 11 and May 18, 2006 and fallowing bids were received on June 1, 2006: Bidders Amount William J. Schultz, Inc.,dlblalCircle $3,497,272.99 S.J. Louis Construction of Texas, LTD $3,692,330.18 In addition to the contract cost, $331,483.00 is required for inspection, survey and material testing. William J. Schultz, Inc., dlbla Circle "C" Construction Company is in compliance with the City's M/WBE Ordinance by committing to 14% M/WBE participation. The City's goal on this project is 14%. FISCAL INFORMATIONXERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer State Revolving Loan Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P272 541200 704140032383 $3,497,272.99 Submitted for City Managers Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: Gopal Sahu (7949) ATTACHMENTS Mav ,26 . 2006 1 :48PM TranSYstems fro bUIU F . Z/b CTT Y(W)F ORT WORTH DEPARTMENT OF>E'NGjIN'E+E+MG ADDENDUM NO.1 TO THE PLAN'S, SPECIFIC,A.TIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A Village-Creel.Parallel Collector—Contract 4 A-O,E.5114,Project Number P272-541200-704170032383 DID RECEIPT DATE: 1:30 PM,Jane I, 2006 ISSUED: May 26, 2066 This Addendum No- 1 farms a pact of the Contract Documents referenced above and modifies The Original Conuact Documents and Pians.. Acknowledge receipt of this Addendum in the space provided below, in the proposal (page B1-15) and ackaowlodge rcccipt on the outer envelope of your bid, FailuTe to acknowledge receipt ofthis Addendum could subject the bidder to disqualification. T'he Plans, Specification and Contract Documents for Sanitary Sewer Mark 244A Village Creels t Parallel Co lector—Contract 4, am hereby revised by Addendam No_ 1 as follows- i 1_ Delete D-66 Wage Rates in iU entirety, Replace with the attached D-66 Wage Rate (2 pages). 2, Delete-Prevailing Wage Rates table on page SC-56 of Section D in ita entirety. Replace with attached"Prevailing Wage Rates for 2006'(1 page). All other provisions of the addendums, plans, specifications and contract documents for the project which are not expressly aTvended herein shad remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive.. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal.. i RECEIPT ACKNOWLEDGED: A.Douglas Radumaker,P-E-,DI-Tectw By: By; i kis. e,Pa As stent Director G.U"I8mpi w Ad I-0eeua 41,am. t fto Ldu Sanitary Sewa Main 2A4A Contact 4 Addendurn No.t Mav 1b LUR f :4UFM I rmystems M - Duiu F. 0/0 z D-68 WAGE RATIOS Compliance with and Enforcement of Prevailing Wage laws i Du to Qay Prevailing Wage Pates. The contractor shelf 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 f=ort Worth to tae the prevailing wage crates in accordance with i 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$80 for each worker employed for each a calendar day or part of the day that the worker is paid leas 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.. Cam laintsof Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City ' receives the information, as to whether good cause exists to believe that the violation occurred_ The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wade 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 Govemment Code, including a penalty awed 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 Mutes) if the corntraotor or subcontractor and any effected 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 'l 1 th 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 its final and binding on all parties and may be enforced in any court of competent jurisdiction- Records to be Maintained. The contractor and each suboontractor shall, for a period of three (3) years following the J 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 J this contract; and (ii)the actual per diern 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 dais inspection., G`V-M019MSp&;c—,kAddn]-(`nntF=4\W6 G4 addn l,doc S mituy Sewn Main 2A4A 0xitcau 4 Add"dux.F I of 2 M2Y •L4 CUUO 1 :46PM IraIldYslem5 IVU Sulu r • �� 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 Dates_ The contractor shall pest the prevailing wade rates in a conspicuous place at the site of the project at all times.. Subcontractor Compliance_ The contractor shall include in its subcontracts and/car shall otherwise require all of its subcontractors to comply with pal°agraphs (a)through (g)above (Wage fates are attached at the end of this section.) (Attached) 1 r i i I J GA2441018841Spccs\Addn t-Contract 4U366 C'4 addn l.cloc Said"Sewer Main 244A Comria 4 Addmidum t 2 oft may ,zu Lullo I •4FirI Ird1]0YSLUIII ivu Uuru r • Q/ U i 4 Classifications Hrly Rts Classifications Hrly Rts s Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11-01 Servicer $12-32 Asphalt Shoveler $8.80 slip Form Machine Operator $12-33 Asphalt DistributorOparator $1$.51 Spreader Box Operator $10.32 Asphalt Paving Machine Operator $12.78 Tractor operator.Crawler Type $12.60 Batching Plant Weigher $14,16 Tractor operator,Neumatic $12.91 Broom or Sweeper Operator $3:88 Traveling Mixer Operator $12.03 '• Bulldozer operator. $13.22 Truck Driver-Single Axle(Light) $90.91 Carpenter(Rough) $12.80 Truck Driver Single Axle(Heavy) $11-47 Concrete Finisher-Paving $12.85 TruCk Driver-Tandem Axle Semi-Trailer $11-75 Concrete Finisher-Structures $13.27 TruCk driver-Lowboy/Float $14,93 j Concrete Paving Curbing Mach-Oper- $12-00 Truck Driver-Transit Mix $12-08 Concrete PRvirlg Finishing Mach,Oper. $13-63 Wagon Drill.Boring Machine,Post Hole Driller $14-04 J Concrete,Paving Joint Sealer-Oper- $12.541 Welder $13.57 1 Concrete Paving Sawn Oper- $13.56 Work Zone Barricade Servicer $.10.09 Concrete Paving Spreader Oper_ $14.50 Concrete Rubber $10.61 Crone,Clamshell, Backho8,Derrick,Dragline,Shovel $1412 Electrician $18.12 Flagger $8.49 Form Builder-Structures $11.63 Form setter-Paving&Curbs $1.1.83 Foundafian Drill Operator,Crawler Motir)W $73.137 Foundation Drill Operator,Truck Mounted $18.30 Front End Loader $12.62 Laurer-Con'Mon $9.16 Laborer-Utility $10.65 Mer 7an]C $16-97 Milling Machine Operator, f=ine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator(Fine Grade) $16.20 Motor Grader Operator,Rough Oler $14.50 Painter.Structures $13-97 i Pavernent Marking Machine Oper. $70.014 Pipe Layer $11_.04 RiAer,Steel Wheel Plant Mix Pavements $11.28 Roller,Steel Wheel anter Flahvheel or Tamping $10.92 Roller,Pneumatic,Sef#-Propelled Scraper $11.07 Reinforcing Steel Satter(laving) $14-85 RainforCing Steel Settar(StrtrC:ure) $16.29 G 12=018341SpecsWidn 1-Contmot•r4Wage Rate Table.)ds lot 1 Sanitary Sewer Elwin 244A Contract 4 Addendum 1 MaY • 0U• LUUU 4.411'IYI IId1I0T� LUIIIZ "v vvvv v a t ITS�'t`R}x' R WORTH H DEPARTMENT OF ENGINEMUNG ,ADD ENDUM N0.2 } TO THE PLANS,SPECIFICATIONS AND CONTRACT DOCUMENTS Y{flit a Sanitary Sewer Main 244A Village Creep Parallel Collector—Contract 4 II.O_E_ 511.4,P rojeet Number P272•-541200-7041.70032383 e BH)RECE '1 DATE: 1.:34 PA June 1,2006 7 ISSUED: May 26, 2006 This Addendum No_ 2 fonns a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below,i-a the proposal (page B 1-•1 S) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the,budder fits disqualification.. 2 The Plans, Specification and Contract Documents for Sanitary Sewer Maiu 244A.Village Creel Parallel Collector—Contract 4, are heTeby revised by Addendum No.. 2 as follows: ? 1. Part B -LL Proposal: Delete pages 81-3 and 101-13 in their entirety. Replace with the attached pages B1 3A and B1-13A. 2. Sly' Funding - Supplemental Contract Condition-% Non resident Bidders: Delete forms listed to be submitted with bid. The faros from this section to be submitted with the bid are as follows: a. Prime Contractor Affirmative Steps Certification and Goals (CVRD 217) i b. Bidder's Certification Regarding Equal Emgioyment Opportunity and Non-Segregated Facilities (VV M-255) (See attached forms' All other provisions of the addendams, plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect_ Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the i hid non-responsive_ A signed copy of this addezyduni shall be placed into the proposal at the time of bid submittal„ S RECEIPT ACI (IWLEDUEII: A..Dou ltacle aker,P.1;.,Directory By. )ay- _...m Rick Trice, P.E.,Assistant Director G:�omaerfis�.v 2-C� 40,12".41nM2,dx &-mitaySewer Main 244AContract 4AddendumN0.2 MdY OU - LUIJIJ 'f Lrtvi I I C1fl07 3 Loma Prime Contractor Affirmative Steps Certification and Goals (WRD-217) To be cocci feted by Prime Contractw and submitted to TWDB by ApplicantUntfty. P Q4.01i Pi. z.!. 24. W! DRINKING WATER SRfDWSRF) CLEAN WATER SRF(CWSRF) [I COLONIA WASTEWATER(CWTAP) El Other(D@senba)El D.PRIME CONTRACTOR. E. ontTractAmount-. 10 C 2c3 F. Street Address,City,State,Zip code', N% I understand that it Is my responsibility to comply with all state and federal regulations and guidance In Utilization of Small,Minority&Women-Owned Businesses in Procurement.I certify that I will make a"good faith effort"lo afford oppDrtuniffe-s for SEE, MOE,WAPH and SERA participation by. I.. including qualified SBEs,MBE�;,IWEs and SBRAs on solicitation hsfs•, Z salieWng potential SBEs.MBEs,WBEs and 8BRAr., I making efforts to divide M21 ragtjimments,schen cepnomically feasiblo,thlbtiftaN tasks or quantfUes to permit ma)dmwn pargdpation of 99ft MBEs,WBEs and SERA5, 4, wating effvrit5&P establish defivievy schedules wftm the requiremenf5 of the workpgM11,which will encourage participation by SBEs,MBEs,WBEs and SBP.As; S.making efforts to usathio services and a igtariCe cff the SnmllSuskiasj Administration and the MinorhyRaWimsr.Development Agermy,U.S.Department of COmmerve.as appropriata;and 6.submiffing documentadon to the Applicant demonstrating"good faith"of 40 1.Number of Subcontracts: Total Amount Amount Percent Amount Percent 1.Construction 2.Supplies 3. Equipment 4.Services "'z.�g P m- A JID ignadui A pp I ............ ... 'RE4 4 00) Review in sneer SignatUre, Date: Date: SMWBE ik� SMWBE Coordinator Sigature, Dat �7 SMWBE COORDINATOR COMMIENTS,- WRD-74DRC Revined 91712005 Appendix F 17 Z 1 i WELD-255 ,I Bidder's EEO/NSF Certifications (VI RD-255) Project Name Project Number P2 7Z , S /ZQ� - 70 �/i 7o0 3 z39 3 i Contract For -_— The following certifications must be completed by the bidder for each contract. i A. EQUAL E PT,I YM-EDIT OPPROT UNITY. I have developed and have on file at my each establishment affirmative action progranns pursuant to 41 CFR Park 60-2.. ( )I have participated in previous contract(s)or sutycontmct(s)subject to the equal opportunity s clause under Executive Orders 11246 and 11375. I have filed all reports due under the re gWrements centaincd in 41 CFR 601.7. (41 Havoc not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. ( )I will obtain a similar certification from any proposed subcontraetor(s),when appropriate_ B. NONSEGREGATED FACILITIES (J 'Y certify than I do not and will not maintain any facilities provided for my employees in a segregated mamier, or peiniit my employees to perform their services at any loc.atio>z under my control where segregated facilities are maintained, and that I will obtain a similar certification'prier to the award of any federally assisted subcontract exceeding$10,000 which is not exempt from the- equal heequal opportunity clause as required by 41 CFR 60-1 .$.. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award, Typed Na=&Tide of Biddar's Authorized Representative } Signawt OfBidder's Autfi Representative Date �i f�/'Om ✓ J G����7 �/�f I1�2 Ci�c�P ..[zat S Name&Address of Bidder r 5� WELD-7080 Revised 9!712005 Appendix F TABLE OF CONTENTS Part A-Notice to Bidders Special Instructions to Bidders (Water Department) City of Fort Worth Minority/Women Business Enterprise Policy SRF Funding 0 Contract Conditions 0 Contractor's Act of Assurance 0 Contractor's Act of Assurance Resolution Part B -Proposal Part C - General Conditions Part C1 —Supplementary Conditions to section C Part D - Special Conditions Part DA--Additional Special Conditions Part F-Certificate of Insurance/Bonds(City of Fort Worth) 0 Certificate of Insurance 0 Performance Bond 0 Payment Bond 0 Maintenance Bond Part G- Contract(City of Fort Worth) Appendix A--Easement Documents and Permits Appendix B—Standards and Soil Borings G.120010I884lSpealCanlrnct TC.doc TC-1 Part A - Nonce to Bidders NOTICE TO BIDDERS Sealed proposals for the following For: SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR -- CONTRACT 4 D.O.E.No. 5114 Project No.P272-541200-704170032383 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M.,Thursday June 1,2006,and then publicly opened and read aloud at 2:00 P.M.in the Council Chambers. Plans for this project may he obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throclanorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a fee of thirty dollars ($30.00), such deposit being non-refundable. Additional sets may be purchased on a nonrefundable basis for thirty dollars($30.00)per set. There will be no pre-bid conference. Bid security is required in accordance with the Special Instruction to Bidders.Bidders are responsible for obtaining w 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 maybe rejected as being non-responsive.Bidding document Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-392-7910. The Affidavit Statement of the City of Fort Worth Minority and Women Business Enterprises Specifications documentation and the SRF forms (ED103, ED104 and SRF 404) must be received by the contracting department no later than 5:00 PM, five (5) City business days after the bid opening date. Failure to submit the affidavit statement and SRF forms shall result in the rejection of the bid as non- responsive. The major work on the above project shall consist of the following: 14 EA 5'Dia.Manholes 3965 LF 60-inch Sanitary Sewer by Open Cut 732 LF 60-inch Sanitary Sewer by Other than Open Cut 6 EA Special Junction Structures The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening_ The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". TWDB funding will be used on this project. Contractor must meet TWDB requirements. For additional information concerning this project,please contact Gopal Sahu,P-E., City Project Manager,at 817- 392-7949 or Raul Pena III,P.E_(Project Manager)and Kent Lunski,P.E. (Project Engineer),at 817-339-8950. Advertising Dates: May 11,2006 May 18,2006 Fort Worth,Texas G.12001018841SpecslConrract 4WB.doc NB-1 PART A m COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: For: SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR — CONTRACT 4 D.O.E.No. 5114 Project No.P272-541200-704170032383 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas,will be received at the Purchasing Office until 1:30 P.M., Thursday Tune 1, 2006, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas. One set of plans and documents will be provided for a fee of thirty dollars ($30.00), such deposit being non-refundable. Additional sets may be purchased on a nonrefundable basis for thirty dollars($30.00)per set. All bidders will be required to comply with Provisions 5159a of"Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. There will be no pre-bid conference. The major work on the above project shall consist of the following: 14 EA 5'Dia.Manholes 3965 LF 604nch Sanitary Sewer by Open Cut 732 LF 604nch Sanitary Sewer by Other than Open Cut 6 EA Special Junction Structures Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The improvements included in this project must be performed by a contractor who is pre- qualified by the Traffic Department at the time of bid opening. The procedures for pre-qualification are outlined in the"Special Instructions to Bidders(Transportation and Public Works)". The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation") as appropriate is received by the City. The award of contract,if made, will be within ninety(90) days after this documentation is received,but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. TWDB Funding ♦ This contract is contingent upon release of funds from the Texas Water Development Board. o Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments,agencies,or employees are or will be a party to this Invitation for Bids or any resulting contract_ GA20M0f8841SpecslContract 4N82.doc CNB-1 PART A-- COMPREHENSIVE NOTICE TO BIDDERS ♦ Equal Opportunity in Employment-All qualified Applicants will receive consideration for employment without regard to race, color,religion, sex,age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246,as amended by Executive Order 11375,and as supplemented in Department of Labor regulations 41 CFR Part 60_ Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 392--7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders shall submit complete specifications book or risk rejection of bid. In accord with the City of Fort Worth Ordinance, No. 15530, the City of Fort Worth has goals for the participation of minority enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. SRF forms (ED103, ED104 and SRF 404), the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") must be received by the contracting department no later than 5:00 PM, five(5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that Documentation was received by the City. Failure to comply shall render the bid non-responsive. The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Mr. Gopal Sahu, P.E., City Project Manager, at 817-392-7949 or Raul Pena III,P.E.(Project Manager)and Kent Lunski,P.E. (Project Engineer), at 817-339-8950. Charles R.Boswell City Manager Marty Hendrix City Secretary A.Douglas Rademaker,P.E.,D' ctor De ent of Engineeri c Trice,P.E. Assistant Director Advertising Dates: Mav 11,2006 Mav I8,2006 , Fort Worth,Texas GA2001018841SpecslContract 41NB2.doc CNB-2 Special Instructions to Bidders (Water Department) SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALITEICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Port Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation:a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. f c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City,in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashiers check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (100%)percent of the contract price will be required,Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: 06/04/03 (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 6018,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf,shall specify,in solicitations or 06/04/03 advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age Iimit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MISE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. 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. 06/04/03 7 C. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. 06/04/03 City ®f Fort North Minority/Women Business Enterprise Policy ATTACHMENT 1A Page 1 of.T FORT WORTH City of Fort Worth 06-0a_06 P02 :46 IN I Subc©ntractors/Suppll_lrs Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J.SCHULTZ,INC.DSA CIRCLE C CONSTRUCTION PROJECT NAME: MIW/DBE I X NODE-M/W/DBE SEWER MAIN 244-A VILLAGE CREEK PARALLED COLLECTOR CONTRACT 4 BID DATE PROJECT#P272-541200-704170032383 6101106 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 14% 14% DOE#5114 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5.00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formai agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWB1Es listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kauffman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL IilIWOF—s MUST 13L CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise (MIWBE). If hauling services are utilized, the prime will be given credit as long as the PAMBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks fron) another MIWBE firm, including MNIIBE owner-operators. and receive tut! M VBE credit. The I ANBE may lease trucks from non-MNVBEs. Including owner-operators, but will only receive credit for the fees and commissions earned by the MMBE as outlined in the lease agreement. Rev.5/30103 ATTACHMENT 1A FORT WORTH Page 2 of 0 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e.,Minority,Women and non-MIWBEs. Please list MIWBE firms first,use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTORISUPPLIER T Company Name ; N TDetail Detail Address e W C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Pax r B B T D W E E R O B C T E A TEXAS WATER PROD. 1 X SUPPLYING PIPE & $ 49,735.00 5820 E. BERRY MATERIAL RELATED FORT WORTH, TX PRODUCTS 76'119 RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 209,833.00 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFORD, TX 76002 M & M CONSTRUCTION 1 X X SUPPLYING ROCK/SAND $ 114,700.00 9725 SALORN DR. MATERIAL ASPHALT CROWLEY, TX. 76703 MATERIAL HAULING AND $ 116,000.00 HAUL OFF LATTIMORE MATERIAL 1 X SUPPLYING CONCRETE $ 30,000.00 P.O. BOX 556 MATERIAL MCKINNEY, TX 75070 REDI MIX CONCRETE 1 X SUPPLYING CONCRETE $ 20,000.00 P.O. BOX 1101-A MATERIAL BEDFORD RD. CARROLLTON, TX. I CONTECT CONST. 1 X SUPPLYING PIPE & MISC. $ 213,593.00 4425 W. AIRPORT MATERIAL RELATED FREEWAY SUITE 340 MATERIAL IRVING, TX. 75062 Rev.5130103 ATTACHMENT IA 1 FORT WORTH Page 3 of r� Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-MIWBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N � o SUBCONTRACTORISUPPLIER (check one) n TN T Detail Detail Company Blame i C X M Subcontracting Work Supplies Purchased Dollar Amount Address a M W T D VV Telephone/Fax r E ti R C s E E C T E i A CHEM-CAN 1 X SANITATION POTTIES $ 1,500.00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN 1 X SUPPLYING BARRICADES $ 2,000.00 BARRIACES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX. 76140 RENTAL SERVICE 1 X RENTAL EQUIPMENT $ 25,000.00 CORP. RENTAL P.O. BOX 840514 DALLAS, TX. 75284 1 UNTIED RENTAL INC. 1 X RENTAL EQUIPMENT $ 25,000.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 JOHN A. MILLER & 1 XINSURANCE BONDING, $ 69,944.00 ASSOC. P.O. BOX 7214 FT. WORTH, TX. 7611 TARRANT CONCRETE 1 X SUPPLY CONCRETE $ 40,000.00 P.O. BOX 6194 MATERIAL FORT WORTH, TX 76115 Rev.5130103 FORT WORTH ATTACHMENT 1A �F Pageq of k '. Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-MIWBEs. } Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOWSUPPLIER T n Company Flame i N T Detail Detail Address M wC X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O 8 E E C T E A HOME DEPOT 1 N SUPPLING MISC. JOB $ 20,000.00 DEPT 32-2502076678 MATERIAL RELATED PRO. P.O. BOX 6031 THE LAKES, NV. 88901 SILVER CREEK 1 X SUPPLYING SAND $ 20,000.00 MATERIAL P.O. BOX MATERIAL 150665 FORT WORTH, TX 76108 i VULCAN MATERIALS 1 X SUPPLYING ROCK $ 15,000.00 P.O. BOX 849131 MATERIAL DALLAS, TX 75284 CLS SERVICE & 1 X INTERIOR RAVEN $ 90,000.00 SUPPLY LINING NEW MH COATING 726 S. SHERMAN ST. RICHARDSON, TX 75081 AMITECH USA, LLC 1 X SUPPLYING PIPE $ 862,311.00 18585 SAMUELS RD, MATERIAL ZACHARY, LA 70791 J 1X L $ Rev.5130103 ATTACHMENT 1A FORT WORTH Pagegof i Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 490,266.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 1,434,348.00 i TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ 1,924,616.00 I The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition- Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested changeladdition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. i By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work { performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. a Carol J. Schultz Authorized Signatur J Printed Signature Vice-President Title Contact Name/Title(if different) Circle C Construction Co. 817-293-1863 FAX 817-293-1957 Company Name Telephone and/or Fax P.O.BOX40328 Address E-mail Address j FORT WORTH,TX.76140 6107106 City/State/Zip POS- Rev.5130103 SRF Fundin 1 VJRD-004E(08119102) # SUPPLEMENTAL CONTRACT CONDITIONS C `SRF Tier 3, and. D SRF Table of Contents f Instructions to Bidders Condom 1. Minority and Women Owned Businesses Goals 2. Contingent Award of Contract 3. Equal Emvloymeat Opportunity and Affirmative Action 4. Debarment and Suspension Certification ti 5. Bid Guarantee 6. Nonresident Bidder Forms to be submitted with bids (attached • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities ' (WRD-255) • SMWBE Affirmative Steps Certification and Goals (WRD-217) } a Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) Construction Contract Supplemental Conditions Conte I. Supersession 2. Privity of Contract 3. Definitio 4. Laws to be Observed i 5. Review by Owner, and TWDB 6. Perfo mane and Payment Bonds 7. ProUess Payments d PaMent Schedule 8. Worlffnes Compensation Insurance Covera e 9. Changes 10. Prevailin Wage Rates 11. Contract Work Hours Requirements (29 CFR 5-1, &5.6) 12. Equal Employment Opportunity and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8, 4.2, and 4.3) 13. Debarment and Suspension (40 CFR 32, Appendix B) 14. rity and Women-Ovmed Business Ent rise R uirements 15. Archeological Discoveries and Cultural Resources 16. Endan ered Secies 17. Hazardous Materials s 18, Project S.iM 19. op eration and Maintenance Manuals and Training 20. As-built Dimensions and Dravjn.as } Forms to be submitted with executed contracts: t 1 . Contractor's act ofAssurance(ED-103) Contractor's Resolution on Authorized Representative(ED-104) Prime Contractor Afrnlative Steps Solicitation Report(WRD-216) { SM-WBE Self Certification (WRD-218) Forms to be submitted during construction: • LoaniG•rant Participation Smumary(WRD-373) Construction Contract Supplemental Conditions Conditions: 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRMTY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas,nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. DEFINITIONS (a) The term.Owner means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who maybe at the time acting in the capacity or authorized to perform the iftinctions of such Administrator, or the authorized representative thereof. 4. LAWS TO BE OBSERVED Ea the execution of the Contract,the Contractor must comply with all applicable Local, State and Federal laws,including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER, and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work,materials, equipment,payrolls, personnel records, employment conditions,-material invoices, and other relevant data and records pertaining to this Contract,provided,however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 6. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract famish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. 5 exempted from the condition(i.e certain types of water districts). The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and ficial acceptance of the project by the Owner_ (d) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall'be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards) and other general and special conditions elsewhere in this contract. (e) Final Payment. (1)Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under,or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract,by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown(if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of,retainage on the contract work. (4) Withholding of any amount due the Owner,.under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. S. 'WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project_ (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. 7 (c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group pian or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction_ (e)In this section: (1) "Building or construction" includes: (A) erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; (B)remodeling, extending,repairing, or demolishing a structure; or (C) otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. CHANGES (a) The Owner may at any time,without notice to any surety,by written order, make any change in the work within the general scope of the contract, including but not limited to changes: (1) In the specifications (including drawings and designs); (2)In the time, method or manner of performance of the work; (3)In the Owner-famished facilities, equipment, materials, services or site, or (d)Directing acceleration in the performance of the work. (S) The original contract price may not be increased under this section by more than 25 percent, The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Govemment Code 271.060) (b)A change order shall also be any other written order (including direction,instruction., interpretation or determination)from the Owner which causes any change, provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the.contractor regards the order as a change order. (c)Except as provided in this clause,no order, statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d)If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract,whether or not changed by any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications,no claim for any change under paragraph(a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e)If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must,within 30 days after receipt of a written change order under paragraph (a)(I) or the furnishing of a written notice under paragraph (a)(2), submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30- day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. (f)No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g) Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. 8 10. PREVAILING WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage : Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. The applicable provisions include,but are not limited to the following: §2258.021. Right to be Paid Prevailing Wage Pates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection(a) does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th .Leg., ch. 165, § 18.01, eff. Sept. 1, 1997. § 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the clay that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 2258.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A f municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.024. Records (a) A contractor and subcontractor shall keep a record showing: (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and (2) the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995,74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.025. Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. 11. CONTRACT WORK HOURS REQUIRNIENTS (29 CFR 5.1, & 5.6)- This provision only applies to Clean`Vater State Revolving Fund Program projects and Drinking Water 9 Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations part 5 concerning Contract Work Hours,including but not limited to the following. Sec_ 5.5 Contract provisions and related matters. (a) omitted. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2),.(3), and(4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph,the terms laborers and mechanics include watchmen and guards_ (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in-which he or she is xcess of forty hours in such workweek unless such employed on such work to work in e laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b)(1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and -_ subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, ernployed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The(write in the name of the Federal agency or the loan or grant Owner) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held.by the same prime contractor, such sums as maybe determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through(4) of this section. (c) In addition to the clauses contained in paragraph(b), in any contract subject only to the Contract Work Hours and Safety Standards_Act and not to any of the other statutes cited in Sec. 5.1,the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen,working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or 10 require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the(write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than $1.0,000. During the performance of this contract,the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color,religion, sex, age, handicap, or national origin. The, Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age,handicap, or national origin. Such action shall include,but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to -' employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race,color, religion, sex, age, handicap, or national origin. (c)The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980,the Rehabilitation Act of 1973,'29 U.S.C.A. 701 et seq. (1985), and of the rules,regulations, and relevant orders of the Secretary of Labor. (e)The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations, and orders. (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of �1 September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through(g) in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female t employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract,the Executive Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices maybe obtained from any office of federal contract compliance programs office or from federal procurement contracting officers(5 12)229-5835. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the j period specified. Whenever the Contractor,.or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13.DEBARMENT AND SUSPENSION - This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds wade dir6ctly available by Federal funding. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension_ The contractor will comply with the assurances provided with the bid that led to this contract. 14. AnNORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES - This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. 12 (a) The Contractor shall, if awarding sub-agreements, to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to use minority and women business when possible as sources of supplies, construction, equipment and services by taking the following steps: (1) Including qualified small, minority, and women's businesses on solicitation lists; (2) Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements,when economically feasible,into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; (4) Establishing delivery schedules, where the requirements of the work permit,which will encourage participation by small, minority, and women's businesses; and (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (b) The Contractor shall submit to the Owner information on utilization of minority and women _3 business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in SRF-052, Texas Water Development Board Guidance for Utilization of Small, Minority&c Women-Owned Businesses in Procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned Business Participation. 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If axelheological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6- 41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 500, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Antiquities Committee, P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 13 16.ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction,the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S.Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions_ The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERTA.LS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in } material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work,wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 18. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shalt obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment Runished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings,product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted,noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 14 (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance,or installation instructions required by the Contractor to install, test, and start-up the equipment_ (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number,model, serial number, and location of parts and service centers. (2) A list of recommended stock of parts,including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation,operation, adjustment, and maintenance. (6).Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS-BUII.T DMNSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility,the Contractor shall finrnish Owner with one set of direct prints, marked with red pencil, to show as built dimensions and locations of all work constructed As a Ininimu 4 the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Porins to be submitted with executed contracts: Contractor's act ofAssuiance(ED-103) Contractor's Resolution on Authorized Representative (ED-104) Prime Contractor Affirniative Steps Solicitation Report (WRD-215) SMWBE Self-Certification(WRD-218) - Form to be submitted during construction: ® Loan/Grant Participation Summary(SRF-373) 15 EB-103 01/03/01 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME, , a Notary Public duly commissioned and qualified ' m and for the County of in the State of Texas came and appeared as represented by_ , the } corporation's who declares he/she is authorized to represent pursuant to provisions of a resolution adopted by said corporation on the day of _ , 20 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of declares that assures the Texas Water Development Board that it will construct project at , Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. I GIVEN UNDER MY HAND.and seal of office this day of 200 A.D. F iPrinted Name My Commission expires ED-1©4 5119142 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE f Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the meeting name of mpmtion on the day of_ 20_,that , and , be, and hereby is; authorized to act on behalf of , as its name of corporation representative, in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in fuR forces and effect; and; r In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this day of - 20—. Secretary 3 (seal) SRF-404 (5/13/91) SRF Number CERTIFICATION REGARDING DEBARMENT, SUSPENSION,AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or perfort ing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,bribery, falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State, or local)with commission of any of the offenses enumerated in paragraph(1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State,or local)terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award_ In-addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to S years, or both Typed Name&Title of Authorized Representative signature of Authorized Repre=sentative Date i I am unable to certify to the above statements. My explanation is attached. i i i i � Part B - Proposal I I I I I I I I I I I I PART B-PROPOSAL TO: CHARLES BOSWELL FROM: (Bidder's Name) CITYMANAGER lei ct m Tc.�cu Lac �4�iic� 4�_ 0,1;1s7�` FORT WORTH,TEXAS /°O Sox yDa3zg Ll�21_114 rr 7,1,/S/6 (Address) For: Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4, DOE- 5114 Project Number: P272-541.200-7041.70032383 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit: Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4, D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit 'total Item Quantity Written in Words Price Price Sewer Improvements 1.* 3965 LF 60"Sewer by Open Cut;All Depths $ 2 9 0 ©� $ l/y 90,5 0 0 7 L.1a �un o1i.10/,,,/ / Dollars& /7 Cents per LF 2.* 732 LF 60"Sewer by Other than Open Cut;All $ 9S0 $ 6 9S"1-100 Depths ndleQ/ Dollars& Cents per Lk indicates the item material is required on page B1-13. CONTRACT 4 131-1 G120010188415pow\Contmct 4TYoposal C4 05-07-Wdoc Sanitary Server Main 244-A Village Creek Parallel Collector Contract 4, D.O.E. No. 5114 Pay Approximate Description of Sid Item Prices Unit Total Item Quantity Written in Words Price Price 3.* 37 LF 54"Sewer by Open.Cut;All Depths $ 20 0 ° ° $ /0,?6 0 00 / Dollars& Cents per LF 4. 47 LF 54 DIP Sewer by Open Cut ;All Depths $ _Z5- C) f7u/70/'PQ/'!{/ Dollars& L1 Cents per LF p U 5.* 188 LF 54"Sewer by Other Than Open Cut; All $ Q 7,5- $ °0 Depths Dollars& Cents per LF " 6. 49 LF 36"DIP Sewer by Open Cut;All Depths $ 35 0 o 0 $ 1716-0 00 P'�- P s`+iia Dollars& n cJ Cents per LF * indicates the item material is required on page 13I-13. 4 I CONTRACT4 131-2 G:1200101HM\Sp=\Con1W 4114vposal C4 05 07-06.dm Sanitary Sewer Main 244_A Village Creek Parallel Collector Contract 4, D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price ors oU ' 7.* '911 LF 36"Sewer by Open Cut ;All Depths $ Z 7C7 $ 4W O /0/2 c/ a� Dollars& Cents per LF S.* 147 LF 36"Sewer by Other than Open Cut ; All $ o 04 b $ 117600 o0 Depths Dollars& f7 Cents per LP --- 9. 139 LF 12"PVC SDR 35 Sewer by Open Cut; $ �6 S o 0 $ Z 2?3S CO G All Depths Dollars& d Cents per LF 00 00 10. 171 LF 12"DIP Sewer by Other than Open Cut; $ �450 $ 76 9S® All Depths Dollars& 17(� Cents per LF f * indicates the item material is required on page BI-13. CONTRACT4 B1-3 G:12061D1Ba4%p=\Contract4\hoposal C465-07-06_doc Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No.5114 Pay Approximate Description of Bid Item Prices Unit 'total Item Quantity Written in Words Price Price O U Cy Q 11. 1 LS Construct Intercomection Structure, Sta. $ 70000 $ --70000 180+77,sheet 17. SPUef7 �� �hraCr�sC3� �l Dollars& J7 D Cents per IS O 12. 1 LS Construct Interconnection Structure, Sta $ X3OOO $ 0 C9 0 180+77 - 571f,sheet 18. //0 L1 e"� Dollars& G} Cents per LS 00 00 13. 1 LS Construct Special Structure 6, Sta. $ 9YO O $ t1'0'5 O Q 226+4Q, sheet 19. J"ix y v.'rh usdn d f '-de /IL//IC//PGf^ Dollars& Cents per LS 00 0 14. 1 LS Construct Special Structure 7, Sta. $ IOOO $ 700 0 226+68pp sheet 20. ro'/Ty .S40/",17 17 �i?�USO n Dollars& -2 C) Cents per LS 00 15. 1 LS Construct Special Structure 8, Sta. $ '50000 $ 9'0000 226+97, sheet 21. o tr 5rt t Dollars& Cents per LS CQNTRACT4 11-4 GA2001018e*Spe,sAContmd 41P110posal C4 05-07-06Ad Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 00 � U 16. 1 LS Construct Special Structure 9,M--503 Sta. $ /00000 $ /00000 31+67, sheet 22. ©/7-e huna1i�r� / hOuSCdn� Dollars& n O Cents per TS 000 17. 1 EA 36"C1 Gate(#1),M-503 Sta. 31+67. $ Zv�Q4Q $ 2z5`OO� Dollars& O Cents per EA 18. 1 EA 36"SS Gate(#2),M-503 Sta. 31+67. $ 367000 $ 5440 Thi"i Ty 7i"d-y /hOO'S0/n C - - Dollars& /7lJ Cents per EA 00 19. 15 EA Construct Typical Manhole Tee Base, $ S c� with 32"Dia. Frame, See sheet 15 r,'? -'�' 9 S AOOSOOCI Dollars& ALJ Cents per EA CONTRACT 4 BI-5 Cf:520050168455pecs�Canttact 41Prpppsal C405-07-06-doe Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 20. 168 VF Extra Depth Typical Manhole Tee Base $ S, p Exceeding 6' (5' Dia_)hlPP hune/iPc( / �u Dollars& /70 Cents per VF © Q !1 C3 21. 1 EA Construct Std_ 5' Diameter Standard $ $ SFS-o o Manhole,with Bolt Down Lid,0'-6' Dollars& /7 4) Cents per EA 22. 2 VF Extra Depth 5' Diameter Standard $ Z,5-0 $ '570 Manhole/Exceeding 6' Dollars& 109 6 Cents per VF t7 � d 23. 2 EA Construct Std. 4' Diameter Standard Manhole,with Bolt Down Lid, 0'-6' Dollars& Cents per EA 4 CONTRACT 4 BI-6 G:N2001018841Sp=NContract4\hopmat 0405-07-06.dm Sanitary Sewer Maim 244-A Village Creek Parallel Collector Contract 4, D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price U 24. 5 VF Extra Depth 4' Diameter Standard Manhole Exceeding 6' Dollars& C7 T Cents per VF CD 25. 3 EA Concrete Collar per Figure 121. $ /D 0 $ /Z o a ICJUr' �6�i71Y/'�� Dollars& �} Cents per EA 26. 3 EA Watertight Manhole Insert $ z d Q 0 $ r 00 u el Q Dollars& f? Cents per EA 27. 24 EA Structure/Manhole Vacuum Testing $ �5�© � $ /Ogd 0 Dollars& Cents per EA 28. 7 EA Passive Odor Control for Manhole Vent $ 3 Pipe,DA-124 Dollars& Cents per EA CQNTRACT4 131-7 G:X2061018844Sp=\Cnn1mct 41"9a1 C4 os-07-06Aw Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4, D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit Total ` Item Quantity Written in Words Price Price 29_ 30 CY Concrete Encasement(54"and 36" $ 17,5- $ ,, -Z,5-0 sewers, sheet 11) tSPU�niJ Dollars& /7 C? Cents per CY U 30. 248 SY Permanent Pavement Repair $ 06 $ / 9000 e/!q X Dollars& /!0 Cents per SY D 0 31. 1 LS Traffic Control $ /0000 $ /000 0 Dollars& /7 a Cents per LS 32. 5572 LF Post Construction TV Inspection $ 0 6 $ l/� 71,6 er 0 Dollars& !) r) Cents per LF 00 33. 4334 LF Trench Safety System(over 5' depth) $ $ 1/9'? , (1/J Dollars& D Cents per LF CONTRACT 4 131-8 G320050]BB4%p=\Conlrac141Propma1 0405-07-06-doc a Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices unit Total Item Quantity Written in Words Price Price oU o a 34. 4334 LF Hydromulch Seeding $ 2 $ 8,�6 8 7"ia 0 Dollars& r7 /? Cents per LF 35, 4334 LF 6"Topsoil $ /z $ 2/3310 L /7 Dollars& /7 4 Cents per LF 0 36. 73 LF Abandon 39"Sewer(M-244A) $ c"� $ /'I ZOS Dollars& i] d Cents per LF I 37 I . 1110 LF Abandon 36"Sewer(M-244B) $ $ Dollars& !J d Cents per LF 00 39. 240 LF Abandon 54"Sewer(M-503) $ w 7 Dollars& d r 77 Cents per LF .I CONTRACT 4 BI-9 C:\20OW1884LSpccs\Comract4\Proposal C405-07-06.doc Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price f 40. 790 LF Abandon 18"Sewer(M-261) $ $ Dollars& /20 Cents per IF 41. 740 LF Abandon 8"Sewer(L-8430) $ 30 a� $ Z Z Z 0d Dollars& lJ V Cents per iF 42. 8 EA Abandon Manhole /000 'FOOO Dollars& /l Q Cents per EA 43. 1 LS Abandon Junction Structure(M-244A/M- 1,5-000 16-000 503/M-244B),M-503 Sta. 31+09. ti���.BA �h�uzsr�srr� Dollars& /7 B Cents per LS 00 44 375 CY Flowable Fill $ /3 i Dollars& f7 t7 Cents per CY CONTRACT 4 BI-10 GL200W18841SpecslContract 44wposal Ca 05-07-0&doc Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No. 5114 Pay Approximate Description of Bid Item Prices unit Total Item Quantity Written in Words Price Price 45. 1 LS SWPPP $ ZSOO� Q$ 2,3'"000 00 � f ff %y en`w Z: S,9..,2 z>/ Dollars& /J Z�) Cents per LS ' 00 46. 1 EA Cut and Plug 39"Sewer(M-244A) $ ZOO0 $ 25-00 00 Dollars& /!U Cents per rA a U o 047. 8 EA Cut and Plug 36"Sewer(M-244B) $ 00 00 $ /(00 0 Dollars& /J Cents per EA 48. 1 EA Cut and Plug 54"Sewer(M"-503) $ 9000 U 0 $ ,3000 —//7f'EP /h0&Sa Dollars& /1 0 Cents per EA i 00 49. 1 EA Cut and Plug 36"Sewer(M-503 Bypass) $ $ C0 0 3D 4 Dollars& Cents per EA CQNTRACT4 131-11 G1200L018WSP=%C)vtMt 4Wropoul 04 65-07-06.doC s Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 4,D.O.E. No.5114 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price d Q 50. 2 EA Cut and Plug 18"Sewer(1\4-261) $ Z6-00 $ OdO 00 /&/ aot� (5612 Dollars& Cents per EA o U od 51. 2 EA Cut and Plug 8"Sewer(L-8430) $ 2000 $ V000 - Dollars& o� 40 Cents per EA 00 52. 97 CY Rock Rip Rap $ 1,5-0 $ 0 0 00 Dollars& A7 D Cents per CY 53. 21 SY Gravel Road Dollars& l7 0 Cents per SY CONTRACT 4 111-12 G320G\018841Sp=5Con1rwt 41Fm"al C4 05-07-0 &C IIIaT - QU LUVV 'r•-r4.1 111 1 1 allu2 0 L91110 INV - UUUV I . 71 v Sanitary Sewer Main 244-A Villige Creck Parallel Collector Contract 4,AOX.No, 5114 Pay Appror1roate Desuipd6n of Md Atin PrIkes Unit total Rem QU21illity Written in Won1s Frice 54 2 EA Dt-hole sewer,see:sheet 8 and 12, $ /000 00 $ 0660 0 Unfla,s c& C=Lspff 2A 00 06 55F.* 49 LF 39'!Sewer by Open Cut;All Depths S 20,0 —,- $ 00 4"N, DO=& 17 d Cuts per If od 56. 1 M Concrete Encasement(Sheet: 13) $ LqOOO—.---7 $ '9000 4 0 n .7' & Cents per U; e0 Total The,pipe materials alternatives for Items 1, 2, 3, 5, 7,8 and 55 are listed.below- The CoDtraqtor must mark the appropriate box(only one)to indicate the material used for this bid. Failure to mark a roaterial type wM disqualify the bid. Fiberglm/Mortar Pipe,(ASTM 3262) Reinforce Concrete Cylinder Pipe with 360 degree liner,(ANSIIAWWA C301) Reinforce Concrete Pipe with 360 deg=liner,(ASTM C76) F-1 indicates the item material is required on page B 1-13 (this page)a CANT CT 4 Bl-13A Addendum 2 r PART B-PROPOSAL (Continued) Within ten(t 0)days after notification by the City,the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth,Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been fin-nished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete construction within _ 150 calendar days as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable): ( ] A. The principal place of business of our company is in the State of [ Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [] Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. 4B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Aaaend=4 B1--14 UA2001 ISMSpacalCOn act 41Pwpasal C4 05-07-06Ad Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Gr1 Addendum No. 3 Addendum No. 4 Addendum No. S Addendum No. b (Seal)If Bidder Corporation Respectfully submitted, f,).`//lam J-v�cZ4,1ire Yl-,,6 C,,,,c le C CC/2 S //� CAI ej r) Title: Address: �r O/a, _-- F S r Addendum 4 DI-15 G.VOO10199ASpeoNContract 4l1'mposal 0405-07-06.dac Part C - General Conditions PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONVENTS C1-1 DEFINITIONS C1--1. 1 Definition of Terms C1-1 ( 11 C1-1 . 2 Contract Bociaments c1-I (1 ) 011. 3 Notice to Bidders Cl-1 { 2 ) CI-1.4 Proposal C1-1 ( 2 ) 1-1 .5 Bidder C1-1 (2 ) C1-1, 6 eneral'Conditions; C1-1 ( ) C1-1. 7 Special Conditions C1-1 ( 2 ) 1-1.8 Specifications C1-1 ( 2 ) 1-1 . 9 : Bond 1�1 ( ) Cl-1.1D Contract CI-1 ( 3 ) Cl-1.1i Plans Cl-1 (3 ) C1-1. 12 City C1-1 ( 3 ) C1-1:13 City Council. C1-1 ( 3 ) C1-1.14 Mayor C1-1 ( 3 ) 1-1.15 City Manager Cl-1 (3 ) CI-1. 16 City Attorney Ci--1 ( 3 ) C1-1.17 Director of Public Works 1-1 ( 4 ) CI-1.18 Directory City Water Department C1-1 ( 4 ) C1-1. 19 Engineer C1-1 (4 ) C1-1. ft Contractor C1-1 ( 4 ) C1-19-21 Sureties Cl-1 (4 ) ; c1-1.22 The Work or Project Ci-i ( 4 ) 1-1. 23 Working Day C1-1 (4 ) C1-1. 29 Calendar Day C1-1 ( 4 y Cl-1 . 25 Legal Holiday Cl-1 (-4 ) 1-1. 26 Abbreviations C1-1 (5 } C1-1. 27 Change Order CI-1 (6 } C1-1. 28 Paved Streets and Alleys C1-1 ( 6 ) C1-1.29 Unpaved Streets and Alleys C1-1 (6 ) (�1-1. 30 City Streets Cl-1 (6 ) Cl-1. 31 Roadway Cl-1 (5 ) C1-1 . 32 Gravel Street C2-2 INTERPRETATION AND PREPARATION OF PROPOShL C2-2 . 1 Proposal Form C2-2 (1 ) C2-2. 2 InterpretaLiorl of -Quantities C2-2 ( 1 ) C2-2. 3 Examination of Contract Documents and Site C2-2 ( 2 ) C2-2. 9 Submitting of Proposal C2-2 ( 3 ) 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 ( 4 ) C2-2. 8 withdrawing Proposals C2-2 ( 4 ) c2-2.9 Telegraphic Modification of Proposals C2-2 (4 ) 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 M C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 , 3- Consideration of Proposals 03-3 (1 ) C3-3 . 2 Minority Business Enterprise Yeomen-Owned Business Enterprise compliance C3-3 (1 ) C3-3 .3 Equal Employment Provisions C3--3 (1) C3-3 . 4 withdrawal of Proposals C3-3 ( ) CI-3 .5 Award of Contract C -3 (2) C3-3 .6 Return of Proposal Securities C3-'3 ( ) C3-3.7 Bonds C3-3 .8 Execution of Contract C3--3 (4 ) G3-3 . 9 Failure to Execute Contract 3-3 (4) C3:3 . 10 Beginning Warp 3-3 (4 ) C3-3 . 11 Insurance C3-3 ( 4 ) CA-3 .12 Contractor ' s obligations C3-3 ( 7 ) C3-3 . 13 Weekly Payroll. C3-3 ( 7 ) C3-3 .14- Contractor ' s Contract Administration C3-3 ( 7 ) C3-3 . 15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4 .1 intent of Contract Documents C4-4 ( 1 ) C4-4� 2 Special Provisions C4-4 (1) C4-4 . 3 in.creased or Decreased Quantities C4-4 (1 ) C4-4 . 4 &Iteration of Contract Documents C4-4 ( ) C4-4 . 5 Extra Work 4-4 (2 ) 64-4 . Schedule of operations C4-4 ( 3 ) C4-4 . 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1 Authority of Engineer C5- - 1) C5-5 . 2 Conformity with Plans C5-5 . 11) C5-5 « 3 Coordination of Contract Documents- C5-5- (2 ) C5-5 . 4 Cooperatlpn of Contractor C5- (2) C5-5, 5 Emergency and or Rectification Work C5-5 (3 ) C5-5. 6 Field Office C5-5 (3 ) C5-5. 7 Construction 6takee C5-5 (3 ) C5-5 . 8 Authority and Duties of inspectors C5-5 ( 4 ) C5-5 . 9 Inspection C5-5 .( 5 ) C5--5 .10 Removal of Defective and Unauthorized work C5-5 ( 5 ) C5-5 .11 Substitute Materials or Equipment CS-5 (5) C5-5 .12 Samples and Tests of Materials 5-5 (6 ) C5-5 . 13 Storage of Materials C5-5 (6) ,.. C5-5 . 14 Existing Structures .anti Utilities C5-5 (7 ) C5-5 . 15 Interruption of Service C5-5 (7 ) CS-5.16 Mutual Responsibility of Contractors C5-5 ( 8 ) 05. 5 . 17 Cleanup CS-5 ( 81 CS-5. 18 Final Inspection C5-5 (g) (2 ) e6-6 LEGPL RELATIONS AND PUBLIC RESPONSIBILITY c§-G , l LaWs to be Observed c6-6 (l ) c6-6 , 2 permits and Licenses c§-6 ( l ) CS-6 . 3 Patented Devices , Nateriala And Processes C6-6 ( 1 ) C6-6 , 4 Sanitary Provisions C6-6 ( 2 ) C -6 . 5 public Safety and cogvenience C6-6 ( 2 ) C -6 . fi Privileges of coQtraotor in Streets, Alleys, and Right-o£-Way C6-6 ( 3 ) £6-6. 7 Railway Crossings C6-£ ( 4 ) c§-6. 8 Barricades, Warnings and Watchmen C6-6 ( a ) c6-6,9 Use of Explosives , Drop Weight, etc. C6-6 (5 ) C6-6 .10 Work Within Easements CG-6 ( 6 ) C6-6 . I1 In6Apendent Contncctor c6-6 ( 8 ) C6-6. 12 Contractor ' s Responsibility for Damage claims C6-6 (8 ) c6-6 .13 Contractor ' s claim for Damages C6-6 ( 10 ) CG-6.14 Adjustment of Relocation 0£ Public utilities, etc . c6-6 (10 ) C§-6,15 Temporary Sewer Drain connections C6-6 (10 ) _[ Ca-6.16 Arrangement and charges of Water Furnishad by city C6-6 (11 ) C6-6.17 Os8 of a Section of Portion of the Wolk C6-6 111 ) C6-6.18 Contractor ' s Responsibility for Work c6-6 (11 ) C6-6.19 No Waiver of Leal 2igbts C6-6 (12) C6-6 ,20 Personal Liability of Public Officials C6-6 ( 12 ) C6-6. 21 State Sales Tax C6-6 X12 ) C7-7 PROSECUTION AWD PROGRESS C7-7.1 Subletting C7-7 (1 ) C7-7 . 2 assignment of Contract c7-7 (1 ) C7-7. 3 prosecution of the Work c7-7 (1) C7-7 . 4 Limitations of operations c7-7 (2 ) C7-7 ,5 character of Workman and Equipmept c7-7 (2 ) C7-7. 6 Work Sche6Ule 0-7 (3 ) C7-7. 7 Time of Coamencement and Completion c7-7 (4 ) c7-7 . 9 Extension of time of completion C7-7 (4) c7-7. 9 Delays c7-7 ( 4 ) C7-7. 10 Time of Completion c7-7 ( 5) C7-7. 11 Suspension by court Order c7-7 (6 ) C7-7.12 Temporary SGa2eaalon C7-7 (6 ) c7-7.13 Termination of Contract due to Eaeional Emergency c7-7 ( 7) C7-7 . 14 Suspension of Abandonment of the. Work and Annulment of contract c7-7 ( 7 ) C7-7 . 15 Fulfillment of Contract c7-7 ( 9 ) C7-7. 16 Termination fog convenience of the Onwer c7-7 (10 ) C7-7. 17 Safety Methods and Practices C7-7 (13 ) CS-8 MEASUREMENT AND PAYMENT CB-8 , 1 Measurement of quantities C@-8 ( 1 ) Ce-8 . 2 Unit Prices C8-8 ( 1 ) � ] � c8-8 . 3 Lump Sum CB-8 Ell CB-B . 4 Scope of Payment CO-8 ( 1 � C8-8. 5 partial Estimates and Retainage CB-8 ( 2 ) CB-a. & Withholding Patent CO-8 ( 3 ) C8-8. 7 Final Acceptance ' CB-8 (3 ) CB-8. 8 Final Payment C8-8 (3 | CB-8�9 Adquacy of Design CB-8 (4 ) CB-8 ,10 General Guaranty C8-8 (4 ) CB-8 .11 subsidiary Work CB-8 (5 ) C8-8 .12 Miscellaneous Placement of Material C8-8 (5 ) C8-9 .13 Record Documents CS-9 (5 ) ( a ) PART C -- GENERAL CONDI' iGNS Cl-1 DEFINITIONS SECTIOF CI-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS2 Whenever in these Contract Documents the following terms or pronouns in ,pJaCe of thaw are used # the intent and meaning shall he understood and interpreted as follows: C1-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc , , whish govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUKENTS The General Contract Documents govern all Water Department Projects and include the following items PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL ( Sample) white PART C - GEN-RRAL CONDITIONS (CITY) Canary Yellow (Developer ) Brown PART . A - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS 91-White E2-Golden Rod E2A-White PERMITS EASEMENTS Blue PART F BONDS ( Sample) White PART G - CONTRACT ( Sample) Waite h. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared fot each specific project as a supplement to the General Contract Documents and include the following items Ph.RT A - NOTICE TO BIDDERS (Advertisem8nt) Same. as above PART 8 - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS EASEMENTS PART F - BONUS PARS' G - CONTRACT PART B - PLANS ( Usually hound separately) C1-1 ( 1 ) Cl-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1. 4 PROPOSAL- The completed written and signed offer or tender of . a bidder to pi rform the work which the Omer desires to have done, together with the bid security# constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the owner. Cl-1-. 5 BIDDER : Any person , persons , firm , partnership , company, association, corporation, acting directly or through a duly Authorized representative, sub mitt ing a proposal for performing the' work contemplated under the Contract Documents , constitutes a bidder. 1"1 . G GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure) the local statutes , and requirements of the City of Fort Worth ' s charter and prc aulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractar and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 6 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials , constructiOnt workmanship, equipment and services In order to render a completed and useful project . Whenever reference is made to standard specifications, regulations, requirements , statutes , etc. , such referred to documen't's shall becohte a part of the Contract Docamehts just as though they were embodier) therein . CI-1 . 9 BOND: The bond or bands are the written guarantee or security furnished by the ontra<-- tor for the prompt and Cl-1 ( 2 ) faithJ`ul performance of the contract and include the following a. Performance Bona (s'ee paragraph C3-3 . 3 ) h. Paytuent . Bond (see paragraph C3-3. 7) c . Maintenance Bona (see paragraph 3-3. 7 ) d. Proposal or Hid Security (see Special Instructions to Bidders , part A and C2-2 . 6 ) C.1-1 . 10 CONTRACT: The Contract is the formal signed agreement etween the Owner and the Contractor covering the mutual unders tanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1 . 11 PLANS : The pians are the drawings or reproductions t i__e torn air a by the owner ' s representative shaving in detai ii the location , dimension and position of the various elexents of the project , including such profiles , typical ck o,ss-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 other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein . Cl-x. . 12 CITY ; The City of Fort Worths Texas , a municipal corporation , authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City . Manger , each of which is required by charter to perform spec. f is duties . Responsibility for final enforcement. of Contracts involving the City of Fart worth is by Charter vested in the City Manager . The terror City and {)weer are synonymous. C1- 1 . 13 CITY COUNCIL : The duly elected and qualified governing body of tfie City of fort Worth, Texas. C1 -1 . 14 MAYOR : The officially elected Mayor., or its his absence, the Mayor Pro tern of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager o the City of Fart Borth , Texas , or his duly authorized representative. C].-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , 'texas , or his duly authorized representative. Cl-1 (3 ) C1-1 . 17 DIRECTOR OF .PUBLIC WORKS: The duly appointed official of the City of Fort Worth , referred to 'in the Charter as the City Engineer=, or his duly authorized representative. CI-1 . 18 DIR.ECTDR CITY WAITER. DEPARTMENT: The duly appointed D rector of the City Water Department of the City of Fort Woarth,, Texan , or his duly authorized representative , assistant', or agents. - C-.--1. 19 EI GINEER: The Director of Public Works, the Director o-f 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. I-1 . 20CONTRACTOR : The pex-,sonv persons , partnership , company, xrm, assaciationr or corporation , eh tering into a contract with the owner for the execution of - the York; acting directly or thr6ugh a duly authorized repre-sentative . A sub-contractor is a person, firm,• corporation, or others under' contract with the principal contra,--tar , supplying labor and materials or' only labor, for work at the ,site of the projbct. C1-1 . 2,1 SURETIES , TfLe Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire a_ad satisfactory fulfillment of the Contract and far . any and alb. requirements as set forth in the Contract pocurnents and approved changes. therein. CI-1. 22 THE WORK OR F'ROLTWf: The completer) wore contemplated in and covered by the Contract Documents , including bur t not 11mI t-e to the furn.isbirig of all labor , - materials , tools aquipment, and incidentals necessary to produce a completed and serviceable project, C1-1 . 23 WORTING DAC. A working day is defined as a calendar day , not iucludin4 Saturdays, Sundays , and lekgal holidays , in which the weather or other condi tions, not under the control of the ContXactor 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 fi : DQ p .m. , with exceptions as .permitted in paragraph C7-7.6. C1-1 . 24 CALENDAR DAYS : A calendar day is any clay of the week or month, no days being excepted. . C1-1 . 25 LEGAL HOLIDAYS : - Legal holidays shall be observed as prescribed by the City Council of the City of Fort Wurth for observance by City eiaplcyees as follows : CZ-1 ( 4 ) 1 . New Year ' s Day January I 2. M. L. Icing, Jr. Birthday, Third Monday in January 3 . Memorial Davy Last Monday in- May 4. Independence Day July 4 5. Labor Day First Monday in September G.. Thagksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November a . Christmas Day December 25 9 . Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is deciared- by the City Council , falls on Saturday, the holiday shall . be observed on the preceding Friday or if it Calls on Sunday{ it shall be observed ori the following, Monday , by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. CI-1. 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows A.ASHTO -- American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Fout per Engineers Second LAW - In Accordance With ASTM - American Society of Min . - Minimum Vesting Materials Kono.- Monolithic A WA - American Water Works % - Percentum Association R - sadius ASA - American Standards Assoctation I.D. - Inside Diameter HI - H draulic Institute D. D . - Outside Diameter Asph. Asphalt Elev.- Elevation Ave. - Avenue F - Fabrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot G1 - Galvanized Iroh St. - Street Lin. - Linear or Lineal Cy Cubic Yard 1b. - Pound Yd. yard MH - Manhole SY - Square Yard Max. - Maximum L. F. - Linear Foot D. Z . - Ductile Iroa C1-1 (5 ) Cl -'1 . 27 CHANGE ORDIRR . A " bange order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necesaary and which was not specifically included in the scope of the project on which bins 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 its or items in the original proposal, All " Change orders " shall be prepared by the City from in-formation as necessary furnished by the Contractor, C1 -1. 28 PAVED STREETS AND ALLEYS : A paged street or alley shall be def i neF as a street Or alley having one of the following types of wearing surfaces applied over the naLtaral unimproved surface! 1. Any type of asphaltic concrete with or without separate base inaterial. Any type of asphalt surface treatme " t , not including an ailed 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 abovc- C1-1 . 29 UNPAVED STREETS DR ALLEYS: An unpaved street, alley, roadway or other sur ace is any area except those defined above for "Paved Streets and Alleys. " Cl-1 . 30 CITY STRErTS : A city street is defined as that area between the right-c�f�u*ay lines as the street is dedicated. Cl-1 . 31- ROADWAY : The roadway is defined as the area between parallel nes two ( 21 ) feet back of the curb lines or four .( 41 ) - feet back of the average edge of pavement where no curb exists. C1-1 . 32 GRAVEL STREET ; A gravel street is any unpaved street to-which. has been ad one or more applications. of gravel or similar material other than the natural Material found on the street snrface before any improvement was made. 1-1 (6 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND P PARATION' OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formai contract . The Owner will furnish forms for the Didder ' n " Experience Record, " ',Equipment Schedule , a and "Financial Statement, " all of which must he properly executed and filed with the Director of the City Wates' Department one week priot to the hour for opening of bids. The financial statement required shall have been prepared b an indepead&nt certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . Th Is statement must be current and not more than one ( 1 ) year old . in the case that a bidding dame falls within the time a neer statement is dieing prepared, the previous statement shall be updated by proper verification . Liquid assets in, the amount of ten ( 10% ) percent of the estimated project cost will be required. For an experience r�corrl to be uansidered to be acceptable ' for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which aTe to be received . The Director of the Water department skull be sale judge as to the acceptability of experience for qualification to bice on any Fort North mater Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rerit such additional equipment as may bo required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION Or, QUANTITIES : The quantities of work and materials to be furnished as may be luted in the proposal C2-2 (l) forms or other parts of the Contract Documents will be considered as a22rox.imate. only and will be used for the purpdse of comparing bids on a ani form basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be fi)r-aished may be increased or decreased as hereinafter provided , without in any way invalidating the. unit prices bid or any other requirements of the Contract Documents. C2-2 . 3 EXAMINATION OF CONTRACT DOCU14ENTS AND SITE OF PROJECT: Bidders are advised that the Contract 0-ocuments an file with the owner shall constitut8 all of the information which the owner will furnish. All additional information and data. which the owner wiiI stipply 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 dere actually written into the original Contract Documents . Bidders are required,, prior to the 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 investigatiorss, tests, boring , and by such other means as may be Necessary to gain a .complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circ-umstances affecting the cost of doing tha work 6r the time requii;er3 for its c6mpletion, and obtain all information required to mclke an intelligent proposal . No information given by the Olner o'r any rj�_-presentative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be bindings upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research, tests , a ploratians , and othezc 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 evidences that the bidder has made the investigations , examinations and tests hoe rein required. Claims For additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The lags of Sail Borings, if any, showing on the plans are for general information only and may not be correct . Neither the C2-2 ( 2 ) Ownea- nor the Engineer guarantee that the data s)jown is representative of conditions which 8Latua3<ly exist, C2-2 - 4 SUBMITTIIq OF PROPOSAL: The Bidder stall submit his Proposal on the forte furnishes Y the Owner. All blank spaces applicable to the project c0atained in the form shall be correctly filled in and the Bidder shall state the prices , written in Ink in both wards and numerals , for which he proposes to do the Fork contemplated or furnishe the materials required . All such prices shall be written legibly. In case of discrepancy between the price written in worms and the price written in numez-als , the price most advantageous to the City shall- govern. if a proposal, is submitted by an individual, his or her name must b6 signed by him (her) or his ( h6r) duly authorized agent. 1 £ a proposal ig submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal Must be signed by a member of the firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name a.nd business address must be giver, , and the proposal signed by an official or dUlg authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proppsal must be properly certified and must in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alterat' on of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete lids$ erasures , or irregularities of any kind, or contain unbalance value. of -any items . proposal tendered or delivered of-ter the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 5 HID SECURITY: No proposal will be 'uonsidered unless it s accompanie a "Proposal ecn,ri ty" of the character arta in the amount indicated in the "Notice to Bidders " anid the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, - and by gray of a guaranty that if awarded the contract , the Bidder will within the required time execute a formal contract and furnish the required Performance and other bands. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof .. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2 ( 3 ) C2-2 . 7 DELIVERY OF PROPOSAL : No proposal will be considered unless �it is delivered , accompanied by its proper Biel Security, to the City Manager or his representative in the official placeof business as set forth in the " Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper ti to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly 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 Cxi_-y Manager, City Hall , Fort Worth, Texas . C2-2 . 8 WITHDRAWIKG PROPOSALS : Proposals actQally filed with the City Manager cannot be withdrawn prior to the time set for openjDg 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 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 confirinati-on of such telegraphic communication outer the signature of the bidder was mailed 'prior to the proposal opening time . 1f suer confirmation is not received wi.thla forty--eight ( 48 ) hours after the proposal opening time , no further consideratiou will be given to the proposal. 2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly tiled and for which no "Non-consideration Request" has been received will be publicly opened and read aloiad b the City Manager or his authorized representative at the thus and place indicated In the "Notice to Bidders. " All proposals whir-h 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 . 2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as sing "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 C2-2 (4 ) Owner reserves. the right to waive ariy and all irregularities and to make the award of the contract to the best interest of th.e City . Tendering a proposal after the closing hour fn an Irregularity which cannot be wai�rad. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders May be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among biddors. b. Reasonable grounds for believing that any bidder is interested in more than one proposal ' for work contemplated. C. The bidder being intetested in any litigation against tb'e owner or where the Owner may have a claim against or be engaged in litigatioa against the bidder. d, The bidder being in arrears on any existing contract or having defaulted on a previous contract, e. The bidder having performed a prior contract in an unsatisfactory manner . E. Lack of competency as revealed by tete financial statement , experience record, equipment schedule , and such inquiries as the owner may cep- fit to mAke. g- Uncompleted work which , in the. judgment of the owner, will prevent or binder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner , one weep in advance of the hour of the opening of proposals the following : 1 . Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2 . A cuzrent experience record showing especially the projects of a nature similar to the one under consideration , which have been 5rt,�--cessfully completed by the Bidder . 3. An equipment schedule showing the equipment the bidder has available for use on the project . The Bid proposal of a bidder who, in the ji,dgment of the Engineer, is disqualifies under the requirements state4 herein, shaLl be set aside and not opai7ed. C2-2 ( 5 ) PARI' C - GEN AL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposafs will be tabulated an the basis of the quoted prices , the quantities shown in the proposal , and the aPplication of such formulas or other methods of bringing items to a common basis as may be establi.sheA in thei Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sun items and such other quoted amounts as may eater into the cost of the completed project will be considered as the amount of the bid. anti1 the award of the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities, to re-advartise for neer proposals , or to proceed with the work in any manner as maybe considered for the best irfterest of the Owner. C3 -3 . 2 MINORITY BUSINESS E NTERPRISE OMEN-OWNED BUSINFSS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE ) and or a a Woman-owned Business Enterprise ME ) on the contract and the payment therefor . Contractor further agrees , upon request by Owner , to allows and audit and/or an exaIUination of any books , records , or files in the possession of Contractor that will substantiate the actual work performed by rhe MBE or WSE . Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; furth4er , any such misrepresentation may he grounds for disqualification of Contractor at owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months . C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in emplo mint practices. C3-3 (1 ) The Contractor shall post the required notice to that effect on the project site , and, at his request , will be provided assistance by the City of Fora= 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 WITHDRAWAL OF PROPOSALS : After a proposal has been read by t e Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to err thhoIdfinal action on the proposals for a reasonable time , not to exceed forty-five { 45 ) days after the date of opening proposals , and In no event will an award he made until after inv stigations have been made as to the responsibility of the proposed awardee. . . The award of the contract, if an award is mane, will be to the lowest and best responsible 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 proposer] price totals have been determined for comparison of bids , the owner may, at its discretion , return the proposal security which acoompanied the proposals which , in its judgment , would not be considered for the award . All otter proposal securities , usually goose of the three lowest bidders , will be retained by the Owner until the requlred contract has been executed and bond. furnished or the owner has otherwise disposed of the bids , after whiQb they will be. returned by the City Secretary. C3-3 . 7 BONDS: ' With the execution and delivery of the Contract Doouments, the Contractor shall furnish to , and file with the o nor in the amounts herein required, the following bands : a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the Eull and faithful execution of the work and performance of the contract , and for the pr6tection of the Owner and all other persons against damage by reason of negligerice of the Contractor , or improper execution of the work or the ksse of inferior materials . This performance C3-3 ( 2 ) bond shall guarantee the payment for all labor , materials, equipment, supplies , and services used in the construction of the work, and skull remain in full force and eitect until provisions as above stipulated are accomplished and final- payment is made on the project by the City. b. MAINTENANCE BOND : A good a pd 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 guarantor which is set forth in paragraph o8-8 .10. c. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the eon'tract , as evidenced by the proposal tabulation or otherwise , guAranteeing the prompt, full and faithful payment of all olaim,2ints as defined in Article 51.60 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 gots 56th Legislature, Regular Session , 1959 , effective April 27 , 1959 , angor the latest version thereof, supplying labor and materials in the proseciation of the work provided for in the contract being constructed under these specifications . Payment Bond Shall remain in force until all payments as above stipulated are made . d. OTHER BONDS : Such other bonds as may be required by these Contract Documents stall be furnished by the Contractor . No sureties will be accepted by the owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the OVnej�- and, shall be executed by ars approved surety company doing business in the City of Fort Worth , Testas , and which is acceptable to the owner , in order to be acceptable , the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties , and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company, Each hand shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the owner , notice will be given the Contractor to that effect and the Contractor steal l immediately provide a C3-3 ( 3 ) new surety satisfactory to the Owner. No payment will be made under this contr-act until the new 8arety or sureties , as required, have qualified and have been accepted by t-be Owner. The contract shall not be operative nor will any payments be date or paid until sppxoval of the bonds by the Owner. C3-3 . S EXECUTION OF CONTRACT": Within ton (10 ) days after the Dwyer has by appropriate resoluti.on., or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall -be binding Upon the owner until it has been attested by the City Sdcratary , approved as to farm and legality by the City Attorney, and executed for the Owner b either the Mayor or City Manager . C3=3 . FAILURE TO EXECUTE CONTRACT : The failumre of the Awardee to - execute the required bond or boils or to sign the required contract within ten fi.0 ) days after the contract is awarded. shall be ceneidered by the Owner as an abandonment of his proposal , and- the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amaount of $asnages oacuriny to the Owner by reason of said awar~dee ' s failure to a acute said bands and contract within ten . ( 10 ) days , the proposal security acc.ompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner . The filing of a proposal will be considered as ars acceptanmc of this provision by the Bidder. C3-3 . 10 BEGINNING WORK-, The Contractor shall not commence work untik authorize in writing to do so by the Owner . houlMa the Contractor fail to nce work at the site of tie project within th.e time 'Stipulated in the written authorization usually termed the "Work Order" or " proceed Order" , it' is agreed that the Surety Company will , within ten ( 1-U ) d'al'e after the commencement date set forth in such written authorization , commence the physical . execution of the contract. - C3-3 . 31 INSURANCE,- . The. Contractor shall, snot commerce work under this contract until he has obtained all the insurance required under the C6nt-ract Documents, and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractars � .C3-3 { 4 ) certificate of .insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents €or execution whether or not his insurance covers sub-contractors . it is the intention of the Owner that the insurance coverage required herein shall include. the' coverage of all sub-contractors . COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this :_ ontract , Norkersr Compensation Insurance -on all of his employees to be engaged in work 'an the project under this contract, and for a,ll sub-contractors . In case any class of employees engaged in hazardous work on the project under this contract is not protected' under the Workers ' Compensation Statute , the Contractor shall provide adequate employer ' s general liability insurance for the protection of sueh of his employees not so groti�cted. 'b. COMPRERENSIVZ GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintaf:a during the life of this contract . Contractor # s Comprehensive General Liability 1nsur nu_e ( Public Liability and Property Damage Insurance ) in an amount not less than $ 500 , 0:.00 coverl-ng eac b occurrence on account of bodily injur-y., -including death , and in an amount not ,less . than $ 500 , 000 covering each occurrence on accQunt of property damage with $2# 000, 000 umbrella policy coverage. C. ADDITIONAL LIABILITY : The Contractor shall furnish insurance as separate policies or b a-dditional endorsement to vrxo of the above--mentioned policies, and in the �Lmouht as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( coveTs General Contractor ' s Liability- fox acts of sub-contractors ) . Blasting, prior to any blasting being done. 3 . Collapse of buildings or structures adjacent_ to excavation ( if excavations are to be ,performed adjacent to - same) . 4 . Damage to underground utilities for $500 , 000 . C3-3 ( 5 ) 5 . Builder ' s risk {where above-ground structures are involved) . -- - - - . Contractual Liability ( covers all indemnification requirements of Contract) . dt AUTOMOBILE INSURANCE -- BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and , ma ntain, (� nlr g the life of this Contract, Comprehensive Automobile Liability insurance in an a mnunt not less than $ 250 ; 000 for injuries including accidental death to any one person and subject to the same limit for 4ach person an amount not less than $ 500 , 000 on account of one accident , and autozohile property damage in'suranee in an amount not less than $100,O0O . CDPD: OF' INSURANCE ' AND SPECIAL HAZARD ; The insurance required under er tete above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, . aga-inst damage claims which may arise. from operations wider this contract, whether such operatio6s be' by the insured or by anyone directly or indirectly employed by hien, and also against any of the following special hatards which may ba encountered in -the performance of the Contract. f* PROOF OF CARRIAGE OF INSURANCE : The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carrleirs satisfactory to the owner . ( Sample attached. .) All insurance requirements made upon the i ontractor shall apply to the sub - contractor , should the Prime Contr-actorIs insurance not cover the sub-contractor ' s work aparations . y. LOCAL AG9NT FOR INSURANCE AND BONDING : The insurance and banding companies with oM the contractor ' s insurance and performance , payment , :maintenance and -all such otber bonds are written shall be represented by an agent or agents having an office located within the city limits of the 3--3 (6 ) City of Fort Worth, Tarrant County , Texas . Each such agent shall be a duly qualified, one up an whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth , or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have agaInat the Contractor , insurance , and/or bonding company . It the local insurance representative its not sa empowered by tha insurance or bonding oampanies , then. such authority must be vested in a local agent or claims officer residing in the Metroplex , the FortWorth-Dallas area. The name of the agent or agents shell be set forth on all of -such bonds and certificates of insurance. C3 -3 . 12 COUTRACTOR ' S OBLIGATIONS: Under the Contract, the Contractor shall pay for al.l materials , labor and services when duo. C3-3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site off' the ,prop ect 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 Oontraet Documents shall be kept posted in a conspicuious place at the site of the project at all times during the course of the Contract . Copies, of tine gage rates will be furnished the Contractor , try the owner ; however, posting and protection of the wage rates shall be the responsibility of the Contractor. 3-3 . 14 CONTRACTOR' S CONTRACT ADMINISTRATIDN Any Contractor , whether a person , persons , partnership , company , firm , association , corporation or other who is approved to do business with and entero into a contract with the City for construction of water- and/or sanitary sower facilities, will have or shall establ,i.sh a fully operational business office within the Part. Worth- Dallas metropolitan area . The Contractor shall chargs, delegate , or assign this atfice ( or he may delcagate 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 pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered , thv5 delegated and directed, to settle all material, labor or othiar expenditures, all claims against the waz-k or any other C3_3 (7 ) matter associated such as maintaining .adequate and appropriate insurance or security coverage for the project . Sach local authority for administration of the work under the Contract shall be maintained until all h+lsiness transactions �stecuted 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 Contra,ctvr ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all appropriately signer, and sealed# as applicable, by the ContractorIs responsible officers with the understanding that this written assigment of authority to a local repr6s'entative shall become part of the project Contract as though bound directly into the project docurnents . The intent of these arequireiaents is that all matters associated with the Contractor ' s administration , whether it be oriented in furthering the work, or other, be governed direct by local authority. This sante requirement -is imposed on insurance and surety coverage. Should the Contra.ctoTls local representative fail to perform to the satisfaction of Engineer, the Engineer , at his sole discretion , may demand that Bach local representative be replaced and the Engineer way, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . Igo credit of working time will be for periods in which work stoppages are in effect for this reason. - C3 -3 , 15 eason. -C3 -3 . 15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant- County, Texas. C3-3 (8 ) PART C - GENERAL: CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOFF OF WORK C4 - 4 . 1 INTENT OF CONTRACT DOCUMENTS : it is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is d8finitely understood that the Contractor small do all work as provided for in the Contract Documents , shall do all extra or special work as may be considered by the owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in those Contract Documents, furbish all labor , tools, materials, machinery, equipment , special services , and incidentals necessary to the grosecutl6n and completion of the project, C4-4 . 2 SPECIAL PROVISIONS : Should any worn or canditions which are not thoroughly and satisfactorily stipulated or covered by General or Special. Conditions of these Contraot Documents be anticipated , or should there be any additional proposed wotk which is not covered by these Contract Documents, thea "Special. Provisions" covering all such work will be prepared by the Owner previous to the time of receiving fids or proposals for such work and furnished to the bidder In the fora of Addenda . A11 such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein . C4-4 . 3 INCREASED OR DRCAEAgED QUANTITIES : The owner reserves the right to alter the quantities of the work to be performed or to ekLend or shorten the improvements at any time whLn and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices . Such increased or decreased quantity shall not be more than 25 percent of the ccntewplat�,--d quantity of such item or items . When such changes increase or decrease the original gaantity of any item or items. of work to be done or materials to be furnished by the 25 percent or more, thin either party to tete contract shall upon written request to the other party be entitled to a remised consideration upon that portion of the work above or below the 25 percent -of, tete original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for 0EXtra Work . " No allowance will be made for any cls angel in ant.icipatind profits nor shall such changes be considered as C4-4 ( 1 ) waiving or invalidating any conditions or provisions of the Contract Document8 . Variations in quantities of sanitary sewer pipes in depth categories , sbali be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the wprk as may be necessary or desirable to insure completion in the most satisfactory manner , provided such changes do not materially alter the origiaal'r Contract Documents or -change the general nature of the projeot as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 . 5 EXTRA WORK: Additional work made necessary by chances and alterations of the: Contract Documents or of quantities or for other reasons -for which no prices are provided in the Contract Documents , shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved addit'Ions th ret6; provided, however , that before any extra work Ir, begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods; a. Unit bid price previously approved. b. An agreed lump sum. c. The actual reasonable cost of (1) labor, ( ) rental of equipment used on the extra work Eor L he time so used at Associated Geneial Contractors of America current equipment rental rates ; � 3 ) materials entering permanently info the project , and ( 4 ) actual cost of insurance , bonds , and social security as determined by the Owner , plus a fined fee to be agreed +upon but not to exceed 1G% 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 owned by him and used for the extra work. The fee shall be full and complete compensation to cosier the c.ciit of superintendence , overhead, other profit, general and all other expense not included in (1 ) , ( ) , (3 ) , and ( 4 ) above . The Contractor shall- keep accurate cost records on the form and in the method 4--4 (2 ) saggested by the Owner and shall give the Owner aCCes$ to all accounts , bilis , vouchers , and records relating to the Extra Work. No "Change Osder "' shall become effective until it has been approved and signed by each of the Contracting paartie!�-,. No claim for. Extra Work of any kind will be allot€ed i2nless ordered in writing by the Owner . In case any orders or Instructions , ai ther oral or written, appear to the Contractor to involve Extra Work Eor which he should receive compensation , he shall mar{e written request to the Engineer for written orders authorizing such extra Woxk , prior to beginning such work. Should a diff ere nce arise as to what does or does not constitute Extra- Work, or as to the pa 'ment thereof , and the Engineer insists upon its performance, th8 Contractor, shall proceed with the work after making written request for written orders and shah, keep an accurate account of the actual reasonable cost thereof as provided under method, ( Item C ) . Claims for extra work will not be paid unless the Oorntractor stall file' -his claim with the Owner with in f i ve ( 5 ) days before the tide for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The' Contractor shall furnish the Owner such' installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner .to prepare for germaneent r8cord a corrected set of plans showing the actual installation. The compensation agreed upon for ' extra work ' whether or . net iniitiaLed by a ` change order ' shall be a . full , complete and final p$yl►ent Eor all costs Contractor it CLM3 as a r�asdlt or relating to the change ar extra work, whether said costs are known , unknown, foreseen or unforese4 rn at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cosh or any other effect on changed or unchanged work as a result or the change or extra work. C4- 4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract, the Oantractor shall submit to the Owner and receive the Owner 's approval thereof, a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major eiemeh its of Lhe contract . There shall be also show« the esti mated monthly cast of work for which estimates are to be expeti Led . Ther¢ C4-4 i stall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepardd on 0-1/2" x Il " sheets and at leasE five black or blue lire prints shall be furnished to the Owner . ,C4-4 . 7 PROGRESS SCHEDULES FOR WA'T'ER AND SEWED PLANT FACILI`Y IES: Within ten ( 10 ) days prior to submission of first monthly progress payment , the Contractor shall prepare and submit to the Owner for approval sic co�iies of the schedule in which the Contractor propcsaa to carry on the work, the data of which he will start the several major activities ( includimg procurement of materials, plans, and equipment ) and the contemplated dates for completing the sante .- The sch dxxie shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses ,' the Contractor small eater on the diagram the actual progress at the and of each partial payment period or at such intervals as directed by the Engineer . The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer . Three copies of the updated schedule shail be delivered at such intervals - as directarl by the owner, As a minimum, the coetatruction schedule shall incorpozate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding. of the contract requirements . The fallowing guidelines shall be adhered to in preparing the construction schedule; a . Milestone dates and final project completiof) sates shall be developed to conform to time constraints , sequencing kegairements and completion time. b. The construction process shall be divided into activities with time duratians of approximately fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this quldaiine. 4-4 ( 4) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of th:e contract shall be accounted, for within the duration of each activity. d. One critical path shall be shown- on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule: Float time is not for the exclusive use or benefit of either the Contractor or the Owner. E. Thi-rty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration. For each general category, the construction sahE�dule shall identify all trades or subcontracts whose work is rep resented by activities that follow the guidelines of this Section. For each of the trades ar subcontracts , the construction schedule shall indicate the following procurcn�onts , construction and preacceptance activities and events in their logical sequence Eor equipment and materials . 1 . Preparation and transmittal of submittals. 2 . Submittal review periods . 3 . Shop fabTication and delivery. 4 - Erection or installation. 5 . Transmittal of manufactuter ' s operation and inaintenance instructionz,. 6 . Installed equipment and matt�!riajg testing. 7 . Owner ' s operator instruction ( if applicable ) . a . Final inspection. C4--4 ( 5 ) q . Operational testing. 10 . Final inspection. if , is the opinion of the Owner , work accomplished fails behind that scheduled , the Contractor small take such action as necessary to improve his progress . In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed pLan to make up lag in scheduled progress and to insure completion of the work within the contract time . if the owner final the proposed plan not acceptable , he may require the Contractor to increase the work farce, the construction plant and equipment , the number of work shifts or the over Lime operations without additional cost to the Owner. Failure of the Conkracter to comply with theme requirements shall be considered grounds for determination by the owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion Writhia the time specified. C4-4 ( 6 ) PART C - GENERAL CONDITIONS C5--5 CONTROL OF WORT{ AND KATERIAL SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1. AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnished , work performed , rate of progress of the work, overall s6quence of the construction , interpretation of the Contract Documents, acceptable fulfillment of the. contract, compensation, mutual rights between Contractor and owner tinder these Contract Documents , supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction , or the safety precaution and programs incident thereto , and he will not be responsible for Contractor * s failure to perform the work in accordance with the contract documents . He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final , His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract . The owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters', the Engineer must , within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor , a written decision on the matter in controversy.+ 5-5. 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 ..otherwise described in the Contract Documents . Any deviation from the approved Coatract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner b Change order. 5-5 ( 1 ) CS -5 . 3 OODRDIMATIO N OR CONTRACT DOCUMENTS: The Contract Documents are made up Of several sections , which , taken together , are intended to dec sribe and provide far 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 specifications, and quantities shown on the plans small govern over those shown in the proposal _ The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the Owner shall be permit.tad to [Hake such correctian�s or interpretations as may be deemed necessary for the fulfillment illment of the intent of the contract Documents . In the event the Contractor discdvers an apparent Orror or discrepancy, he shall immediately call this condi-fion to the attention of the Engineer. in the event of a conflict in the drawings, specifications, or other portinns of jhe' Contract Documents which were not reported prior to th'e award of Contract , the Contractor small be d smell to have .quot'ed the most expensive resolution of the conflict. C5-5 . 4 CDOPERATIDN OF CONTRACTOR : The Contractor will be u- nished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Docaments . The Contract shall give to the work the constant attention necessaty to facilitate the progress thereof and shall cooperate with the ' Engineer', hi.s inspector , and other Contractors in every possible way. The Contractor shall at all tipues 'have competent personnel available to the project site for groper performance of the work . The Contractor shall provide acrd maintain at all times at the site of the project a competent , -English-speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such soperintendgnt and his assistAnt Shall be capabl!� of reading and understanding the contract Documents and shall receive and fulfill instruptions from the Owner , the Engineer , or his authorized representatives . pursuant to this responsibility of tete Contractor , the - Contractor shall dosignat.e in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project 5uperintenaent shall be a! resident of ''arrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer Bete minas that circumstances require the presence on the project site of a representatives of the Contractor to C5-5 ( ) adequately provide for the safety or convenience of the tratve2ing public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his ins-pector to examine and inspect the workmanship and materials entering into the work. C5-5 . 5 EMERGENCY AND CR 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 Engineear to alleviate the emergency condition . such a response shall occur day or night , whether the project is scheduled on a calendar-day or on a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections 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 he performed. The written notice shall direct attention to the discrepant condition and request the Contractor to tale remedial action to correct the condition . In the event the Contractor does not tale positive steps to fulfill this written request , or does not show just cause for not taking the proper action , within 24 hours , the City may take such reiuedial ootids with City forces or by contract . ,The City _ shall then deduct an amount equal to the entire costs for such remedial action, plus ZS%, from any funds due the Contractor an the project. 5 -5 . 6 FIELD OFFICE = The Contractor shall provider at no extra compensakiark , an adequate field office for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed,, well }seated , air conditioned , lighted , and weather-proof , s.o that documents will not be damaged by the e�.ements . C5-5 . 7 CONSTRUCTION STAKES : The City, through its Engineer , will furnish the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of Marking as may he found consistent with good practice. C5-5 ( 3 ) These stakes or markings shall be set 'sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be establisoed for the Contradtor ' s use or guidance shall btu preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever , in the opinion of the 'Engineer , any stapes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25 % will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5 - 5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City lnspeotc,rs will be authari.zed to inspect all work done and to be done and all materials furnished . Such inspection . may extend to all or anypart of the work, and the pr8paration or manufacturing of the Toater ials 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 performad by the Contractor fails to fulfill the requirements of the Contract Documents , and to call the attention of the Contractor to any such i:ai iure 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 Dqc-amentn . in case of any dispute arising between the Contractor and the City inspector as to the materials or equipment furnished car the manner of performing the work , the City Inspector will have authority to reject materials or 4quipment to suspend work until the question at issue can be referred to and be decided by the Engineer . The City irtspeotor will not , however, be authorized to revoke , alter , enlarge , or release any requirement of these Contract Documents , nor tQ approve or accept any portion or section of the work; nor to issue any instructions contrary to the requirements of the Contract Documents . He will in no case act as supeTintendent or foreman or .perform any other duties for the Contractor , or interfere with the managetnent or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the oblig9tions of the Contract Documents , provided, however , should the Contractor object to any orders or instructions of the City Inspector , the Contract or may within six days make written appeal to the Engineer for his decisi� oo an the matter in controversy. C5�5 [ 41 C5-5 . 9 INSPECTION: The Contractor shall furnish the Engineer with e^varp reasonable facility for ascertair�irig whether or not the work as performed is in accordance with the re�quirementa of the Contract Documents . IF the Engineer eo requests , the Contractor shall , at any tim' e before acceptance of the work, remove or uncover such po3rti,oa 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 Ooatract Documents. Should the work exposed or ex-amined prove acceptable , the uncovering' or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be- unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shad be done or materials used without suitable Supervision or inspection . C5-5 . 10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK MI work, mater aln , or equipment which has been rejected shall be remedied or rem6ved and replaced in an aceept�abie moaner by the Contractor at his own expense. Work done beyond the . lin es and grades given or as shown on the plans , except as herein specifically pro-vided, or any Extra Work done without written authority , will be considered, as unanthinrized and done at the expense of the Contractor and will not be paid for by the owner . Warp so done may be ordered removed at the Contractor ' s expense . Upou the failure on the part of the Contractor to comply with any ordar 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 to the - Contractor . Vai.lure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works- CS - 5 . 11 orks- 5 - 5 . 1I SUBSTITUTE MATERIALS OR EQUIPMtNT : . if the Specifications , law, ordinanQe , 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 furrJsh or use a proposed substitute , he shall, prier 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 fanctions called for by the general design, be similar and of equal substance to that specified and be suited to the sate use and capable of performing the same function as that specified ; and identifying all variations of the proposed. C5-5 ( 5 ) substitute from that specified and indicating available maintenance service . No suh.stitute shall be ordered or installed without the written ,approval of Engineer who will he the judge of the equality and may requirO 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 ,requi.re which shall be turnishcd at Contractor ' s expense. Contractor shall indemnify and Mold harmless owner and Engineer and anyone directly or indijectly employed by either of them from and against the claims , damages , losses and expenses ( including attorneys fees) arising Out- Of the use of siabatituted materials or equipment. C5-5 . 12 SAMP-LES ANS] TESTS OR MATERIALS: Where, in the opinion of the Engir-neer, or as called for in the Contract Oocumeats , 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 otherwise specifically provided. The failure of the Owner to make any tests of materials shall be in 'net way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the regvirements of the Contract Documents . 'fiesta 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 farwardinq samples and shall not , without specific written permission of the Engineer, use the materials representad by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to bine 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 Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. 'bests shall be made at Least 9 days prior to the placing oir con,crete , using samples from the same aggregate , cement, and mortar which are to be used latex in the concrete . Should the source of supply change , new tests shall be made prior to the use of the neer materials . 5-5 . 13 STOP-AGE OF MATERIALS : AL11 materials which are to be used in the construction operation shall be. atored no as to insure the preservation of the 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 C5-5 (6 ) ground* and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5 . 14 EXISTING STRUCTURES ,AND UTILITIES: The location and dimensions shown on the Plans relative tv existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities . The location of many gas mains , water rnaiaa , conduits, seder lines and service lines for all utilities , etc . , is unknown to the Owner , and the owner assumes no responsibility fpr failure to show any ar all such structures and utilities on the plans. or to shoo there 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 e-acountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the bailding of special works, provision for which is not made In the Contract Documents , 4n which case the provision in these Contract Documents for Extra Mork shall apply- It shall be the Contractors respcnsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he MaY negotiate such local adjustments as necessary in the 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, sttuctures and 6ervice lines shall include notification of all utility companies at least forty eight (48 ) hours in advance of construction in-eluding exploratory excavation if necessary . All verification of existing utilities and their adjustment shall b-e considered as subsidiary work. 5-5 .15 INTERRUPTION OF SERVICE: r a. Normal Prosecution : in the normal prosectuion of i-4urk where the €tterruption of service is necessary, the Contractor , at least 24 hours in advance, shall be required to: 1. Notify the mater Vepartment ' s Distribution Division as to location , timet and schedule of service interruption . C5-5 ( 7 ) . Notify each customer personally through ,responsible personnel as to time and schedule of the interruption of their service, or 3 . In the event that personal notif cation of a customer cannot - be made, a prepared tag form shall be attached to the customer ' s entrance door knob . The tag Ghall b6 durable in composition, and, in large bold type shall say: Due to Utility improvement in your neighb#rhood, your (water? (sewer) service will be inter- rupted on between the boars of and This inconvenience will be as short as passible. ' 'thank you, Contractor Address Phone b. Eimer enc : In the evert that an unforeseen service interruption occurs , notice shall be as above , but immediate. C5-5 . 16 MUTUAL R-ESpONSIBILITY OF CONTRACTORS2 if , through acts or neglect on the 'part Of the Contractor , any other Contr6ctor or any sub-contractor shall suffer loss 'or damage on the work, the Contractor agrees to settl_p with such other Contractor or sub-contractor by agreement or arbitration. if such other Contractor or sub-contractor shall assort any claim against the 0ner on account of any damage alleged to have been sustained , the owner will notify the Contractor , who shall indemnify and save harmless the Croner against any such claim. C5-5 . 17 CLEAN-UP: Clean-up of sTarplus 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 s -daily routine established to the the satisfaction of the Engineer . 'Twenty-fours fours after written notice is given to the Conl�ractor that the clean-up an the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the C5-5 (8 ) 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 911ch direct action , plus 25% of such costs , stall be deducted from 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 reprove from the site of the project all surplus and discarded materials , temporary structures, and debris of every kind. He small leave the site of all wark in a neat and arder^ly condition equal to that which originally existed . Surplus and waste materials removed from the site of the work shall he disposed of at locations satisfactory to the Engineer. The contractor shall thoroughly clean all equipment and materials installed by hien 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 , 18 FINAL INSPECTION; Whenever the work provided for in a-ad contemplated u—n er the Contract Documents has be4!e n satisfactorily Completed and final cleanup performed , the Engineer will notify tete proper officials of the Owner and request that the Final inspection be made . Such inspection will be made within 10 days after such notification. After such final inspection, iE 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 f incl inspection of the work. C5-5 (g ) PART O - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSiS ILITY SECTION C6-6 LEGAL RELATIONS AND -PUBLIC RESPONSIBILITY C6-6- 1. LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply with all orders, lager ordinances and regulations Which exist or which may be eructed later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or Ignorance thereof will be considered. The Contractor and his Sureties shall, indemnify and sage harmless the dity and all of its officers , agents, and employees against any and all claims or liability arising from or based ars the violation of any such lay*, ordinaince, regulation, or order, whether it be b himself at his employees. C6-6 . 2 PERMITS AND LICENSES: The Contractor shall procure all Ferro is and I censes�, pay all charges, coats and fees, and give all notices necessary and incident to tete due and lawful prosecution of the Work. C6--6 . 3 PATENTED DEVICES MATERIALS AND PROCESSES : If the Contractor s require or desires to use any design , da'rice , material , opt process covered by letter, patent, or copyright, he shall provide for such use by suitable legal ag reemen t with the patentee or owner of such, patent , letter, or copyrighted design . It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents , trade-marks, and ' copy rights in any way involved in the work . The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims far infringement by reason of the' use of any such patented design , device , material or process , or any trade-mark or copy right 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 arta be obli Cfi-6 . 4 SANITARY PROVISIONS : The Cantrsc for shall establish and enf+ rce among dais eaaaployees such regulations. in regard to cleaniiness and disposal of cjarbage and waste as will tend to prevent the inception and spread of infections or contagious diseases and to effectively prevent the creation of a -nuisaLnce about the work on any property either public or private , and such regulations as are requixed by Law shall be peat into immediate force and effect by the Contractor , The necessary sanitary conven.iencen fo> use of laborers on the work , properly secluded from public abservation , shall be constructed and maintain6d by the Contractor and their use shall be strictly enforced by the Contractor . All such facilities shall be kept in a clean and sanitary condition, free frow 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 so placed and used , aad 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 neces*ary by the Engineer. The Contractor is required to maintain at all times all phases of his work lin such a maaner as not to impair the safety or convenience of the public, including , but not limited to , safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall Make adequate provisions to- render reasonable ingress and egress for normal vehicular traffic,. except daring actual trenching or . pipe installation operations , at all driveway crossing4 . Such' provisions MRY include bri gas valves , or manholes in the vicinity. The D ner renerves the aright 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-f6ur hours notice ih writing to the Contractore save in oases of emergency when it shall have the right to remedy any neglect without notice , and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from 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 Poi.ice Department , when any street or alley is requested to be closed or obstructed or any fire hydrant is to be mad4: inaccessible , arid, when so directed by the Engineer, shall keep any street, struts, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstractad streets , alleys or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such cressings. The Contractor shall at all titwes conduct his operation &nd the use of construction machinery so as not to damage or destroy trees and shrubs 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. CG-6 . 6 PRIVILEGES OF CONTRACTOR IN STREET'S , ALLEYS , AND RInHT-Df'-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 stand in au.ch space, but no more than is necessary to avoid delay in the construc-tioR operations . Excavated and waste materials shall be piled or st.ao-ked in such a way as not to interfere with the ase 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 railway trades, the work shall be C6-6 (3 ) 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 worse . Any --additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. Cf-6 , 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of -way of any railway , the City will secure the necessary easement for the work. Where the railway tracks are to be gassed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performisng the work and tape all precautions for safety of property and the public . Negotiations with the railway companies for 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 intentiono to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents . C6-6 . 8 BARRICADESIF WARMINGS AND WATCHMEN: Where the work is cariieff 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 watchmen , ana 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 coior that will be virible 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 fromg and vehicle's from being driven on or into , any work under construction or being- +maintained. The contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers tv protect the wdrk and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the "1960 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the a,utbarity of the "State of Texas Uniform Act Regulating Traffic on Highways" , codified as Article 6701d Bron °s Civil Statutes , pertinent sections being Section Nos . 27 # . 90 30 and 31. Cf--6 ( 4 ) 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 Cantzactor shall contact the Transportation and Public Works department , Signa and Markings Division ( phone number 8780-.8075 ) , to remove the sign . In the case of regulatory signs, the Contractor must replace the permanent sign with a to-mpvra, ry sign meeting the requirements of the above referenced manual and such titwporary 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 ret . When construction warp xs completed to the extent that the permanent sign can be re-installed, the Contraotcr shall again contact tete Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until, suoh re-installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchmen to protect thew . 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 shah, 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 for 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. CG-6 . 9 USE OF EXPLOSIVES , DPP? WEIGHT , ETC. : Should the Contractor eject 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 C -6 ( 5 ) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the ase of explosives is to be permitted on the project{ as specified in the Spacial Contract Docaments ; or the use of I xplosives 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 ariaing out of such use of expl.csives. All claims arising out of the use of explosives shall be investigated and a written report rade by the contractor ' s insurers to the Engineer within ten ( 10) days after receipt of written notice of the claim to the Contractor from either the Oity or the claimant. The City shall proceed to give r�ctice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. whenever explosives are stored or kept, they shall be dtored in a safe and secure manner and all storage places shall be plainly marked 'DANGEROUS EXPLOSIVES" and shall be under the caLre of a competent watchman at all. times . All. vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall , insofar as-. possible , not use heavy traffic routes- 6-6 . 1a WORK WITNIN 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 ,flay 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 own 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 riot 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 speci € icallY 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 C6--6 (6 ) every precaution to prevent damage to all trees , 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 lutes , or appurtenances thereof , including the construction of temporary fences , and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of ptiblic or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in acivanue of the beginning of the wo. 1k. Notices shall be applicable to bath public and private utility companies or any corporation, company , individual , or other , either as owners or occupants , whose land or interest in land might affected by the work . The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect , or misconduct in the Manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act , omission , neglect , or misconduct in the execution of the work , or in consequence of the tion-executicrt thereof on the part of the Contractor , he shall restore or have restored at his own 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 replacing and restoring as may be d irec-ted 'by the owner , or he shall make good such damages or injurer in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a bet'ter than original condition upon completi-on of this project . When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut . Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits , before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when tete site is vacated overnight , and/or at all times to prevent livestock from entering the construction area. The cost for fence removal , temporary clos"res and replacement shall be subsidiary tc the various items bid in the project C6-6 ( 7 ) proposal . Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury , the Owner imay, upon 48 hour written notice under ordinary circumstances , and without notice when a nuisance or hazardous condition resultse proceed to repair , rebuild, or otherwise restore such property as may be determined by the Owner to be necessary , and the cost thereby will be deducted from any morsie.s due or to become due to the Contractor under this Contract . C6--6 . 11 INDEPENDENT CONTRACTOR: It is underatodd and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer , agent , servant or, employee of the Owner . Contractor shall have exclusive control of and the exclusive right to control the details of all. the work and services performed hereunder , and all persons performing same, and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subcontractors , licensees and invitees . The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers , agents , employees , contractors and subcontractors , and nothing heroin shall be construed as creating a partnership or joint enterprise between Owner and Co€l t rac tsar. C6 - 6 . 12 CONTRACTOR ' S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to, find does hereby indemn fy , hold harmless and defend Owner , its officers , agents , servants , and employees from and against any an all claims or suits for property damage or loss and/oar 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 w6rk arra services to b.e pdrf ormed hereunder by Contractor, its officers, agents , employees,- contractors, subcontractors, licensees or - invitees , whether or not caused , in whole or in part , by alleged negligence on the part of officers , agents , servants , employees , contractors , subcontractors, licensees and tnvitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers agents, servants and employees for property damage or loss , and/or personal injuries , including death , to any and all persons of whatsoever kind or chat-acter , whether real or asserted, arising out of or in connection with , dire=ctly or indirectly, the work and services to be performed hereunder by Coutractar , its officers , agents employees , contractors , subcontractors , licensees and invitees, whether or not catas ed , C6-6 ( 8 ) in whole or in part , by alleged negligence of officers , agents , servants , employees , .contractors , subcontract-ors , licensees or invitees of the Dwnezc . Contractor likewise covenants and agrees to, and does hereby, ind8nidif,y and hold harmless Owner from and against any and all injuries,loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether &rising out of or in connection with or resulting from, in whole or in part , any and all alleged acts or omissions of officers , agents , servants , employees , contractors , subcontractors , licenses, 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 by the Director of the Water Department for a period of 30 days after the date of such final inspection unless the Contractor shall suhmit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim coacerned remains unsettled as of the expiration of the above 30--day period, the Contractor may he deemed to be entitled to a semi-final payment for work completed, such semi-final payment to he in an amount equal to the total dollar amount then due less the dollar value of any w-zitten claims pending against the Contractor arising out of the 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 wham such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performers unless the Contractor submits evidence in writing satisfactory to the Director that : 1. The claim has been settled and a release has been obtained from the elaimaQt involved, or 2 . Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed. if condition ( 1 ) ahotre is met at any time within the sit manta, period, the Director shall reconunend that the final payment to the Contractor be made. If condition ( 2 ) above is met at any time within the sic month period , the Director may recommend that the final p'ayrnent to the Contractor be made . At the expiration of the six mQnth period the Director may reco=end that final payment be made if all other work has been performed and all other obligations of the Contractor have been meet to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department- Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. G-6 . 13 CONTRACTOR' S CLIAIM FOR DAMAGES: Should the Contractor c a2.rn compensat ori far any alleged damage by reason of the acts or omiss�ions of the Owner , he small within three days after the actual sustaining of such alleged damage, make a written statement to the Bngineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustaio0d, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, ipon request, shall give the Engineer access to all banks of account, ,receipts, vouchers , bills of lading, and other books or pagers containing any Evidence as to tine amount of such alleged damage . Unless such statements thall be filed as hereinabove required, the Contractor ' s claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. 6-6 . 14 ADJUSTMENT OR RZLOCATION OF PUBLIC UTILITIES ETC. : In case t is necessary to chang4e , move , or alter in any manner the property of a public utility or others , the aaid property shall not be moved or interfered with until orders the have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6 . 15 TEMPORARY SEWER AND DRAIN CONNECTIONS:IONS: When existing sewer lines have to be taken up or removed, the Contractor shall , at his own expense and cost, provide and maintain temporary outlets and connections for all ,private or priblic 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 diversions . Tba Con-tractor , at his own cost and expense, shall construct such troughs , pipes , car other structures necessary, apd be prepared at all times to dispose of drainage and sewage C6TG (10 ) received from these temporary connections until such timos as the permanent connections are built and are in service . The existing sewers and connections shall be Dept in sexvice and maintained under the Contract , except when �ipecif ied 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 ao that the work under construction will be adequately protected. C5-6 . 16 ARRANGEMENT AND CHARGES FOP, WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in cannection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City mater DepartmeA for no drying. 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 ardor valves is detailed in section E2-1 . j USE OF FIRE HYDRANTS AMD VALVES in these Genera. Contract Documents . When meters are used to measure the water , the charges , if any, for water will be 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 ordinance applies , payment shall be made an estimates and rates established by the Dire-ctor of the Fort North Water Department. C6-5 . 17 USE OF A SECTION DR PORTION OF THE WORK; Whenever, in the opinion of the Engineer , any section or portion of the work ok any structure is in suitable condition, it may be put into use upon the written order 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 to deficient operations on the part of the Contractor , shall be performed by the Contractor at his own expense. C6-6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORKi Until written acceptance by the Owner ag 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 wont or any part C6-6 ( 11 ) 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 male good at his own expense all injuries or damage to ars portion of the work occasioned by any of the heareinAbove causes . 6-6 . 19 NO WAIVER OF LEGAL RIGHTS; Inspection by the Engineer or any order by the ownei 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 erroz that may be discovered in any estimate that may have been paid and to ad just the same to meet the regiiirements of the Contract Documents. efi-6 . 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying ou-t the provisions of these Contjract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the autborized representatives of the Owner , either personally or otherwise as they are agents and ragresentatives of the: City. CG-0 . 21 STATE SALES TAX: On a contract awarded by 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 Cor tractor may purebase, rent or lease all materials , supplies and equipment -used or consumed- in the performance of this contract b issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to c4omPly With State Comptroller ' s Rialing . 007 . Any . such exemption certificate issued by the Co6tractor in lieu of the tate shall be subject to and shall comply with' the provistoas of State Comptraller � s Ruling . 011 , and any other applicable Statim Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. on a contract awarded, by a developer for th6 const"ction cf a publicly-owned improvement in a street right-of-gray or other easemrant which has been dedicated to the public and the City of Fart Wortb , an organization which' qualifies for exemption pursuant to the provi. sxons of Article 20. 04 (H ) of the Texas limited Salez , EXF_:ise , and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. CG-5 (12 } Limitj►d Sale, Excise and Use Tax permits and information can be obtalwid from: comptroller of Public Acro-unts Salo 'fax DivisiQn Capitol Station Austin , TX C6-6 {l } PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SRCTION G7-7 PROSECUTION AND PROGRESS C7-7 . 1 SUBLETTIUG : The Contractor shall perform with bis own organization , and with the assistance of workman under his immediate superintendance, work of a value of nct less than fifty (50% ) percent of the value embraced in 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 tete Engineer will be with the Contractor . Subdontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will riot 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 ass gn, transfer, sublet, convey, or otherwise dispose of the contract or his rights , title , -or interest in or to the same or any dart thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by Lhe Sureties. If the Cantractor 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 state, 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 operation , the Contractor shall submit to the Engineer in five ox mare copies , if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brier outlining in detail and step by step the manner of C7-7 (l) 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 also 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. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents . Any deviation from scup sequencing shall be submitted to the Engineer for his appr6val . Contractor shall not proceed with any deviation until he has received written approval from the Engineer . Such specification or approval .by the - Engineer shall riot relieve the Contractor from Lhe full respornsibility of the complete' pertormance of the Contract. The contract time may be changed only as set forth in Section C7-7 . 8 "Extension of 'dare of Completion 's of this Agreement , and a progress schedule shall not constitute a change it the contract time. C7 -7 . 4 LIMITATIONS OF OPERATIONS : The working operations shall at all times be cond-ucted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time When , its the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finis, the section on which operations are in progress before the work is commenced on any additional section of street. C7-7 . 5 CHARACTER OF WORKMEN] AND EQUIPMENT: Local labor Shall be used by the Contractor is available. The Contractor -may bring in from outside the City of Fort Worth his key nen and his superintendent . All other wor uten , including equipment operators , may be imparted only after the local sugpiy is exhausted . The Contractor shall employ only such superintendents , .foremen , and workmen who are careful ; competent, "d fully qualified to perform the duties or tasks assigned to then, and the Engineer may demand and aocure the summary dismissal, of any person or persons employed by the Contractor in or about or on the work rorho, in the opinion of the owner , shall misoondi,xot himself or be found to b,�-_ incompetent , disrespectful , intemperate , dishonest , or C7-7 ( 2 ) otherwise objectionable or neglectful in the proper performance of his or their duties , or who neglects or refries to comply 'with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill , ability , and experience. to properly perforin the work assigned to therm and operate any equipment necessary to properly carry out the performance of the assigned duties, The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for 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 airy part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory , safe and efficient working condition . Equipment on any portiorn of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7 . 6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as definers in C1-1 . 23 "WORR IN DAY" 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 he made to the Engineer no later than the proceed-ing Thursday. b. Any work to be done on the project on sunk a specific Saturday, Sunday or Legal Holiday must bp- , in the opinion of the Engineer , essential to the time.y completion of the project, The Engineer ' s decision shall be final in re-sponse to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no evtra compensation shall be allowed to the Contractor for any work performed on such a speci € ic Saturday , Sunday or Legal Holiday. Calendar Days shall be defined in C1-1. 24 and the Contractor may work as he so des i res . C7-7 ( 3 ) 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 i-r1 the Work Order. failure to coo so shall he 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 whale work will be perfoTmed and the premises cleaned up in accordance with the Contract Documents and within the ti. Fae established in such documents and such extension of time as may be properly authorized by the Owner. C7-7 . 8 EXTENSION OF TIME COMPLETION: The Contractor t 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 tha time alleged cause of delay shall have occurred. Should ars extension of the time of completion be requested such request will be forwarded to the City Council. for appraval In- adjusting the contract time for completion of work , consideration will. be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor , including but limited to acts of the public enemy , acts of the owner , fire , flood , tornadoes , epidemics , quarantine restrictions , strikes , freight embargoes , or delays of sub-contractors due to such causes. When the date orf completion is based on a calendar day bidr a request for extension of time because of incicmE�!nt weather will not be considered. A request for extension of time due to inability to obtain supplies and maf.eriala will be considered only when a review of the Contractor ' s purchase order dates and ether pertinent data as regue'sted by the Engineer indicates that the Contractor has mad8 a boiiafide attempt to secure delivery on schedule . This shall include efforts to obtain the supplies and materials from alternate sources in lase the first sourua cannot make delivery. if satisfactory execution and completion of the contract should require- work and. materials in greater amounts or quantities than those set Touth in the approved Contract Documents, thea the contract times may be increased by Change Order. U7-7 . 9 DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work , except when direct and unavcidable extra cost to the Contractor is caused by the failure of the City to provide information or material , LE 7-7 ( 4 ) any, which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . lir delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work , or by the failure of the City to provide material or siecessary 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 sueh extension of time skull release the Contractor or the surety on his performance bend from all his obligations hereunder which shall. Tremain .in full_ force until the discharge of the contract. C7- 7 . 10 TIME OF COMPLETION; The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate plane 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 s reali. 3tic 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 Citi will become the time of: completion specified in the Contract Documents. For each calendar day that any work shall retain uncompleted after the time specified in the Contract Documents , or the increased time granted by the Owner , or as automatically increased by additional work or materials ordered after the contract is signed, the sum ger day given- in the following schedule , unless otherwise specified in other parts of the Contract Documents , will be deducted €rom monies due the Contractor , not as a penalty , but as liquidated damages suffered by the Owner . AMOUNT OF CONTRACT Less than 5, 000 inclusive ; 35 . 00 5 , 001 to 15, 000 inclusive 45 . 00 15, 001. to 25 ,000 inclusive 63 . 00 25 , 001 to 50, 000 inclusive $ 105 . 00 $ 50, 001 to 100, 000 inclusive 154. 00 100, 001 to $ 500, 000 inclusive 210 . 00 C7--7 (5 ) * This section has been revised for this project (Sanitary Sever Main 244- Parallel Collector Contract 2). Defer to DA-13 8 Liquidated Damages. $ 500ro01 to $1 , 000 , 000 inclusive 315.- 00 $1 ,.000 , 001 to *2 ,000 , 000 inclusive 420 . 00 $2, 000, 001 and over The parties hereto understand and agree that any harm to the City caused by the Contractor # s delay in completing thte work hereunder in the time sgec.ifiii�!d by the Contract Documents would be incapable or very difficult of accurate estimation , 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 . 11 SOSp2N ZO BY COURT ORDER : The Contractor shall suspend operat cans on such part yr 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 event 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. 7-7 . 12 TBKPORARY SUSPENSION: 'etre Owner shall have the right to Suspend the wore 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 unfavorable conditions which in the opinion of the owner or Engineer cause further prosecution of the work to be- unsati.sfar-tory or detrimental to the intereot of the project. During temporary suspension of work covered by this contract , Eor any reason , the owner will makEe no extra payj[Dent for stand-by time of construction equipment and/or construction crews . - Tf it shotild become 'necessary to stispend 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 wa r, and he shall take y` everprecaution to prevent damage or €�eteria>rati.an of the work performed; h8 shall provide suitable drainage about the work, and erect temporary structures where necessary_ Should the Contractor not bl� 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 THS TIME OF COMPLETION , and sbould it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving lois quip ant off the job and returning the necessary is doterznineci by fhe 'En equipment to the job when it C7-7 ( 5 that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort north. The Contractor shall not suspend work without written notice From the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7 . 13- TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United. States or other .lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor , materials, and equipment for the prosecution -� of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing; giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If , "after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then 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. may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final- settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on work which has .not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF 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 cancelled 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: C7-7 (7 ) b. Substantial evidence that progress of the work operations by' Contractor is insufficient to complete the work within the specified. time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. .Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work -satisfactorily. f. Failure on th-e 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. i. 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. anner. -k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor ' s Sureties. When work is suspended for any cause or causes , or when the contract is cancelled, 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 the written C7-7 ( 8 ) consent of the owner , sublet the work or Lhat portion of the work as taken otter , provided however , that the Sureties shall exercise their option , if at all, within two wie, bks after the written notice to discontinue the work has begn served upon the Contractor and upon the Sureties or their authori2-ed 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 is accordance with the terms of the Contract Documents. A11 monies remaining due the Contractor at the time of this default shall thereupon become duo and payable to the Sureties as the work progresses , subject to all of the terzas of the Contract Documents . In case the Sureties do not, within the bereinabove specified time, exercise their right and option to assume the contract responsibilities , or that portion thereof which tie owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necossaryt and the Contractor her-asto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment, supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor , materials , tools , equipment , and all expenses incidental thereto, The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter 'to the COntxcactor uadeT aAd by virtue of the Contract or any part thereof . The Owner shall not be r-aguired to obtain the lowest bid 'for the work completing the contract, but the expense to be deducted sham. be the actual cost of the owner of such work . in case such expenses shall exceed the amount which would have been payable under the Contract, if the sane had been completed by the Contractor , then the Contractor and his Sureties shall pay thn amount of auch excess to the City ort notice from the Owner of the excess due. When any particular parE sof the work is being carried on by the Owner by contract or otherwise under the provisions of this section , the Contractor sb-all continue the remainder of the work in conformity wikh the terms of the Contract oocaments and in such a aanner as to not h ioder or in to r fere with performance of the work. by the Owner- C7 -7 . 15 wrn r_C7 -7 . 1.5 FULFILLMENT OF CONTRACT : Tyre ,Contract will be considered as having been fulfilled , save as prQvided in any bond or bonds or by law, when. all the work and all sections or parts of the project covered by the Cort;fact O:ootamenLs dove C7-7 ( g ) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner, C7-7.15 TERMINATION FOR CCNVEJgIENOE C)F THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the owner in whole , at from time to time in party in accordance with this section , whenevi2z the Owner shall determine. that such termination is in the best interest of 'the Owner . Any such termination shall be effected by mailing a notice of termination to the Coutraotor specifying the ax tent to wbi.ch performance of work under the cantxact is terminated , and the date upon which such termination becomes affective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is' placed in the United States Mail by the owner . Further , it shall be deemed conclusively presumed- and establisher) that such termination is made with just cause as therein stated;, and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION : after receipt of a notice of termination , and except as otherwise directed by the Engineer, the Contractor skull : 1. Stop work under the contract an the date and to the extent specified -in the notice of termination; . place -no futtber orders or- subcontracts for materials , services or facilities except as may be- necessary for completion of such poi-tion of the, work under the contract as is not termiriatedi 3 . te-rmivate all orders and subcontracts to the exttept that. they 'relate to the performance of work terminated by the notice of termination; 4 . transfer- title to the owner and delivtr in the manner, at the tines , and to the extent , if any, directed by the Engineer: C7-7 (10 ) a, the fabricated or unfabricatj!�!d parts , work in process , completed work , supplies and other material produced as a part 'of , or acquired -in connection with the performance of , the work to rini na ted by the no L ice of 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 part of the work as shall not have been terminat4�d- 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 tete progecty 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 gmality , of any or all items of ter-mination inventory not previously disposed of , exclusive of itams the disposition of which has been directed or authorized by the EDgineer. Not later than 15 day% 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 sterns are stored , within 45 days from the date of submission of the list, and any necessary ad j TL�S tmen is to correct the list as submitted, shall be made prior to final settlement, C. TERMINATION CLAIM: Within 60 days after notice of terrnin�tion , the Contractor shall submit his termination claim to the Ejagine8r in the fort and with the certif inatioa presor i bed by the Eng i rnenr . Unjess one or mare extensions in writing arm granted by the Owner upon requeoL of the Contractor , made in writing within such 60-day period oc authorized extension thereof , any and all such claims Shall be conclusi sly deemed waived_ C7-7 (11 ) D. AMOUNTS ,. Slobject to the provisions of Item 07-7 .16 (0) , the Contractor and owner may agree upon the whole or ani' part of the amount or amounts to be paid to the Contractor by reason of the total or partial, termination of work pursuant hereto provided, that suuh agreed amount or amounts shall nearer exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount . No amount shall be dire for lost or anticipated profits . Nothing in C7-7 . 16 ( E ) hereafter , prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, sbatll be deemed to limit, restrict or otherwise determine or affect the amount or amounts which mai* be agread upon to be paid to the Contrar-tope pursuant to this paragraph. E. FAILURE TO AGREE: In the .event of the failure of the Contractor and the. Owner tc agree as provided in C7-7 . 16 ( D ) upon the , die abount to be paid to the Contractor by reason of the termination of worm pursuant to this section the Owner shall determine, on the basis of information available to it , the amount , if any , date 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 ( a ) all unliqu..i'dated advance or other payments on account theretofore made to the Con tractor , applicable to the tarrainated portion of this contract ; ( b ) aay claim which the Owner may have against the Contractor in' connection with this contract; and ( c ) the agreed price for , or the proceeds c_f 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 reg--est in writing for an C7-7 (12 ) egt1itable adjustment of the price or prices specified in the contract relating to the continued portion of the contract ( the portion not terminated by the notice of �ermiaation ) , such equitable adjustment as may be agreed upon shall be rade iz such price or prices ; nothing contained heroin , however , shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contras t does not contain an established contract price for such continued portion . H. NO LIMITATION OF RIGHTS: Noticing contained in this section shall limit or alter trhs rights which the owner may have for termination of this contract ander C7- 7 . 14 hereof entitled " Suspension of Abaadonment of the work and 7rnendment of Contract" or any other right which owner may have for default or breach of contract by Contractor . C7-7 . 17 SAFETY METHODS AND PRACTICES:- The Contractor shall be responsible for ani,tiatinq , 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, iu eluding death, or damage in connection with the work. 7-7 ( l3 ) PART C - GEWERAL CONDITIONS C$-8 MEASUREMENT AND PAYMENT SECTION C8--8 MEASUREMENT AND PAYMENT CB - 8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acoi5�ptably completed under the terms of the Contract Documeats shall be made by the Engineer , based on measurerni�nts made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents , numbers , and weights of the materials and items installed. CB-8 . 2 UNIT PRICES : When in the Proposal a "Onit Price" is set forth, the said "Unit Price'" shall include the fuirnlshing by the Contractor of all labor, tools , materials, machinery, equipment , appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents.. The "Unit Price" shall include all permanent and temporary protection of overhead , surface, and underground structures , cleanup , finished , overhead expense, bond, insurance, patent fees , royalties , risk ague to the elements and other causes , delays , profits , injuries , damages claims , taxes , and aJJL 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 Sten" is set forth, the said "Lump Sura" shall represent the total cost for the Contractor to furnish all labor ,. tools , materials , machinery, equipment , appurtenances , and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional.. item as detailed in the nrn Special Contract Docmits and or Plans. CS-8 . 4 SCOPE OF PAYMENT: The Contractor shall receive and accept tEi cornpensatiorx, as herein provided , in fall payment for furnishing all labor , tools , materials , and incidentals for ,performing all work contemplated and embraced ander 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 of the work at any time CB-8 ( 1 ) before its final acceptance by the Owner, (except as provided in paragraph C5-5 - 14 ) for all risks of whatever description connected with the prosecutign of the work , for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks , copyrights , or other legal reservations, and for completeing the work in an acceptably manner according to the terms of the Contract Documents, The payment of any current or partial estimate prior to 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, ren8w, or replace -at his own anti 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 of about the construction of the work under contract and its appurtenances, or any - damage clue or attributed to such defects , which defects , imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work- or during the one year guaranty pefiod after 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. C8-0. . 5 PARTIAL ESTIMATES AND RETAINAGE_ Between the lst and 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 raonth, or eatimate period under the Contract Documents . Not later than the loth day of the month the Engineer shall verify such estimate , and if it is found to be acceptable and the value of work performed since the last partial payment was mzide exceeds ore ' hundred doh. iars ( $ 100_ 00 ) in amount, 90% of such estima-Led sum will be paid to the Contractor If the total contract amount is Less than $ 400 , 000 , or 95% of such estimated sum will be paid to 'the Contractor if the total contract amount is $400,000 or greater within twenty-five ( 25 ) days after the regular estimate period. The City will have the option of preparing estimates on furans furnished by the City . The partial estimate may - include acceptable nonperishable materials delivered to the work which are to be incorporated into the work. as a permanent part thefeof , but which at the the time of the estimate have not been installed . ( such payment will be al.lcwrp-d on a basis of 85% of the net invoice value thereof . ) The Contractor shall Burnish the Engineer such information as he may request to aid Ca--8 ( 2 ) film as a guide in the verification or the preparation of partial estimates. it is understood that the parfial estimate from month to month will be approximate only , and 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 respgct, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities tinder the Contract Documents . The City resarves 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, 9-8 . 6 WITSHOLDING PAYMENT : Payment an any estimate or estimates may be held. in abeyance if the performance of the construction operations is riot in accordance with the requirements of the Contract Documents. CR-9 . 7 FINAL. ACCEPTANCE : When,5�ver 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 Contactor , the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection . The Engineer shall notify the appropriate officials of the Owner , will within a reasonable. time make such final inspection , and if the work is satisfactory , in an acceptable condition , and has been completed in accordance with the teras of the Contract_ Documents and all approved modifica'tions thereof, the Engineer will initiate the processing of the final astimate and recommend final acceptanc8 of the project and final payment therefor as outlined in C8-8 .8 below. C8-6 . 8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been coinpleted 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 bd prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All parior estimates upon which payment has been made are subject to necessary corrections ar revisions in the final Payment. C8-8 ( 3 ) The amount of the final estimate , less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be paid to the Contractor within 50 days after final acceptance by the Cerner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to sublrission of the final estimRte for payment , the Contractor shall execute an affidavit , as fu rnisbed by the Cite certifying that all persons , firms , associations, corporations , or .other organizatir#ns furnishing labor and/or imaterial.s have been paid in fully that the wage scale established -by the City Cownci.l in the City of Fort Worth has been paid , and that them 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 ander the Contract fQr anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City r8lating to or connegted with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter, CB-8 . 9 ADEQUACY OF DESIGN:' It is understood that the Owner shaves it has employed competent -engineers and designers to prepare. the Contract Documents and all modifications icati.ons of the approved Contract Documents . It is , therefore, agreed that the Ower shall be responsible for the adequacy of its own &�aign featureso sufficiency of the Contract UQcuments , the safety of the structure , and the practicability of the operations of the completed project , provided the Contractor has cormplied Frith the. requirements of the said Contract Documents , all approved. modifications thereof , and additions and alterations thereto approved in writing by the Owner * '�`k�� burden of proof of such compliance shall he upon the Contractor to show that he has . complied with the said requirements of the Contract Documents, approved modif i rations thereof, and all approved additions and alterations thereto. CB-8. 10 GENISRAL GUARANTY: Neither the , final certificate of payment nor any provia on in the Contract ]]acuments nor partial or entire occupancy :or use of the premises by. the Owner shall constitute an acceptance of work not done is accordance with the Contract Do.cum�lnts or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or warkman8hip . The Contractor shall remedy any 3efects or damages in the work and C8-8 ( 4 ) pay for any damage to otber work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the perEormance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable pramptness. C8-8 . 11 SUBSIDIARY WORK : Any and all work specifically governed by documentary requirements for the project , such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific it.�rn for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cast of which shall be inn-luded in the price laid in the Proposal, for each bid item, Surface restoration , gook excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF HATERIAD: Material may be allocated tinder 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 . PayT:a6t for miscellaneous placement of matarial snail be in accordance with the General Contract Documents regardless of the actuAl amount used for the project. CS-8 . 13 RECORD} DOCUMENTS : Contractor shall keep on record a copy of all specifications , plans , addenda, modifications , shop drawings and samples at the sitef in good order and annotated to show all changes made during the construction process . These shall be delivered to Engin er tipon completion of the work. C8-8 ( S ) Supplementary Conditions to Section C SECTION Cl: SUPPLEAENTARY CDIVDPTI ONS `ro PART C- GENERAL COND ')C ONS A� General 'hese Supplcinrmtary Conclidons amend or supplement the General Cartdittons of the Contract and other provisions of the Ciaiitract Documents as indicated below. Provisions which are not so-amended or suppidinented remain in full force and affect, 8. 0:1,8.5 PAIN LST TLS AND RF?TAINAGE: Page 8-8 (2), should be&leted in its rntimty and ivplaced with thf, feIIowing: Partial pay estirnates shall he submitted by the Contracior or prepar;d by the City on the 5th day and 20th day of each month that the work is in progress. The ostimate shall be proceeded by the City on thP, 10th day and 25th day m-ipeetivel . Estirrrates will be paid within 25 days following the; and of the eatimate p(;tiod, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials deliverad to tho work plaee which are to be incorpor'oted into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such material$ are includcd within a pay estimate, payment shall he, Nv:ed upon 85% oFthe net voice value thereof. The Contractor will furnish the En&oer such information as may he reasonably requested to aid in the verification or the preparation cfthe pay estimate. For contracts of less than $400,000 at the time of execution. retainage shall be ten per cash (I0%). For contr-acla of$400,000 or mono at tli.e time of execution, w1ain4a shall be five perce'Ut (5%). Contractor shall pay gijbcontrAdtors in accoM wMi the'subc;ohtmet Agreement within five (5) bminess days after receipt by Contractor of the payment by City. Contractor's failure to mAc the rewired payments to subconizamrs will autl win the City to withhold future payments from ilio Contractor until compli mee with this paragraph is accomplished. It is understood that the partial pay esdirlateo will lac approxirAkr, Daly, and all partial fray estimates and payment of same will he subjea to correction in the estimate rendered following Lhe discovery of the mistake in any previous ustimatc. partial payment by Owner For the arnowit of wwk done or of its quaUly o sufficiency or acceptance of the work done, shall not releaso the Contractor of any of its responsibilities under tlxr Coil tmct.DocUintatts. The City reserves the right to ithtinld the payrrrcnt of any parlial estim&6 if [lie Contractor fails to perform the work. in atrkt. sccorr&ace with Ckesperifications ora. other provision-,of this contract. C. Dart C - General Conditions: Para aph 0-3.11 ofthi-, General Condilicons is deleted and replaced with D-3 of Part D - Special Conditions. D. 3-3.11 Il�c URANCE: Page C;3-3 (b); Delete subpa.ragnaph "g. LOCAL AGENT FOR Qd URANCE AND BONDING" Devised Pg. l 1 W24/02 E. Cf-&.11 CONTRACTOR' ' RESPONS[13_ LFT FORDAmACi) !_Ilei. , Page C6-6 (8), is deleted in its calirety and rep]aced with tha following: Coutractor covenants and agrQes to indemnify r;iVs engineer and architect, and their personnel at the project site for Contractor's sole negljge-nce, In addition, C antmetor covenants and agrees to indennnif , hold hatm.less and defend, at its own "perjae, Ilse Owner, its officers, servan#s and cmployaes, from and against any and all claims or suits for propetty loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be perf'ormad hereunder by Contractor, #is otTicura, agents. cmployees, subcontractors, licensees air invilms, whether or not unr such iniu+-y, durnsaim or tlr is na-used, in whole or in i7art, by the o�r��rcLi&,ore or alleged ng1i. ,rnre of Owner, its o "rs, sc ,urnj,, or" emnloyee8, C'ontrac�ter lik ise coverianty and agrees to ia&mnify and hood harmless the Domer Il-om and against any and all injuries to Own&s officers, servar" and employem and any damage, loss or destruction to propefty of the Owner atrisin g t' m the performance n any of the tcrms-acid conditions of this Contract, whether or nal any such Ifilary or damage is caused in whole or r-nr Parr by$hf P191,01-42" or alle M nreifizenve of Owner. ifs offlee-P&ser'vare�s or ema[opeex. - --- In the, event Owner receives a written claim for damages against the Contractor or its subcontractors prior to f'mal payment, final payment shall not be made, until C ontractor 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 ak letter from Contractor's liability inswance carrier that the claitn has been ru£orred to the insurance carrier. The Director may, if he deems it APPropriate, refuse to accept tads on otlief City of Fott Worth public; work from a Contractor agauist whore a claim for damages is outstanding as a result of work performed under a City Con l". INCREASED OR DECREASED UA!*]TrMS; Pari. -Generd Condfilans, S=tion C44 SCOPh OF WORK, Page C 4A (1), revise paragraph 04-4.3 .I CURSED OR DECREASED QUANTUTES to read as .fol.lowg: The Owner reserves the right to alter the quantities of the work to bic perl"orrned or to extend or shorten the improv-monts at any time when And as found to be nee ary, and the Contractor shall perfornx the work as altered, increased or decrcase;d at the iuiit prices as esub6sKiEd in the contract doeurment�. No allowance will be made for any chauge s in lost car anticipated profits nor shall su,elt changes he considered as waivuig or invalidating any conditions or provisions of the Contract Documents, Variations in quantities o r sani tary sewer pipes it depth categari es small lac interpreted herf3'n as applyuyg 10 the 0ver4l I quanti tir-9 Of sanitary sewer pipe in each pipe size but not to the various depth categories. Rc;visud pg. 10/24102 i C. C3-3.11_INSURANCE: Page f'3-3 (7): Add subpuagaph "h. ADDITIONAL I SURANt=`l? REQUIREMENTS" a. The City, its officers, umpioyee;s and �wmwts shall be mdorsed as ars additional insured on Contractor's insurance policies excepting employer's liability insuranele cover.age under Contractar"s workers" cuAipensation insurasice policy. b. Certifiic eg of insurance shall be delivered to the City of Fort Worth, carttract administrAor in the res-peA-.tive, department as specified in the bid doc=ents. 1000 Throckmarton Arent, Fort Worth, TX 76102, lsrior to cvmmenceIIICnt of work on the contracted project. e. Any failure an part of the City in request required insurance domimcntation shall not constitute a waiver of the insurance fequirements specified herein, d. Each insurance policy shall be endorsed to provide the City a mini um thirty days nolWc; of cancellatiort, non-m al, and/or rnatcdal change in policy terms or coverage:, ten days notiec shalI be acceptable ire the avert ofuon-payment of premium. c. Insurers, must be authorized to ilei business in tha State of Texas Had have a current A,M, 13esi rating of A: VII or egnivialent measurb of financia] strength and.soIvoncy. f. Deductible [itnits, or self-funded retention limits, on each policy must not cxcu d $10,000.00 per occurrence unless otherwise: approved by the City. g. Other than warmer's compersation insurance, in lieu of tr�adilion a] insurance, City may considor alternalivc coveragv, or risk treatment meastu-es through insurance pools or risk retention groups. The City musl approv6 in writing any ulternalive coverage. IL Workc& coniponsation insuramo policy(s) covering employees employed on the project skull be endorsed with a waiver of subrogwien provi6 g rights of recovery in favor of the City. i. City shall not be responsible fot 1he direct payment of insrirance premium costs for contractor's insuraaec. j. Contractor's }nstuance policies shall each be endorsed to provide that such insurance is primary protection and any sear-fi dcd or commemial coverage maintained by City shall not be called upon to ronh ibute to loss recovery. L fn the course Of I.he project, Contractor skull report, in a timely rnasuter, to City's of66ally dcsi.gnated contract administrator any known toss occurretice-which could give rise to a liability claim or Iawsui t err which could rosulE in a prrPperty loss. Rcviscd Pg, 3 I. Contractor's Iiahility shaLl. not be limited to the specified amaurtta of ilrsurance requirnd herein_ rn. LTpOn the request of City+. Contractor shall provide complete copies of all inaurauce policies r u red bar these contract documents. R. CS-8.4 SCOPE OF PA):jIL[�T{, Delete C'8-8_4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the l"ol E(> ing: The Contrutor "I receive and aec: t the compensation as herein provides, in rttil paYment for fitmishi.ng alt labor, 10018, Mak-rials, and incidentals for perfDrming all work contemplated and embraced under these Contract DocsimrMts, for all lass and damage axising out of the nature of the work or front die action of die ejements, for any Lmforesean dafects or obstructions which may arise or be encountered dosing the Prosecution which may arise or be encountered during thf-prosecution of the work at any time before its final accepta=e by the: Owner, (except as provided in paragraph Cr5-5.14) for ail risks of whatever description connected with the ProsecutiOn of the work, for all expeases incurred by or in consequence of the suspension or discontinuartce of such prosecution 0 F the working operations as herein specitiehd, or any and all infrinpernt!ata of Patents, trademarkN, coPYrights, .or other legal reservations, and for cr mpleting the work in aux acceptablc ina=er according to the, terms of the Contract Documents. The payment of any current or penial cute prior to the End acceptance of the work by the Owner 8fra.11 in no way constitute an acknowiedginQnt of the aecuplance of the work, matcrials, or equiprnent, nor in any way prr judi" or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper rmpcme" any dcfecis or imperfections in the construction or in the SU=gth or qualily of the material used or equipment or machinery NmishM in or about the construction of the work under contract and its appurtcnano�s, or any dainage due or attributed to such defects, which defects, irnperf cdons, or damage shall have been discovered on or before the Boal insp don and acceptance of the work or during the two ( ) year gusraaty period atter the fi[ial acceptance, The Owner shall the sale ju€lge of such defects, imperfections, or damage, and the Oantractor sLal l be. liable to 1lre: Owner for fail ure. to correct the same as provided herein. R. CS-S.1.D GENE- AL SUA RAE De:lctc C8-B.10, Genera! Our mnty at page Q-8(4) in deleted in its entirety and replacers with the fallowing: Neither the l-iml c t#i6 Gate of pay nitmi nor any provision in the Contract Documents, nor parka] or entire occupo,lcy ur nse of the premises by the 0 wner shat I comfitutL an acceptancc of work not alone in accilydance with the C O'Itruct Dgxument,�nr relkwo the C:anbmctnr of liability in respect to any express warranties or msponsibility for fautty rrtalerial;or workTuamhip. The Q. utractor shall rrmcdy any defecLs or damages in the work and pay.for any derange to other work or pruperty resulting therefrom which sha11 appear within a ptriud of two (2) yesrrs from the dote of f mt HDcLL ptance of the work unle&q a longer]clod is'specified and shall fbmish a goad and mffi .lent maintenarict bond in the arnounL of 100 perccnl I)fthe amount of the contract Revised Pg. 4 10/24/0 which.shall assure the perr'armance of the generaI guaranty as above outlined. The Owner will give notice of observed defects with rcasvaable promptness. Any reference tri any shorter period of timr- of warranty contained elsewhere within the tpecificatiom shall be resolved in favor of this speciGeations, it being the City's intent that the .C'ontractot- guarantee-itLg work- for a period of two (2) years Following the date of acceptance of the project_ Irl the Special €nstruction5 to Bidders, TPW contracts place the fiollowirg in lieu of the existing paragraph 2. d. Part C - Gencral Conditions-, S tion C2-2 NTERPRETATION AND PREPARATION OF PROPOSPage C2-2 (4)exchmige,paragraplis C2-2.7, C-2-2.8 acid C2-2.9 Willi the following: -2.7 DEUVERY OF PROPOSAL: No proposal will be conside and unless it is delivered, accompanied by iiq proper Bid Security, to the Purchasing Managcr or his representative at the oFficia] location and stated tune set fort1i in the "Not icc to Bidders. Il is the Bidder's sole resp onsibilit to deliver the }proposal at the proper time to the proper place. Hie mere fan[ Ihat a proposal was dispatched w i I I not be Considered. The Bidders must have the proposal actually deN vered. Each proposal shall be hi a sealed envelop plainly markW with the word "PRO POS AL," and the name or description of the project as de=signated in the"Nonce to Bidders." The envelope shall be addressed to the Purchasing Manager, C:i1y of Bort Wortli Pu.rcbasing Division, P.0, Bax 17 02 7, Fort worth, ,re as 76102. C2-2.8 WITIDRAWI 'PROPOSA>"S: Proposals aratu Ly filed with the Purchasing Manager oamot be withdrawn prior to the time set for opening proposals. A roqueqt f9r non-consideration of a proposal rlausI be made in wrilirig, addrmse€1 to the City Manager, and tiled with hies pnor to the time set for the opeabig of proposals. Aflor all proposals nal requested for noTi-considwation are opened and publicly reed aloud. the proposals for which noir-consideration requests have becu properly tiled may, at the option of the Owner, be returned unopened, .9 'L3L LPIIICC2-2ODIFICATION OF PROPOSALS: Any bidder map modify his proposal by telegraphic conununication at any tinie prior to the time set for opening proposals, provided such telegraphic cvmmanic;alion is received by the Purehming Manager prior lo: the said proposal opening time, and provided further, that tlye City Manager is -tatis ied 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 confimation is not received within fatty-eight (45) hours after the proposal opening time, no further cousideration will be giver:to the proposal C3-3.7 BONDS (C TY LET PI JE TS): Refereril.':e Part C, General Conditions, dates] November 1, 1987; (City let projects) :make the fallowing revi_slans., Devised Pg, 5 10/24/02 1. Page C'3-3(3); tlat paragraph alter paragraph C3-3.7d.01hur Bprids should be mvised to read: In order for a surety to be acceptable to the City, the surety must (1) halt] as certificate of author€ty from the Uniled States secretary of the treasury to qualify as a surety on ob4gatianr. permitted or regpired under faaderaI law; or ( ) have obtained rehsuran ce for any 11abili ty.in excess of$100,000 from a reinsurer that Is authorized and admitted as a reinsurer in the stato of Texas and is the holder of a certlflcato of 2authaft from the Urntied S lazes secretary of the.treasury to quslify as a surety on ❑bli nlions permltled or required under federal law, Satisfactory proof of arty 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. . Pg. C3-3(5) paraMph C3-3.1 t INSURANCE CE delete subpamgWh `°a, COMPENSATION INS t RAMC E". 3. Pg. C3-3( , Paragraph C3-3.1 i INS U ANCE delete subparagraph"g. L CAL AGHNT FOR [NSURANCE AND BONDItNO". L. 12XWT TO AUDIT. Part C - Crwieral Conditions, Section C-8-8 MEAS UREM ENT AND PAYMENT, Page CH-8 (5); add the foi.lowfiig C84.I4 RIGHT TO ALFDIT: (a)Con tracLar macs that the-City shall, until the.expiration of fbree(3) years-air final payment under €his contract, have access to and the right to examine and photocopy any directly pertincnt hooks, documents, papers and repords of the C,'onu=for involving transactions relating to this contract. Cantra3ctor ogees that the City shall have access during normal working hours to ail necessary Contractor facilities and shall be provided adequate and aappropriaau€ w-ark spa" in order to conoucl audits.in comp IiE mce Wif1h the provisions 0r ft r, section. The City shall give contractor reasonable advance notice a intended,audits, (b) Contractor furlhtr agrors to hic[tide in aall its subcontracts hereunder a provision to the effect That the subcontractor arcs thal Ute City shall, uuti.l tho expjr4ion ofthree (1) ye= ager Final payment under lbte subcotrtract, have access to and the right to t'x amine and photocopy any directly pertinent books, documents, papers and recur& of such gubcontractor, involving tri sanctions to the subcontract, and fhAlie:r, that City shall have.a}ccess during normal working hours to ala subcontractor l'aciIitleE, and shatI be provided aadoqur7te and appropriate work space, in order to eonducI audits in compliance with the provisiow of ttis article. City shall give subcontractor reason ble advance notice of intonded audits. (c) Ca nInctur and subcontractor agree to Photacop3'such documents as may be roque-qrd by the-City. The iter agces to r6anburse the Contractor for the coat of aapics as fol laws: 'Revised Pg. 6 10 24/0 1. 50 copies and under - l0 cents per page. , More titian 5G copies - 85 cents for Elie First page plus baleen cents ror tach Boge thereafter M. SITE PRE PARNFION': The Contractor sMl clear rights-cif--Wa or easenICRts of obstniction wWoh must be removed to make possible proper prosecution of the work as a part of this project construetion operations, The contractor's attention is dircc[ed to paragraph C6-6.10 work within ea-; r,ments, page C6-6(4), part C- General Conditions of the %tcr Department General Contract DacuinenE and Genera IpeciFicatiom. Clead rig acid resturation shall be considered as intidentaI to construction and all :oats ineuned will bt wn6demd to he included in the Linear Foot price of the pipe, N. l efercnce Part C - General CbndiLiOnS, . cction C 6-6.813AR-I.C;ADES, WARNING AND WATCHMEN: - L Wherever the-word Watchmen appears in this paragraph, it shall be changed to the word flagmen, , In the First paragraph, lints live (5) at d.six ( ), cha age tltie phrase take all such oilier precautionw!y meovres to take a I I reasonable necessary mcaSUres. O. MINOR FJ-YfWO NfEN 13USM-Sq ENTERPRISE CQMPI�CE> RafPrtnr-e Dari f�''(0mn+th'al C'","IIj-j-t"4:) CQ�rkanjt f" _� 7 F7f5tjj14LIj '"_N4_LNTO RTTV RIJ..gI'KFPCZZ ENTERPRJSE1 OMBN-OWED BUS INES9 ENTERPRISE COMPLIAI CE'r sha1113(,- d e leted lliedeleted in i I s cnb re ty and replaced with the following: Upon request, Contmetor 4Ubeg to provide to Owner crrmpte,tP, and accurate information regiarding actual work Performed by a Minority Business Enterprise; (MBE) and/or a. Womiiai Business En lerpdsc (WB E) on the contract and payment theLefore. ConI=tor fvither agrees to pumi( ars audit and/or exatrdnation of any hooks, records or.files ijD its possession that will substantiate the,aQmaI work performed by an MBE andlor WBE. The misrnpresentation of facts (other than a negligent misrepicscntgtion) iuid/ur the conimission of fraud by the C,`ontrac[or will be grounds for terminatioit of Ilie contract andlor initiating 4c1ion under appropriate federal, sate or focal Iawa or ordinaricas relating to &Ise stateinents; Curther, any such misrepresentation(other than negligent misreprogentation) an&orCommission of fraud w iII-result in the COW ra'Iorbeing detemiLined to be izrosponsible and barred from participating in City work for a period of time of not less than tree (3)years. Revised Pg. 7 10/24/0 P. WAGE RATES Section 03-3.13 Of the Cmneral Cond.itio" is de:lcWd and mplaced witfl the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, inola ling the payment of not loss than t1le rags determined by the City Cotmcil of the City of Fart Worth to he the prevai 1-ng wage tater in amai-dance w]th. Chapter 225S, Texas Government Code. Smelt prevailing wage rates are included in these writract docurnants. (b) The corrtraotor shall, l`or a period of three (3) years followiag the daie of acceptance of the work, n�intain records tludt stow (i) the ria c and occupation of each worker ertipluyeci by the conrractor is the coilsiruc:tion of the work provided for in this contract; and(H) the actual per dim wages paid to eaeb worker.. These recur& shall be open at all reasonahle tours for inspection a)y the City, The provisiotL%of Section C-1, L Right to Audit(Rev. 9130102) purl ain to this iaspectivn. (c) The contractor droll include ire its suhcantracts and/or shall otherwise require al.l of its subcontractors to comply with paragraphs (a) and(b) above- (d) With each partial payment estimate or payroll period, whichever is less, an of iciavit stating that the romraetar has complied W!di Ili P,requirements ofCh apl r 2258, Texas Goverr meat Cade, 111c contractor shat I post the prevailing wage rat in a conspicuous place at the site al' the project at all times. Revised Pg, 8 10/24102 Part D - Special Conditions PART T D - SPECIAL CONDITIONS D-1 GENERAL.................................................................. . ................................................. ... D-2 COORDINATION MEETING............................................. . ............. . ...........................4 D-3 CONTRACTOR COMPLIANCE WFFH WORKER`S COMPENSATION LAW.....................4. D-4 COOROINATION WITH FORT WORTH WATER DEPARTMENT ....................................7 D- 5 GROSSING OF EXISTING UTILITIES...............................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS...............------___..................... ..............7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES_...............................................................a D- 8 TRAFFIC CONTROL ............... .................................................. ........................... D- 9 DETOURS...................................t...........,...............................................I......................... D- 10 EXAMINATION OF SITE_.. ....... ... . .. ..... . . . .. ... .............. .. ........... . ......................9 0- 11 Z014ING COMPLIANCE............................................ . .................... .............. ... ... ......9 D- 12 WATER FOR CONSTRUCTION—.......... ...... ............... .... . . • ......................... , ..0 .. . .. . .. . .... . . D- 13 WASTE MATERIAL ........ .............................. ............w_ .... ...........110 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE........... .......... ..............I..........10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORT .................................10 D--16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES............................10 D- 17 BID QUANTITIES_---...__....__....... .......I.............................. ...... ....___ _11 D- 18 CUTTING OF CONCRETE ..........................................................................................1`1 D- 19 PROJECT DESIGNATION ....................................:...... I I D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................11 D- 21 MISCELLANEOUS PLACEMENTOF MATERIAL-----------------___................................1 D- 22 CRUSHED LIMESTONE 13ACKFILL............................................................................12 D- 23 2:27 CONCRETE......................................................................... .. .... . ... ...............1 D- 24 TRENCH E-XCAVATION, BACKFILL, AND COMPACTION.........................................12 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS............14 D-26 SITE SPECTFID TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ........ ....._14 D- 27 SANITARY SEINER MANHOLES _—__............... E5 D- 28 SANITARY SEWER SERVICES.........,.. ... .............. .. .. ......................................18 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FAC ILITIES............_. 0 D- 30 DETECTABLE WARNING TAPES..............................:.........:..... :................................�2 D-31 PIPE CLEANING.....___........ ...... ..............I................... ....... ............22 D-32 DISPOSAL OF SPOILIFiLL MATERIAL.......................................................................� D- 33 MECHANICS AND MATERIALMEN'S LIEIV.................................................................2 D- 34 SUBSTITUTIONS .............................................................................. ..........:.............. 23 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 0- 36 VACUUM TESTING OF SANITARY SEINER MANHOLES........................................ 26 D- 37 BYPASS PUMPING................ ....... ----_----__._..... ........... .....27 D- 33 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.......... 7 I7- 39 SAMPLES AND [QUALITY CONTROL TESTING.........................................................29 D-40 TEMPORARY EROSION, SEDIMENT, AND-WATER POLLUTION CONTROL (FOIA DISTURBED AREAS LESS THAN 1 DRE)...............................................................................30 D- 41 INGRESS AND E RESSIOBSTRUCTION OF ACCESS TO DRIVES ........................81 D-42 PROTECTION OF TREES, PLANTS AND SOIL.........................................................31 D-43 SITE RESTORATION ....................................................................................I........,....31 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................31 D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHfNG.............................................3 D- 46 CONFINED SPACE ENTRY PROGRAM .....................................................................87 D- 47 SUBSTANTIAL COMPLETION INSPECTIONIFINAL INSPECTION............................97 D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)......................37 D- 49 CONCRETE ENCASEMENT OF SEWER, PIPE ..........................................................38 D- 50 CLAY DAM................................................................................................................... $ D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................38 M27104 SC-1 - - PART D - SPECIAL COMMONS D- 52 INSTALLATION OF WATER FACILITIES, .. . .. ....... .......... . ................................39 52.1 Polyvinyl Chloride (PVC)WaterPipe............................. ................ ....................39 52.2 Mocking ......................................................... ........... ..............................................39 52.3 Type of Casing Pipe............................. .......... , ............................................., , .. .. ,39 52.4 Tie-ins........... .... .. ................................ 52.5 OonnecUon of Existing Mains..................... ..... ...........................................................40 52.6 halve Cut-ins ................. . ... . . . ................................................................ ..... .........40 52.7 Water SerAces.......................................... ................ .. ... . . .....................................40 52.6 2-Inch Temporary Serce Line .......................................................... ., ..............,......42 52,9 Purging and Sterilization of Water Lines ............................................................. ........43 82AG Woyk Near Pressure Plane ............... ... .. ............................44 52.11 Water Sample Station............................................. ..........................................,.........44 52.12 Ductile Iron and Greg Iron Fittings................................................................................44 D- 53 SPRINKLING FOR DUST CONTROL-----......d.....................................____—.45 D- 54 DEWATERING................................................................................................„....,...,.,45 D-55 TRENCH EXCAVATION ON DEEP TRENCHES................................... ...... ..........45 0-56 TREE PRUNING........... ...... ........ „ .............................,...48 0- 57 TREE REMOVAL---....... .......................................... .... ... ..........46 D- 58 TEST HOLE ...... ... ............................................................... . .................................46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURtN CONSTRUcTION........................................................... ... . ....................................................47 D- 60 TRAFFIC BUTTONS--...-... ..................... ......____...............................47 D- 61 SANITARY SEWER SERVICE ..........................48 D-62 TEMPORARY PAVEMENT REPAIR................................................ . ..........,... D-63 CONSTRUCTION STAKES ...................................................... .................................4$ D-64 EASEMENTS AND PERM ITS................ .. .. 4 ................................................... 0 D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ..................................... 49 D-66 WAGE RATES............................. .......................... ............................................ ......49 E3- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE....d-.-d. .................49 D-68 STORM WATER POLL TION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)......................... .. .. .. ... .. . . . ...... , ........................................,..,.., ................50 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS..........__...dd........... . .......................................................... .......6 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................52 D-71 EARLY WARNING SYSTEM FOR CON STRUCTI ....53 D-72 AIR POLLUTION WATCH DA S.....................................................................................53 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS................ —d..._d54 SC-2 PART D - SPECIAL CONDITIONS This Part D - Special Conditions is cornplimentafy to Parl C - Oeneual Conditions and Part C1 - Supplementwy 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 - Supplemenlary Condlttons to Park C of the Contract are to be read together. Any conflict between Part C - General Gonditiions and fart C i - Supplementary Conditions of the Contract and this Part D, Part D shall control. SANITARY SEWED MAIN 244-A VILLAGE CREEK PAR RALLEL COLLECTOR- CONTRAC T 4 FORT WORTH, TEXAS R_O.E_ PROJECT NO. 5114 PROJECT NO. P272-541200-704170032393 D4 GENERAL The order or precedence in case of conflicts or discrepandes between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidetines listed below: 'I. Plans 2. Contract Documents 3. Speciat Conditions The followIng Special Conditions shall he appli abte to this project under the provisions slated above. The Contractor shall be responsible for defects in This project due to faulty materials and workmanship, of bath. for a period of two ( ) years tram date of f naI 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 defeotive due to these causes, Subject to modir ation3 as heroin curtained, the Fort Worth Water Department's General Coritract Docurneilts and General Specifications, with latest revislons, are made a part of the General Contract Documents for this project. The Plans. these Special Contract Documents and Me rales, regulations, requirarnenis, instructions, drawings ar details referred to by Manufacture name, or identification include therein as specifying, relerring or implying product control, performance, quality, or othm stall be Minding upon the contractor. The specifications and dra ngs shalt be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall bo accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work ori Fart Worth water or sanitary sewer facllilies must be pre- qualifod with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Departmont General Specifications, whidi general speci fica tic ns shall govern perfomiance of all such work. This contract and project, where applicabie, may also be governed by the two fa]lowing publ€shod specifications, a cepL as modified by these Special Pravisions-1 1, STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS 147/Z7/04 -3 PART D - SPECIAL CONDITIONS Any conflict between these contract docurnants and the above 2 publications shall be resolved in favor of these contract decurments. A copy of either of those specifications may be purchased at the office of t l.-3 Transportallon acrd Pubtic Works Director, 1000 Throck modon Street, 2nd Floor, Municipal Building. Fart Worth, Texas 76102. The specifications applicable to each pay item are Indicated by the call-out for Ehe pay item by the d igner, If not shown, thea applicable published specifiralions In eilher of these do rr nts may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worih dcwument rather than Divistan 1 of the Norlh Central TOXas dar;ument. 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~ doe uments Intact may be gro+urrds for des i9natin9 bids as "non-responsive" and rejecting bids or void Ing contract as appropriate as dotermined by the C li y 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 has representative at the official lot ation and stated time set forth in the "Notice to Bidders". It is the Biddees sale responsibility to detiver the proposal at the proper time to the proper place. The more fact that a props>so$ was dispatc?ted will not be considered_ The Bidders must have fhL. proposal actually delivered. Each propGsal 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 open[rig proposals. A request for non-can sideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to Etre time set 1of- the opening of propasals, After all proposals not requested for non- consideration are ape ned and publicly read aloud, [lie proposals €er which non-consideration requests have been properly filed may, al the option of the Owner, be retumed unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic e:ommunication 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, lhat the City Manager is satisfied that a wrilten and duly authenticated confirmation of such telegraphic communication over the signature of tho bidder was mailed prier to the proposal opening time. If such conhmialEon is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the praposaL D-2 COORDINATION MEETING Faf coordination purposes, weekly meetings at the jab site may be required to maintain the project on the desired schedule_ TKe contractor shall be present at all rneeGngs. D-3 CONTRACTOR COMPLIANCE WITH WORKEWS COMPENSATION Lit A. DPfiniltions, 0r,:7A94 SG-4 - PART D - SPECIAL CONDITIONS 1. Certification of coverage ("wrtificate"), A copy of a w1ificate of insurance, a certifi to of aithofity to self-insure issued by the commission, or a coverage agreement (7 CC-81. TW C G-82, TW -83, or MCC-84), show!ng stolutoiy workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project- Includes the time from the beginning of the work on the project until the cont ractor"slperson`s work on the project has been completed and accepted by the governmental en ity. 3, Persons providing services on the project ("subconfracW' in §406.096)- includes all persons or entities performing all or pari of the services the contractor has widertaken to perform on the project, regardless of whether that person contracted directly with the contras#or and regardless of whether that person has employees. This includes, Without limitation, independent contractors, subconlractors, leasing uarnpanfes, motor carriers, o nef operators, employees of any such entity, or employees of any entfty which furnishes persons to provide services on the project. "Services" include, wiftut limitation, providing, hauling, or delivering ertulpment or materials, or providing labor, transportation, or other services related to a project "Services" does not Inctude activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable tollets_ f3_ The Contractor shall provide coverage, based on proper reporting of cla5s1fcation codes and payroll arnounts and fling of any coverage agreemefits* 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 [lie duration of the project, C. The GwWactor must provide a certificate of coverage to the governmental erMlity prior to being awarded the contract, D. If the coverage period shown on the canlractorjs current certificate of coverage ends staring the duration sof the projecl, the contraclar must. prior to the end of the coverage period, file a new certif<cate of coverage with the governmental entity shaving that coverage has been extended. E. The Contrac[ar shall obtain from each person providing services on a project, and provide the governmental entity: 'I. A certificate of coverage, prior to [hat person beginning work on the project, so [he governmental entity will have on file certificates of coverage showing coverage €or all persons providing services on the project, and 2. No later than seven days after receipt by the contractor, a new r rtfffcate of coverage showing extension of coverage. if [lie coverage period shown on the current certificate of coverage ends during the duration of the project, F. The contractor shall retain all required cerfificates of coverage for the duration of the project and for one year thereafter_ G. The contractor shall notify [he governmental entity In writing by certified mail or personal delivery, within tees (10) clays after the contractor knaw or should have known„ of any change otic rrW -5 PITT D - SPECIAL CONDITIONS that mateanaily affects the provision of coverage of any person providing services on the project. H, The contractor shall poli on each project site a notice, in the tsxt, form and manner prescribed by the Texas Worker's Compensation Commission, infoi-ming all pensons praMing services on the project that they are required to be covered, and stating how a person may verify coverage and report lade of covorage. 1, The oon"ctor shall contractually require each pomon with whom it contracts to provide services on a project, to, 1 . Provide ooverage, basest on proper reporting on classification codes and payroll amounts and Filing of any coverage agreements, which meets ]he statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees provitiing services on the project, f€N the duration of ilhe project; . Provide to the Contractor, prior to that person beginning work on the paojecl, a certiFfcate of overage showing tfkat 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 per[cd, a new certificate of coverage shGviinq 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 parson with whoni it corktracts, and provide to the Contractor: a.} A certificate of coverage. prier to the other person beginning work on the project; and b_) A new certificate of coverage ;showing extension of coverage, prior to [tie end of the coverage period, if the coveaage period shown on the current certificate of coverage ends during the duration of #tae project. 5. Retain all 'required certificates of coverage on file for the duration of the project and fog one year thereafter. 6. Notify the governmental enlity in writing by certified mail or personal delivery, within ten (10) hays after the person knew cr should have known, of any change that materially affects the provision of coverage of any person providing services on the pr*ct; and 7. Contractually require each person with whom it contracts, to perform as tequired 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 rertificatn_ of coverage, the contractor Is representing to the governmental entity that all employees apt the contractor who will provide services on the project will be coveted by worker's compensation coverage for the duration of the project, that the coverage will be based ort proper reporting of classification codes and payroll amounts, and that all coverage agreements will be Rod wish the appropriate insurarnce carrier or. in the case of a self- Insured, wtthti the commission's Division of elf-Insurance Regulation. Providing false or m1sleading information may subject the contractor to adrninisfa`at vo. edminal, civil penalties or Gther civil actlans. MUM Y6 PART 1) - SPECIAL CONDITIONS . The contractor's fai€ure to comply with any or these provislarrs is a breach of contfact by the contractor which entitles the govemmental entity to declare the contract vofd if the contractor does not remedy the breach within ten days after receipt of notice of breach frarn the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are rewired to be. covered, and stating bow a person may verify current coverage and report failure to provide coverage. This notiw floes not satisfy other posting requirements Imposed by ft Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This flotice 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 its 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 o{ changes: OREQUIRED WORKER'S COMPENSATION COVERAGE The lair requires thakt, each person working on this site or providing services related to this construction project must be oovered by workers' compensation insurance. This includes parsons providing, hauling, or delivering equipment or materials, or providing labor or transportafion or oilier service related to the project, regardless of the Identity of their employer or status as aro employee," Call the Turas Workees Compensation Commission at (512)440-3789 to receive infarmation 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 C OORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be ne essary to deactivate, for a period of time, existing lines, The Contractor shalt be required to coordinate with the Water Department to determine the best tunes for deactivating and activating those lines. 0- 5 CROSSING OF EXISTING UTILITIES Where a proposed water lige crosses over a sanitary sewer or sanitary sewer service line andlor proposed sewer Eine crosses over a water line and the clear vertical distance is less than g feet barrel to barrel, the sanMry sewer or sanitary sewer service line shall be made watert€ght or be constructed of c#trct€le iron wipe. The Engineer shall determine the requited length of replace men I. The matedal for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iran Pipe with polyethylene wrapping. The material for sarrltary sewer service lines shall be extra strength cast Iron soil pipe wish polyethylene wrapping. Adapter fittings shalt be a urethane or neoprene coupling Asim C-425 with series 300 stainless steel compmsslon strap. Backfill, fittings, tie-Ins and all other associated appurtenances required are deemed subsidiary work. the cost of which shall be Included in the price bid In the Proposal for each bld item. D- B EXISTING UTILITIES AND iMPROVEMENTS The plans shag the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, cr to show them In their exact loos#fon. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for Increasing the pay quantities in any manner whatsoever. MWAM SC-7 PART D - SPECIAL CONDITIONS The Contractor shall be responsible fat verifying [he locations of and protecting an exi PAIN D - SPECIAL CONDITIONS Highways." codified as Article 6701d Vernon's Civil Statutes, pertinent sections being ectit)n Jos, 27, 29, 30 and 31. A traffic control plan shall be subrnilted for rgviow to Mr_ Charles R, Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construr-tion conference_ Although work will not begin until the traffic control plan has been rev[ewed, the Corilrac:torTs time will beg In in aec-ordance whit_the untie franne estahl]shed in the Notice to the Ccntractor. The Contractor wall not remove any regulatory sign, instructional sign, street name sfgn 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, Sig ns and Markings Division. (P)rone Number 87.1-7738) to remove the sign, In the case of regulatory sigas, the Contractor must replace the permanent sign with a temporary sign me8ting flip requirements of the above-referenced Manual and such temporary sign must be installed prior to the removal of tho perrmanerit sign. If the temporary sign is not Irastalfed correctly or if it does not meet the required speclficntions, the permanent sign shall be left in place until the temporary sign requirements are met. When oonstruction 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 perieds" as determination by the City Traffic Engineer and in accordance With the applicable provision of the 'City of f=ort Worth Traffic Control Handbook for Canstruction and Maintenance Wo Areas," The cost of the traffic control is subs&ary work for the M-24 4A Contract 3 Project. D-9 DETOURS The contractor shall prosecute his work in sut h a manner as to cmtde a mirkimum of ilttelTuptio11 to traffic and ptclostdan facilities and to the flow afvehicuiar and pcdestfian traffic within 16,- project are& 6teprojectare& D- 10 EXAMINATION INATION OF SITE It shall be the responsibility cf the prospective bidder to visit the project site and make such examil na tions and explorations as may be necessary to deterra'}ine ail conditions, which may a€feet construction of this project. Particutar attention shoutd be glVen to methads 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 detalls during the preparalion of the Proposal and all unusual conditions, which may glva, rh3e to latefi contirigendes should be brought to the attention of the Owner prior to (lie submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Conlractor shall comply + th present zoning req uirernents of tt�e pity of Fort Worth in tine use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense wifi furnish water for construction. x tf -9 PAT D - SPECIAL CONDITIONS D- 1WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by €he ontmdar 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 0 to cause injury to street improvements or to abutting property. D- '14 PROJECT CLEANUP AND FINAL ACCEPTANCE The ontrac:tox skull he aware tkat keeping the project site in a meat and orderly condition is considered an integral part of the centmcted work and as such shall.I be cows idered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the, Engineer as the warm progr sea or as needed. If, in the opinion of the Enginoor 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 maluier Keapiag trash of any kind off of residents' property If the Engirtr dogs not feel that the: jobsite Inas been kept in an orderly condition, ou the next estimate payment (and ail subsequent payments until completed) oIllu: appropriate bid itcm(s) will be mduced by 25%. Final cleanup work shall be done for this protect as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- cF-way, or easament is cleaned up to the satisfaction of the Eng ineer. The Contractor shall make a final cleanup of all parts of the work b8fore acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable racks, pieces of asphalt or ooncrete and other construction materials, and in general preparing the site of 0m work In an orderty manner and appearance. The City inf Fort Worll) Department of Engineering shall give Final acceptance of the completed project work. b- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it stall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and cempletlon dates, including sufficient time being allowed for cleanup. The Contractor shall riot commence with water andlor sanitary sewer instal#anon until such time that the survey cut-sheets have been received from the City inspector. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The fallowing procedures will be followed regarding the subject item ars Ihia contract: 'I. A warning sign not lass than five inches by seven inches, painted yellow with black leiter , that are legible at twelve feet shall be placed inside and outside vehicles such as cranes. derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows; 'WARNING - UNLAWFUL UL, TO OPFRATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." ror274 -10 — -. BART D w SPECIAL CONDITIONS Equipment that may be operated within ten feel of high voltage lines shall have insulatilug cage-type of 9vard about the boon or arm. except back hoes or dippers, and insufator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notiftration shall be given the power company (O CORE) who will erect temporary mechanical barriers. ale- anergize the finds, or raise or lower the lines. The work done by the power company sh@II not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record aclion taken in each case, 4. The GDnlraclor Is required to make arrangements with the ON ORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cast and axpense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 010 OUANTITIE Bid quantltles of the various Items In the proposal are for comparison ortly and may not reflect HIC3 actual quantities. There is no limit to which a bid item can be increased or decreased, Contractor shall not be ent4led to renegoMtlon of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with This provision, chis provfsfon cofitrots. No claim will be considered for lost or anticipated profits based upon differences in estimated € Uantities versus actual goanti(ies. 0- 19 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 Itern. 0- 19 PROJECT DESIGNATION SIGN Project signs are required at all localions. It shall be )n accordance with the attached f=igure 30 (dated 9-18-96). The signs may be mounted on sk1ds or posts. The Engineer shat! approve the enact 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 suspen&A from barricading shall be placed in such a way that signs do not interfere with reflective pain] or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1.-g" by 2'-0" in size. The information box shall have the foltewfng information- For Questions on this Project Call: (817) 871-8306 M-F 7:80 am to 4.30 p.m. or (817)871-8300 fights 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• 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT �� �,� SCA I PART D - SPECIAL CONDITIONS Al locations in the project where mains are required to be placed under existing sidewalks andlor driveways, such sldowaiks andlor driveways shall be completety replaced for the fall existing width. between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City sof Fort VVorth TransportationIPublic Works Department Standard Specifications For Consiniction, Item 504. At locations where mains aro required to be placed under existing curb and gutter, such curb and guttor shall be replaced to male type and goornetry of the removed curb and gutter shall be installed to a=rdance with City of Fort Worth Public Works Department Standa{d Specification for Construction, Item 502. Payment for cutting, backf 1, 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. 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for nliscelfaneous placement of material. These materials shall be used only wfitm directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be mad for only that amount of material used, mea to the nearest cne4enth unit. Payment for rnisceftaneous placement of material shall be in accordance with the General Contracl Documents regardless5 sof the actuaI amount used Ior the project_ D- 22 CRUSHED LIMESTONE BACKFILL When 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 Worcs Standard Speclficoflans for Street and fofrn Drain Ganstruction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trencch backfill and compaction shall meet. the requirements of E2-2 Excavation and BackFlll, Gonslruf:tion Specifications, General Contract Document's. Payment for crushed limestone backfill lrf place shall be made at the unit prioe bid in the P ropusal Multiplied by 1he quantity of material used measured in a=rdanw with E2-2.16 Measurement of Bac"Il Materials, Construction Specifications. and General Contract Documents, D-23 2;27 CONCRETE Transportation and Public Works Department typical sectfoas for Pavement and Trench Repair for Utility Guts Figures I through 5 refer to using 2:27 Gcacrete as base repair. Since this call- out includes the word "mincreW, the consistent interpretation of the Transportation and public Works Department Is that this ratio specifies Levo (2) sacks of rement per cubic yard of concrete. fir 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and bacKfiiil under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be fry accordance with Sections El- Backflll and E2- Excavation and Backfilf of the Goneyral Contract D=urnents and SpecAtications oxoept as spe-lfied herein- 1. TRENCH F-XCAVATION: iii accordance with ect[on E2-2 Excavation and Backfill, if the stated maximum Irench widths are exceeded, either through accident or otherwise, and If the Engineer determines that the design loadings of the plpe will be exceed ed, the Contractor will be r�quIrod to support thie pipe with an improved Irene botlom_ The expense of such mmedial JaWlem -1 PART D - SPECIAL CONDITIONS measures s"13 be entirely the Gan ractor's awn. All trenching operations shall be confined to the width of permanent rights-of-way, prermanent easements, and any ternporary construction easements. All excavation shall be in strict compliance with the Trends Safety Systems Special Condition of this document. 2. TRENCH BACK FILL: Trenches which lie cuts of exisiing or Future pavement shall be backfilled above the top of the embedment material with Type"C" backfitl Material. Excavated material used for Type "C" backfill must be mechanically compacted unless tete Contractor can furnish the Engineer with satisfactory evidence that the P,1. of the excavated material is less than 8. Such evidence shall be a test report from an independent tesl Ing laboratory and must Inctude representative samples of soils in all involved areas. with a map showing the location and depth of (lie various test holes. If excava led material is obviously granular In natu€e, contaIning Iftt#e or no plastic material, the Engineer may waive the test report requirement. See EI-2.3, Type "G"or "D" Backfill, and E2-21 1 Trench Backfill for additional requirements. When Type "C" back-fill material is not sultable, at the direction of the Engineer, Type "8" backfill material shall be usod. In general, all backfill material for'trenches in existing paved streets shall be in accardance with Figure A. Sand material sp ifired In f=igure A shall be obtained from an approved source and shall consist of dursbte particles free of thin or elongated pieces, lumps of clay, sail, loam or vegetable matter and shalt meet the following gradation. + Less than 10% passIng the 000 sieve P_l_ = 10 or less Additionally. the crushed limestone embedment gradation specified in Section El-3 Crushed Umesione for Embedment of the General Contract Documents and Speefications shall be, replaced whit the foilnwirig: Sieve Slze % Retained 1" 0-10 1/2" 40-75 3/8" 55-90 90-100 f#8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench hackfill shall be placed In lifts per E2-2.9 Back(- 111-Trenches which lice outside existing or future pavements shall be compacted to a mirtirnum of 90% Standard Proctor Density (A.S,T.M. D698) by mocha nical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches Which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Praetor Density by mechanical devices specifically designed ror compaction or a combination of methGds subject to approval by the Engineer, Bac%fill material to be compacted as described above must he within +Y4% of its op#Imum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (48) inches of water line may be rolled In with heavy equipment tires, provided It is placed in tiffs appropriate to the material being used and the operation can be performed without damage to the Installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench back H11. Any retesting required as a result of failure to compact the backfill material to M27104 -1 PAIR' D - SPECIAL CONDITIONS m t the standards will be at The expense of the Contractor and will be billed at Ilse commercial rates as determined by the City. These sail density tests shall be performed at two ( ) foot vertical intervals be-glnning at a level two ( ) feet above the tap of the Installed pipe and continuing to the top of the completed backfilI at intervals along the trench not to oxoeed 300 linear feet. The Contractor will be responsIble for providing access and trench safety system to the level of lsench backfill to be tasted, 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. MEA UREMENT AND PAYMENT: Ali mate dal, with the exception of Type "E" backfill, and tabor costs of excavation and backfill will be included In the price bid per linear foot of water and sewer pipe. Typo "B" backfill shall be paid lar at a pre-bid unit price of$15.00 per cubic yard. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of III(; proposal shall cover all cest for providing pavement repair equal to or superior in composition, thickness, etc_, to existing pavement as detailed in flee Public Works Department typir-al sections far Pavemerkl and Trench Repair for Utility Cuts, Figures 2000-1 through 000-3. The results of the street corms that were conducted on (tie project streets, to determ[ne 111U4A depths cn existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of lite 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 (tie paving has been replaced. All residential driveways shall he accessible at night and over weekends. It has been determtned by the Transportation and Pubtic Works Department that the strip of existing H MAC pavement between the existing gutter and the edge of the trench pavement repair will not hold rap iE such strip of existing paverneni is two ( ) feet or less in width. Therefore, at the locations ire the project where the trench wall is three ( ) feet car less tram 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 miniature distances of twelve (12) Inches outside the Ven ch wall nearest the center of the street to the gutter Ilne_ The pavement shall be replaced within a maximum of rive (5) working days, providiricg job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible [fate. A permit must be obtalned from the Department of Engineering Construction Services Section by the Contractor to conforrrkance with Wiftance NOL 3449 and/or Ordinance No. 792 to snake utility Gnats in the Stfeet. The Department of Engineering will inspect the pgving repair after construction. This permit. requirement may be waived it work is being done under a Performance Bond and inspected by the Department of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A_ GENERAL: This specification covers the trench safety requitements for all trermh excavations exceeding depth of five (5) feet In order to protect workers from cava-ins, The requirements of this item govern all trenches for retains, manholes, vaults. service lines, and IcV27A?4 -14 PARS' D - SPECIAL CONDITIONS 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 stall be specific for each water and/or sanitary sewer lino included in the project. B. STANDAIRD . The latL-st version of the U-S. Departme tit of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Exc:.avatfons, are hereby made a part of this specification and shall be tha minimum 9uvernfrig requirements for trench safety- . DEFINITIONS; 1. TRENCHES - A trench 15 referred to as a narrow excavation made below the surface of the ground in which [he depth is greater than the width, whore the width measured at the bottom is not greater than ffheen (15)feet, , BENCHING SYSTEM - Benching means excavating the sidas of a Trench to form ane or a series of hodiontal level or steps, usually with vertical or near-vertical surfaces W"en levels- 3. SLOPING TEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. 8HIELD SYSTEM - Shiaids used in trenches are generally referred to as "'trench boxei" or "trench shields". Shield means a structure that is able to Withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses_ Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring moans a structure such as a metal hydraulic, mechanical cr timber system chat supports the sides of a trench and which is designed to prevent cava-ins, Shoring systems are generally compdaed of cross-braces, vedical rails, (uprlgtr s), horizontal rails (wales) andlor 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 band 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 incildentafs necessary for the histallation and removal of trench safety Systems. D. 27 SANITARY SEWER MANHOLES A- GENERAL- The installation, replacement, and/or rehabilitation of san€tary sewer manholes will be required as shown on the plans, and/or as described in the." Special contract Documents in addition to those located in the field and Iden({f#ed by the Engineer. All manholes shall be in accordance with sections E1-14 Materia Is for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the Gcneral Contract Documents and Specifications, unloss amended or superseded by requirements of this Spec€a# Condition, For new sewer Ilne. installations, the Contractor strap temporarily plug all lines at every open mart}ole under oonstruction in order to keep debris out of the-dry sewer lines. The plugs shall not be removed until the applicable manhole complete wlth cone r0r2T161f -1 5 PART D - SPECIAL CONDITIONS section has been constructed and the lid ianstatled to keep out debris as a r4sult of additfonal consiruefmn. 1, CONCRETE COLLARS. Concrete collars wikl be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS. Walertight gasket manhole inserts shall be installed in alt sanitary sewer manholes. Inserts shall be constructed In accordanre with Fart Wort Wator Department Standard E100-4 and shall be fitted and installed a=rding to the manufacturer's recon mendadons._ Stainless 8teal manhole inserts shalt be required for ail pipe diameters 18" and greater_ 3. LIFT HOLES, All lift holes shall be plugged with a pre sL concrete plug. The lifl hole shall be sealed on the outside of the manhole w1th 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 eievation not more than one (1) aver less than one-half (112) inch above the surrounding ground. Backfill shalt 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 fining the entire area regarded near the manhole. Manholes in open rields, unimproved land, or drainage courses shall be at an elevation stiown on the drawings or minimum of B inches above grade. 5, MANHOLE COVERS- All lids shall have pick slots in lion of pick hales. Manrwle frames and overs shall be McKinley, Type N, with indented top design. or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger then 1/8-inch gap between the frame and cover. Bearing surfaces snail be machine finished. Locking manhole lids and frames will be restricted to totatiora� within they 140-gear floodplain and areas specifically designated on the plans. Certain teed Ductile trop Manhole Lids and Frames are acceptable for use whore locking lids are specified, 8, SHALLOW GONE MANHOLES- Shallow manhole construction will be Used when manhole depth is four (4) feet ar less. All shallow cone manholes shall be built in accordance Oth Figure 145. Alt shallow corse manholes shall have a cast iron lid and frame with pick slots. NOTE. MANH 0 LES PER Ft U R E 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 mated with two m*p eats of coal tar epoxy, F oppeis °Bitumastic Super .5erviCe Blackff Tnafnec 448- 450 Heavy Tnemecol," or equal to, a minimum or 14 mifs dry film thickness. g. MANHOLE JOINT SEALING-. All interior and/or exterior joint', on concrete manhole sections constructed for the City of For# Wodh Water Depariment, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. PART Q SPECIAL CONDITIONS This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Teat, Ram-Nek. E-Z Stick, or equal, The joint seater shall be supplied in either extruded pipe form or suitable cress-sectional area or flat-tape and shall be sized as recommended by the rnanufacturer and approved by the: Engineer. The jolnt sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidaliorA, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The .taint sealer shell remain totally flexible without shrink[ng, hardenling, or oxldlzfng regardless of the length of t[me It Is exposed to the elements. The manufacturer shall furnish ars affidavit attesting to the successful use of the product as a pre-formed flexible jour( sealant on concrete pipe and manhole seci<icns for a period of at least five years_ H. EXECUTION-. 1, INSTALLATION OF JOINT SEALANT. Each grade adjustment ring and manhole frame shall be seated with the above-specified materials. All surfaces to be i0 conlact with the joint sealant shall be thoroughly cleared of dirt, ;sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfam-s prior to insiailing the joint sealant in accordance with ttie 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 wrappor. the joint sealant shall be kept clean. InstaII frames an d cover over manhole opening wish the bottom of the rings resting on Biturnastic joint seater. Frames acrd grade rings stall rest on two { ) rows (inside and oulside) of Bitumas tic join! sealer, . SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut If in pavement) ardja nt to the manhole to expose the entire manhole frame and a minimum of b Inches of the manhGfe wall keeping the sides of the trench nearly vertical. Remove mantrole frame from the manhole 0-ucture and abserv+e the condition of [he frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that ere constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineor, shall be replaced with a pre-cast flattop seclion. Pre-cost ooncret,e rinds, or a precast concrete flattop section will be the only adjuslrnerft ailowed. In brick of block manholes, rep[acp the upper portion of the manhole to a paint 24 Inches below the frame. If the walls or cone seclion below this level are structurally unsound, notify the Engineer pilar to teplacernent of the grade rings and manhole frame. Existing brickwa{k, if damaged by the Contractor, shall be replaced at the Contractors expense_ Wire bush manhole frame and exposed manhole surfaces to rornove flirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraul[c cement to provide a smooth working surface. If the Inside~ diameter of the manhole is too large to safely �;upporl now adjustment rings or frames, a flat top section shall be Installed, .feint surfaces between the frames, adjustment Wings, and cone section shall be free of dirt, stories, debris and voids to ensuro a wMertight sea[. Place flexible gasket joint material along [lie inside and outside edge of each joint, or Lase [rowelable material in IietA of pre-formed gasket material. Position the butt joint of each length of joint Material on oppo;she s[dos of the manhole_ No steel shims, wood, stones, or any material not r+rrrcra SC-17 PART D - SPECIAL CONDITIONS specif lly accepled by the Engineer may be used to obtain fnat 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) feel: long so that the top of the casting will conform to [lie, slope end finish elevation of the Craved riurfacc, The tap of the casting shall be 1/6 inch below Uhe fmtshed elevation- Allowances for the compression of (he joint material shall be made to assure a proper final grade elevation. $. EXPOSED EXTERIOR SURFACES. All expGsed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Dopper "Bitumastic Super Service Black"; Tnemec u46- 450 Heavy Xnemecor, or equal, to a minimum of 14 mils dry fitm thickness- 4. The extariar surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed Willi a 112-Inch thick coat of tro elable bitumastic #oinl sealant from 6-inches below to 6-inches above the joint- The coated joint shall then be wrapped with 6 mill plastic to protect the sealant from damage daring backfilling. G. MEASUREMENT AND PAYMENT: The price bid for raw nnarshole 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 rat include pavement replacement. which if required, shall be paid separately. The price bid for reconstrucilan of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, Including, but not limited to, a xcavalion, backfill, disposal- of materials. Joint .sealing, lift holo sealing and exterior surface coating. Payment shall not include pavement re piacement, which if required, shall be pair) separelely, The price fait# for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting aridlor sealing the manhole. including but not limited to, Joint sealing, lift hole seating, and exterior surface coating- Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown an the plans, andlor as described in these Special Contact Documents in addition to those located in the field and idenlified by the Engineer as active sewer taps. The service connections shali be constructed by the Contraclor utillzing standard factory manufactured tors- flay approved factory manufactured saddle taps may be used, but only as directed by tete Engineer. The decision to use saddle taps as apposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for aoordinatIng the sohedulling of tapping crevos with building owners and the Engineer in order that the work be performed In an expeditious manner. A minimum of 24 hours advanoe, notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section CM.1.5. D. SEWER SERVICE I`2E ONNECTION, When sewer service reconnection is called for the Contractor shall vertical#fir adjust the existing sewer service line as required for reconnection .and furnish a new tap. The fittings used for vertical adjustment shall consisl of a maximum bend of 45 degrees. The tap shall be tocated so as to lime up with the service line and avold rWMN C-18 PART T D - SPECIAL CONDITIONS any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement lige, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement me lhods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement stall be adhered to for the installalion of any sower service line including the incidental four (4) feet of service line which is Included in the price bid for Sanitary Sewer Taps. Pay ment 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 Sa nil taiy Sewer Taps. E. SEWER SERVICE REPLACEMENT,. All building sewer servicas enc ante€ed during construction shall be adjusted andlor replaced by the Contractor as directed by lite Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the €eptacement of the sewer service line, all work shail be performed by a hoensed plumber. The Engineer shall determine the length of the replacement_ All sewer soMce;s shall be instailed at a minimum of two (2) percent Slope or as approved by the Engineer. For situations involving server 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 morin or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building ciean..out) the elevations (shown on the plans) at the building clean-out and compare (tie data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two { ) Percent minimum slope (or as specified by the Engineer) requirement 15 satisfied. Elevations shall also be verified at all bead locations an the servi re-route_ Ail applicabte sewer mains, laterals and affected service lines That are installed without pre-construction de- holing at the affected residenc s (to vedfyr design elevations) shall he removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted, All elcvatlon information obtained by the Contractor shall be submitted to the Inspector, The Engineer shall be immediately notified in the event that the two ( ) percent minirntim slope is riot satisfied. If the Contractor determines that a different alignment fnr 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 Ins pectar and shall be msponrible for ensuring that the two ( ) pr.+rcent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service liar and submit signed documentation verifying that the lino has been installe4d as designed to the Engineer. The Contractor, at Its sole expense. shall be required to uncover any sewer service for wh ch no grade verificsVon has been submitted. All re- routes that are riot installed as designed or fail to meef the City coda shall be reinstalted at the Contractor's expense. The Contractor shall ensure (fiat the service line is backfilled and compacted in accordance~ with the City Plumbing Cade. Connection to the existing sewer service line shall be grade with appropriale adapter fittings. The fitting shall be a urethane or neoprene coupling A_S,T.M. -425 with series 300 stainless steel compression straps. The ontractor shall remove the existing clean-out and plug the abandoned sewer se€vice lute. They contractor shall utilize schedule 40 FVC for all sanitary sewer service re-routes or relocations located on private property. Fudherrnore, the contractGr shall 0tili7:e the services of a Ifcon sed plumber for al service Line work art privato property. Permits) must be obtained from the City of f=ort 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 Worlh Plumbing Inspector_ A copy of the plumbing permit shall be provided to the Engineer Prior to beginning work on [tie sanitary sewer service €e-mule and proof of final acceptance by the � �'rt��v •'l 9 „ PART D - SPECIAL CONDITIONS Plumbing Inspector shall be provided to the Engineer upon wmpletfnn or the sanitary sewer re-mule. Payment for worts 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 properly (to match exisling), and all other associated work For service replacements in excess of four (4) linear feet shall be included In the linear foot prig: bid for sanitary serer service lire replacei rent on private properly or publir; right of way. Payment for all work and material involving the "tap" shall be included In the prios bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE. AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging andlor abandonment of existing Facilities will necessarily be required as shown on the plans. andlor described in these Special ContFacl Dccurnerits in addition to those located in the Feld and identified by the Engiaeor. This worts shall be done in accordanoe wily Secflon E2-1.5 Salvaging of Material and E2-2.7 Removing Plpe, of the General Contact Documents and Specifications, unless amended or superseded by requirements of this Special Gonditien. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and [peter 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: E; fisting water meter and concrete vault lid stall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materia is. 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 Enginew. Surlace restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS- Existing fire hydrants shall be remved and returned to the T ate{ Department warehouse by the Gontractor in accordance with Section F-2-1.5 Salvaging of MateriMs. The void shall be backfilled and compacted in accordance with backfill method as specified In Section E.2-2.9 Backfill_ Backfill material shall be suitable excavated material approved by the Engineer. Surlaou resloratlan shall be compatible with existing surrounding su face 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 fth Section E2-1.5 Salvagilng of Male rials. The void area caused by the valve removal stall be backfilled and compacted in ac wrdance villi backfill method as specified in Section E2-2.9 Backfill_ Backfill malftil shall be suitable excavated material approved by the Engineer. SLIFfaCe restoration shall be compatible with ex1sting surrounding surface and grade. if the valve is in a concrete vautt, the vault shall be demolished in place to a point two less than 18" below final grade. E. ABANDONMENT OF E #STfNG GATE VALVE: Existing gate valva and box lid shalt be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not toss than 18 inchos below final grade. C oncrete shall then be used as bard fill material to match existing grade. M27 SC-20 PART D - SPECIAL CONDITIONS - - F, ABANDONMENT OF EXISTING VAULTS. Vaults to be derriolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 16" below final i3rade, The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Barkflll. Backfill material shall be sultabte excavated material approved by the Enginoer. Surface restoration shall be compatible Willi the existing sur-roundirrg grade. G, ABANDONMENT OF MANHOLES. Manholes to be abandoned to place shall have all' pipes entering or exiting the structure piugged with lean concrete_ Manhole top or come sectiorI shall be removed to the top of the Wit barrel diameter section. or to point net less Than 18 inches bolow final grade. The structure shall then be backfilled and compacted In accordance with backfill methal as specified in Section E2-2.9 Backfiil. 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 requlredt shall be included In the appropriate bid item Abandon Existing Sewer Manhole, 11. REM OVAL OF MANHOLE 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 he rtemoved. The excavation shall thea be backfilled and compacted in accordance with backfill me#hod as spedf-ied In Section E2-2. Backfill. Backfill material may be wilh Type C Backfill or Type B Backriill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. 1, CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and Wock existing water mains/services or sanitary sewer mains/services in order to abandon These lines. Cuffing and plugging exisling mains acrd/or services sltiall be cunsrdeved as irioldentai and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separato frenChing is required. J_ REMOVAL OF EXISTING PIPE- Where removal of (lie existirig pipe is required, It shall be the Contractor's responsibility to properly dispose of all removed pipe. All rernaved valves, fire hydmnts and w8ter boxes shall be delivered to Water Departmeni Field Oporation, 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 fool bid price of 1he pipe, except as follows: separate payment will be made for removal of all fire hydrants, gale varies, 16 inch and larger. and sanitary surer manholes, regardless of location. Payment Will be made for salvaging, abandoning andlor removing all other existing facllllies when said facility is not being replaced in the same trench (i.e.. when removal {equires a separate trench). L. ABANDONMENT OF EXI T)NG SEWER LINES. Where plans call For abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible far TV inspection of I00"!" of the existing server main to be abardolled to make a final determination that all existing service wallet tions have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item t. DAFT 1) - SPECIAL. CONDITIONS D-30 DETECTABLE WARNING TAPES Detectable undefgmund utility warning tapes which can be €orated from the surface by a pipe deteclor shall be installed directly above non-metallic water and sanitary s8waar pipe_ The detectable tape shall be "Detect Tape" manufactured by Alien Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum fait 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 riot be less than Kvo inches With a minimum unit weight of 2 X, pounds1l inGW100'. The tape sha#I be: chlor coded and imprinted with the massage as follows: Type of UWyy Color Code Legends Water Safety 13lue Caudonl Buried Water Urge Glow Sewer Safety Green Caution! Buried Sewer Line Below installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to thr3 grade as is practicaI for optimum protection and detectability, Allow a mInim11ill of 18 Inches between the tape and the pipe. Payment for work such as backfill, bedding, biorkirng, detectable tapes. and all other associated appurtenances required shall be included in the unit prtoe bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall bn wiped and then inspected for p7aper installation by The inspectors_ Each joint shall be swept dally and kept dean during installation. A temporary night plug shall be installed an all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPDILNILL. MATERIAL Prior t6 the disposing of any spo€lJfi€I material, The Contractor shali advise the Director of Eangine&ng Department, acling as the City of Fort Worth's Hood Plain Administratof ("Adminisirator"), 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 F=lood Plain Ordinances of the City of Fort Worlh (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling 3s not occurring within a floodplain WMOW a permit. A floodplain permit can be issued upon approval of newssary Englneering studles, No fill permit is required it disposal sites are not in a #loadpWn. Approval of the Contractor's disposal sites shall be evidenced by a letter Mgned by the Administrator stating that the site is not in a known flood plain or by a Hood Plain Fill Permit authorizing fill Within the flood plain. Any expenses associated with cbtain€ng the fell. permit, incAuding any nccessary Engineering studies, shall be at tho Dontraclor`s expense. In the event that the Contractor disposes of s} illt«A material at a site without a fill permit or a letter from the administrator approving the disposal site, upon noti#ication by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expanse and dispose of such materials In accordance with the Ordinances s of the City and this section. D. 33 MECHANICS AND lMIfATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 7or2M4SC-2-2 PART D - SPECIAL CONDITIONS 0- 34 SUBSTITUTIONS The specif€catlans for materials sat Out the minimum standard of quality, which the City believes necessary to procure a satisfactory project_ No substitutions will be permitted until the Contractor has received written per€nission of the Engineer to make a substitution for the materi*I. which has been specified. Where the twrn "car equal", or"or approved eq oaf" is used, it is understood that if a material, product, or puce of equipment bearing the name so used is furnished, It will be approvable, as the particular trade game was used for the purpose of establishing a. standard of- quality acceptable to the City, If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "car equal", or "of approved equal" is not used in the specifications: (fids does not n8cessarily exclude alternative Items or material or equipmerif which may accomplish the intended purpose. However, the ContFactor shA have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability cif substitutions. The provisions of this sub-section as related to"SUhstitution s" shall be applicable to all sections of these spec:ifientlons. 0- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL. Prior to the reconst€uction,. ALL secffans of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or re"bilitated {pipe enlargement, cared-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection perlof- med to identify any ac;llve sewer service taps. ether sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the Meaning and hispection of the sewer litres by moans of Mosed circiM television. Satisfactory precautions shall be taken [a protect the sewer lines from damage that might be Inflicted by the Improper use of cleaning equiprnent. I. HIGH VELOCITY JET (HYDRO LEANING) EQUIPMENT. The high-velocity sawer line cleaning equipment shall be constructed for easy and safe operation- The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a swuring 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 waltz and floor. The gun shall ba, capable of produclnq flows ffum a fine spray to a solid stream. The equipment shall carry its own wator tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable darn type and be constructed In such a way that a portion of the clam may he collapsed at any time durPng the cleaning operation to protect against flooding of the sewer. The movable darn shall be equal In cliar Teter around the outer peripheiy to ensure removal of grease_ If sewer €:leaning balls or other equipment; which carmot be collapsed, is used, special precau ions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present ire the sewer lines shall he utilized to provide necessary fluid for hydraulic cleaning devices whenever passible. _ CLEANING PRO EDURE . The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rods, sand, and other matedarls and obstructions from the seiner lines and manholes. il' cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set tip on the other manhole and cleaning again attempted, if, again, successful cleaning cannot be performed or equipment fails to travefse the entire manhole section, it will be asstimed that a major blockage exists, and the cleaning effort -- PART D -- SPECIAL CONDITIONS shalI be abandoned_ When additional quantides of water from fire hydrants are necessary to avoid delay in normal wofking 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 Disiribution System, the Contractor shall apply for and receive permissk)n from the Water Departmerd, 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. rack, grease, and other solid or semisolid material resulting from the cleaning aperaticn shall be removed at the downstream manhole of the section being cleaned. Passing material frorn manhole secUan to rnwihele 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 cleanlRg operations shall be removed from the site and disposed of at a site designated by the Engineer_ All materials shall be removed frorn the site rio 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 [)UMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. G. 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 plpe. The camefia shall be operative in 100% hurnicilty conditions. The camera, televislon 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. EXE UTtON: 1. TELEVISION INSPECTION: The rameta stall be moved through the line in either direction al a moderate rate, stopping when necessary to permit proper document,afion at any sewer sorvi ce taps. In no case will the tnWvis#on camera be pulled at a speed greater than 30 Feet per minute. Manual winches, power winches. TV cable, and powered rewinds or o(her devices that do not obstruct the camera view or Interfere with proper documentation shall be used to move the camera through the serer line. When manually operated winches are used to pull the television camem through the line, t�Iephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good corn rnunications between memhers of the crew. The importance of accurate distance measurements is om hasized. 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 requite interpolation for depth of manhole, will not be allowed, Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer, IW -4 C-24 PART ❑ - SPECIAL CONDITIONS The City rriakee nQ guarantee that all of the sanitary sewer's 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 Cont€actor. The cast of retrieving the 'relevisian camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2, DOCUMENTATION: Television Inspeclion Logs: Printed location records shall be kept by the Oontractar and will clearly show the location in relatfon to ars adjacent manhote r}f each sewer service taps observed during inspection. to addition, other paints of significance such as locations of unusual conditions, rooks, storm sewer connectians, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, mid a copy of such records will be supplied to tivP City. 3. PHOTOGRAPHS:: Instant developing, 35 mm, or other standard-size pholographs of the telievision picture of problems shall be taken by the Conlractot upon request of the Engineer, as long as such photographing does riot interfara with the Contractor's operations, 4. VIDEOTAPE RECORDIN - 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 €ecordlncg playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon comptcton of the television Inspectian and may he retailned 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 (lie condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provfde a goad tape of the line at no additional oast to the City, if a good tape can nol be provided of such quality Ihai can be reviewed by the Englneer, no payment for toievising this portion shall be made. Also, no payment shall be made foo- portions of lutes viol televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENCthlEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SWIGS. Upon complellon 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 assoo#ated with this warn shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANINGAND PRE-CONSTRUCTION TEL.EVISiON INSPECTION O SANITARY SEWERS: The cost for Pre-Construction Gleaming and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Conlractor shall provide the Engineer with tapes of a quality that the particular piece of sower can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including wilection and removal, transportation anti disposal of sand and debris from the sewers to a legal dump site- 101,27/0-1 ite_101,27r0a SC-25 PART D - PE (AL CONDITIONS Television Inspection shall Include necessary cleaning (hydroutic jet or mechanical cieaner) to provide video image req 0red for lire 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 rehabliitated, the clearing of that portion of line shall be incidental and no payment shall be made. The City makes no gtjarantee 11hat all of the sanikrry sewers to be entered are cleat 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 casts must be included in the Chid price for TV Inspections. The cost of retMving the TV Camera, under all circumstances. when it becomes lodged during inspection, shall be incidental to TV Inspection, The Item skull also include all costs of installing and maintaining any bypass puraping required to provide reliable, regular sewer service to the area residents. All bypass pumping shat) be incident to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLE D. GENERAL., This item shalt govern the vacuum testing or all needy 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 shalt be plugged and braced to prevent the plugs from being drawn Into the manhole- The pings shall be installed in the lines beyond tho drop-connections. gas sealing connections, etc- The test Bead shall be placed Inside the frame at the lop of the manhole and inflated In accordance with the manufacturer's recemrnendations. A vacuum of ten Inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the regulred test time- The required test time shall be determined from the Table I below In accordance with ASTM 01244-9 : Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1'k Fig (I0'rHg -9"H9) (SI=C) — Depth of MH, 48-Inch Dia. 60-Inch Chia, (FT.) _ Manhole - _ Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 80 sec. 65 sora. 22' 55 see:. 72 sera. 4' 59 sec- 78 sec. 6' 64 sec. 85 sec, 28' 69 sec. 91 sec, rcWr -2 PIAT D - SPECIAL CONDITIONS 3I' 74 sec. 98 sec. For Each 5 sec. B sec. Additionat 2" 1. ACCEPTANCE: The onanhole shall be considered acceplabie, if the drop in the level of vacuum is fess than one-Inch of mercury (V Hq) after the required test #terse_ Any manhole, wNch fails to pass the initial test, must be repaired by either pre! sWre grouting through the manhole wall or digging to expose the exterior wall of the manhole to order to locate the leap and seal it with an epoxy sealant_ The manhole shall be retested as described above until it has successfOly passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition. al temporary plugs shall be reproved, all braces. equipment, and debris shall be removed and disposed of in a manner satisfact ry to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test_ This price shall include all material, labor, equipment, and all Incidentals, including all bypass pumping, required to complete the test as specified herein. D. 37 BYPASS PUt4 PiNO The Contractor shall bypass the sewage around the sectlion or sections of sower to be rehabi#ifated 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 mothad 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 matte at driveways and street crossings to permit safe vehicular travel without intarrupting flaw in the bypass system. Under no cIrcurnstances will the Contractor be pefinjUed to discharge sewage Into the trenches. Payment shall be incidental to rehabilitation or rep lacemexlt of the sewer fine_ Hourly flow data is available for the Pantego Sewer connectlori to M-2448. As an bxarnple, 2005 February flows varied behyeen 372,100 gallday and 313,000 gal/day, Flow will vary_ Contact Fort Worth representativos foo more information. M-244B flows are expected to be low or zero upstream of the project. leo flow was observed under UPR# , M-503 flows are unknown at this time. Contact Fort Worth representatives for more information. D- 08 POST-CONSTRUCTION TELEVISION INSPECTiON Of SANITARY SEWER A. GENERAL After construction, ALL sections of sanitary sower lines shall have a televlslon inspection perfomied by an independent sub-Corstractor hired by lyre prince Contractor_ Work shall oarwsist of fur€rlshing all labor, material, and equipment necessary for inspeciron of [lie sewer lines by moans of closed circuit television. Satisfactory precautions shall be taker to protect the sewer limes from damage that might be inflicted by the improper use of cteaning equipment, B. TELEVISION INSPECTION EQUiPMENT: The television carnera used for the inspection shall to arse specifically designed and constructed for such inspection. Lighting for the camera shall be operative In 100% humidity canditiaos. The camera. television monitor, and PART D - SPECIAL CONDITIONS other components of the video system shall be capable of produc hig picture quality to the satisfaction of the Engineer; and if unsatsfaclury. equipment small be rernaved and no payment wID be made for an unsatis€actory InspecUon. C. C�CUT10l�i: 1. TELEVISION INSPECTION. The camera shall be moved through Uie line in either direction at a moderate fate, stopping when necessary to permit proper documentation of any sewer service taps. in no rase will the television camera be pulled at a speed greeter than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices chat coo not obsirucl the camera view or irti�rfiare with proper docu"ntafian shall be used to move the camera through the sower tine. No more than 2000 linear feet of pipe will be televised at one time for review by the Enginear. When manually operated winches are used to pull tree television camera through the line. Lelophones or other stjitable means of communications shall to set up between the two manholes of the section being inspected to ensure good cominunicaiions between members of the aevv. The importarim of accurate distance measuremenLs is emphasized. All television inspection video lopes shall have n footage counter. Measurement for location of sewer service laps shall be above ground by means of meter crevice. Narking on the cable, or the We, which would require interpolation for depth of manhole, will nal be allowed. Accuracy of the distancre meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the finglneer. The City makes no guarantor that al 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 dreurn9tances, when it becomes lodged during inspection, shall be Incidental to Television irxspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the Iac1ng of the main with no water flow. If sewer is active, flow musk be restricted to provide a cWar image of sewer being inspected. . DOCUMENTATION: Television Inspection Logs: Printed location records shall ire kept by the Contractor and witl clearly show the toration in relation to an adjacent manhole of each sower service tap observed during inspection. All television togs shall be referenced to ststlaning as shown otr 117c pians. A copy of these television logs will be supplied to the city. 3. PHOTOGRAPHS, Instant developing, 35 mm, or other standard-size pholographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio irecord of problem areas of the linos that may be replayed. Video tape recording playback shall be aL the same speed that it was recarded. The television tapes shall be furnished to [lie City for review Inirviediately upon completion of the television PART D - SPECIAL CONDITIONS -- - inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such hoaryauality that the Enafryeer is unable to evaluate the pondltiorr of the sewer llne or to locate service connections, tha_.Contragtor snail be,regU red to re- televise and provide a geod tape of the lime at aro additional cost to the City. if a good tripe cannot be provided of such gLiallty that ran he reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of fines not televised or portions where manholes cannot be nNotiated Voth the televisiGn camera, D. PAYMENT OF POST-CONSTRUCTION TELEVISION IN PECTfON OF SANITARY SEWERS: The cost for past-construction Tela0sion Inspection of sanitary sewers shall be per linear fool of sewer televised, The Contractor shall provide (he En9ineor with tapes of a quantity that the particular pled of sewer can be readily evaluated as to sewer conditions and for providing appropriate mea Pis foe reviow of the tapes by the Engineer. Television Inspeclion shall include necessary clean€ng (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total W�rigtll of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Past-Cafistru lion Television Inspection. The item shall also include all costs of Installing and maintaining any bypass punzp€ng requ€red to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLE S AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at Its own expense, cerfifGcatlons by a private laboratory for all materials proposed to be used on the projecl, Including a i'rfix design for any asphaltic andlor Portland cement connrate to be used, and gradation analysis for sand and crLished stone to be used along with the name of"the pit from which the material was taken. The contractor shall provide manufacturer's cortifica[ion s for ail 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 rerfifed copy of the test results to the City. C. Quallty conlral testing of in-place material on this project will be performed by the city at its own expense, Any retesting required as a result of failure of the material to meet project specifications will be at Me expertise 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 contractof 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 safely systern (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. r ZIM4 SC-29 PAIN D - SPECIAL. CONDITIONS_ E. The Contractor shall provide a 00py of the: trip ticket for each load of fill material delivered to the job site_ The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTiON CONTROL (FOR DISTURBED AREAS LESS THAN I ACRE) A. DE RtPTION. This item shall consist of temporary sail erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the wntracl. These oantrot measures shall at no time be 4ised as a substitute far the permanent conlrol me2sures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control mndiNoas created by his construclion operafions. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulct, asphalt mulch. plastic liners, rubble Iiners, baled-hay retards, dikes, slope drains and other devices, R. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to Iirnit (lie surface area of erodible-earns material exposed by preparing fight-of-way, clearing and grubbing, the surface area of erodible-earth material exposed b excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measur8s to prave nt con Iami nation of adjacerai screams, other water coarses, lakes,.ponds or other areas of water impoundment. Such work may involve Ifte construction of temporary berms, dikes, dans, sediment basins, slope drains and use of temporary matches, mats, seeding, or other control deVrices or methods directed by the Engineer as necessary to 0ontrol soil erosion. Temporary pollution-control measures shall be used to prevent or correct eros{an that may develop during construction. prior to inslaaliation of permanent pollution control features, but a{e not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavalton and bor ow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-conlrol measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-srosion-cantfol measures shall be performed as directed by the Engineer. . Waste or disposal areas and construction roads shall be located and constrTicted in a manner that will rminlmize the amount of sedlrnenf entering streams. 3_ Frequent fordings of live streams will not be permilted: llzerefore, temporary bridges nr other strucLures 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 lire streams, 4_ When work areas or material sources am located In or adjacent to lire streams, such areas shall be separated from the stream by a dike or other barrier to keep sedinient from entering a flowing stream, Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. S. The Gontractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuehs, oils, bitumen, f-,alclurn chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes _and reservoirs and to avoid Interference wilh movement of migratory fish. PAIN D - SPECIAL CONDITIONS- G, r DITI IO. MEASUREMENT AND PAYMENT. All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the cantraot and no extra pay will be given for this wort€. D-41 INGRESS AND EG R ES SIOBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide Ingress and egress to the property being crossed by this constructian and adjacent property when construction is not in progress and at. night. Drives shall be left accessible at night, on weekends, and during holidays, The Contra or Shall 00nduct his activities to rninlmi7e obstruction of access io drives and property during the progress of construction. Notification shail be made to ars owner prior to his driveway being removed andfor rebuilt, I]- 42 PROTECTION OF TREES,, PILANT AND SOIL. All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a conditlon equal to or better than existed prior to start of wof-k. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or reptaced at the ContracWs expense. Trimming or pruning to facilitate the work will be pomiitted only by experienced workmen in an approved manner (fro lrlrtmling or pct Ing without the props-Ay o p7ors' consent)_ Pruned Iirnbs of I" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinanoe, the ontraetor must obtain a permit from the City Forester before any work (trimming, removal. or rout pruning) can he done on trees of shrubs grn"(ing on public property including street Rights-of-Wags and designated alleys. This permit can be obtained by calling the Forestry Office at 571-5738. All tree wont shell be in c mpBance with pruning standards for Mass ll Pruning as described by the National Arborist Association. A copy of these standards carr be provided by calling the above number. Any damage to public trees flue to negligence by the Contractor shell be assessed using the current formulas for Shade Tree Evaluation as defined by the International Society of ArborictiltUre. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from furans due the Conte-actor 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 pai PART D - SPECIAL CONDITIONS the "City of Fort Worth Standard Product List shall be considered to meet Oily of Fort Worth minimum (ec:tinioal requirements, D-45 TOPSOIL, SODIDING, SEEDING & HYDROMUL HIN This item shall be perfarmed io accordance with the City of Fort Worth Parks and Community Services Department Specifications fofr Topsolt, Sodding and Seeding. I_ TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimun) of six (6) inches of topsoil, free from tock and foreign material. In all parkways and medians to the lines and graves as established by the Engineer_ OONSTRU T1.011 METHODS- Topsoil will be secured from bo€mw sources as required to supplement material secured from street excavation. All excavated rnoterials from streets which is suitable for topwil wifl he used in the parkways and medians before any topso€I Is obtained from a borrow source. Topsoil material secured €roars street excavation shall be stackp€led at lac--atlans approved by the Engineer, and at completion of grading and paving operations. topsoil shall be placed an parkway areas so as to provide a rain€mum sic (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION. BoddIng will consist of fumis>hing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on lerraces, In median strips. cn embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification_ Recommended Buffalo grass varieties for sodding are Prairie and 609- MATERIALS- 09_MATE ILS- Sad shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is ferule. Sod to be placed during the dormant state of these grasses shalt be alive and acceptable_ Bermuda and Buffalo grass sod shall have a heaiihy, 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 gasses and shall not contain any matter deleterious to Its grovAh 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 #awn. Dare shalt be taXen at all times to retain native soil on the roots of the sod during [lie process of excavating, hauling, and planting. Sod Materia l.shall be kept moist from the time it Is dog untJI planted. When so directed by the Engineer, the sod existing at the source shalt be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other iterns of the contract, sodding of �o type ;specified shall be perfofined in accordance with the IrY.F [4 SC-32 PART D - SPECIAL CONDITIONS requirements hereinafter described. Sodding shall be either %poV or "block'; either Bermuda, Buffalo or St. Augustine grass_ a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) Inches on centers or to the dimensions shown as the Dra%Vrings, shall be opened on areas la be sodded. In all furrom, sod approximately three (3) inches square shall be placed on twelve 1 ) inch canters at proper depth so that the tap of the sod shali not be more than one-half (112) inch below the finished grade. gores of equivalent depth and spacing may bn used Instead of furrows. The soil skull he firm around each block and Then the entire sodded area shall be carefully roiled with a heavy, hartd roller develop-Ing fifteen (1 ) to twenty-five (2 5) pounds per �quara inch aompre,,;sion. Hand tamping may be required on terraces. fa, Block Sodding, At locations on the Drawings or where directed, sod blacks shall be carefully placed on the prepared arras. The sod shall he �;n placed that the entire designated area shall be covered, and any voids left in the black sodding shall be Filled with additional sod and tamped. The entire sodded area shall bf� rolled and tamped to form a thoroughly cornpacf solid mass. Sur-faces of block sod, whiCh, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall.. upon, direction of the Enarneer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed acrd shaped to conform to the cross-section previously provided and existing at the fire sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjamnt 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 wafered immediately after they are planted and shall be SiAbsequently watered at SUCK Iirnes and in a manner and quantity directed by the Engineer until completion and Pnal acceptance of the project by the City of Fort Worth, _ SEEDING DESCRIPT(ON. "Seeding" will consist of preparing around, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on [tie Drawings and in ar.cordarsce with these Specifications_ MA4TERIAL : a. General. All seed used must carry a Texas Testing Seed label sht wlncg purily and aerminallon, Mame. type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (g) months of tlme of delivery to the project. Each variety of seed shall be fumished 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, 1012-M).1 -33 DART D - SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germinatlorr: Common Name Purity- Germination Common Bermuda Grass 05% 90 Annual Rye Crass 95% 95% Tall Fescue 95% % estem Whealgrass 95% 0% Buffalo Grass Varieties Top Gun 95% 90" Gory 95%, 90% Table 120.2.(2)a. URBAN AREA WAR M-S PAS ON SEEDING RATE (Ibs.); Pure Live Seed {PLS} Mixture for Clay or T[ght Soils Mixture for Sandy Soils Dates (Ea.stem ectians} ( We tem Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 90 Bermudagrass 60 W Buffallograss 60 Befmudagrass 20 Buffalograss 40 May 1 Total- 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING DATE: (lb.) Pure Live Seen {PLS) Bakes LII 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-se ins shown on the Drawings and as provided for in other items of this Contract, seeding of the type speclfed shall be performed in awordance wllh the requirements hereinafter descritd_ a. Watering. Seeded areas sh.atl be wafered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b_ Finishing_ Where applicable, the shoulders, Stopes, and ditches shall bo smoothed after seed best preparation has been completed and shaped to conform to the cross-section previously provided and existing at the tlme planting operations were begun. BROADCAST SEEDING: The seed or seed m1xture in the quantity specified shall he oniformly distributed over the areas shown on The Drawjngs and where directed. if the sowing of seed is by hand, father then by mechanical methods, the se8d shall be sawn in two directions at right angles to each other. Seed and (erUlixer shall to distributed at the same tirne provided the specified unifwm rate of applicalton for both is obtained_ "Finishing" as specified in Section p-46, Construction Methods, is not applicable since no seed bed preparation is required_ r 7/o,; SC-34 PART D - SPECIAL C O DITI f DISCED SEEDING, Soil over the area shown pan the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and alf particles in the seed bed shall ba redow.d to less than one (1) inch in diameter or they shell be removed. The area shall then be finished to line and grade as specified under "Finishing" In Section D-45, Construction MethcAs. The seed, or seed mixture, specified shall then be planted at the rale required and the application shall be male uniformly. If the sowing of seed is by hand rather than by mec;hanical methods, seod shall be raked or harrowed Into the soil to a depth of approximately acre-eight (118) Inch. The planted area shall be roiled with a corrugated roller of the"Cultipacket" type, Al rolling cf the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The sell over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three ( ) Inches and all particles in the seed bed shall be reduced to less than one (1) inch in dia methr, or they shalt be removed. The area shall then be finished to line and grade as specified under "Flnishing" in Seolion 0- 45, Construction Methods, Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) laches Is thoroughly maal skened. After the watering, when the ground has become sufficiently diy to be loose and pliable, the seed, or seen unixture specified, shall then be planted at the rate required and (tie application shalt he made uniformly. If the sowing c1 seed is by hand, rathor 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 rake of application foo bath is obtained. After planting, the seed shall be raked or harrowed Into (lie soil to a depth of appro rn ately orae-quarter (114) Inch. The planted surfa w aroa and giving a smooth surface without ruts or tracks. to between the time compacting is completed acid the asphalt i applied, the planted area shalt be watered sufficiently to assure Uniform moisture from the surface to a minimum of sic (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 requiremonts of the item 300, .,Asphalts, Oils and Ernukiow1 '. If [lie type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then IVIS-2 shall be used. Applicallons of the asphalt shall be at a rate of Three-tenths (G.3) gallons per square yard. It shall be applied to the area In such a manner so that a complete film 1s obtained and the finished surface Shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas whey tempore cool season species have been planted may be replanted beginning February 'i with warm season species as listed in Table 1 0, { )a. The re-seeding will be achieved in the folk 6}g manner, The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetratlon. r Slit-seeding, Is acNeved through the use of ars implement which alts a furrow (slit) in the sail and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: PART 1) - SPECIAL CONDITIONS it hydro mulch seeding is provider!, rood 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 DE CRiPT$ON: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Sp-.Giftcations. MATERIALS: All fertilizer used shall be delNered in tags or containers clearly labele-d showing the analysis. The fertilizer is subject tc testing by the City of Fort Worth in accordance with tree Texas Fortil izer Law. A pelleted or granulated fertilizer shell be used with an anatysis of 16-20-0 or 16-5-8 or having the analysis shown on the Ofevwings. The figures in the analysis represent the percent of nitrogen, phosphortc acid, and potash nutrients respoctively as determined by (he methods of the Association of Ofrrctn4 Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall he a pelleted or granulated fertilizer with a lower ooncentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that sped fied for each nutrienL CONSTRUCTION METHODS: When an item for fertilizer is Included In the Drawings and proposal, palleted or granulated fertiliznr shall be applied urniformay over the area specified to be fertilized and in the mariner directed for the particular item of work. Fertilizer shall be dfy and In good physical rendition. fertilizer that is powdered to caked will be rejected_ DistrIbtution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on The Drawings, fert1lizer shall be applied uniformly at the average rate of three hundred (300) pounds por acre for all types of "Sodding" and four hundFed (400) pounds per acre for all types of"Seeding„ MEASUREMENT:NT: 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 frons'borraw scrums. Accept able rrtateNal for"Seeding" will be rneasufed by the linear foot, complate in place. Acceptable mate rialI for"Sodding' wilt be measured by the linear foot, complete In place. Aw.eptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT', Al[ work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bld documernts to be paid for al the unit price bid for each item of work. Its price shall be full compensation for excavating (exoept as noted below), loading, hauling, placing and furnishing all tabor, equipment, tools, supplies, and Incidentals necessary to oomplete ork- Ail labor, equipment, toads and incidentals necessary to ;supply, lransport, stockpile and place topsoll or salvage topsoil as specified shall be included in "Seedingu or "Sodding" bid items and will not he pard for directly. 10127,04 C-36 PART D - ,SPECIAL CONDITIONS "Spot sodding" or "block sodding" as the rase 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 furWsfning and placing all sod; for all roiling and taniping; for all watering; far disposal of all surplus materials; and for all materials, labor, equipment., tools and incidentals necessary to compl e the wart, all in accorda000 with the Drawings and (hese Specification-,- The work perforated and materials furnished and measured as provided under "Measurenient" shall be paid for at the unit price for "Seeding", or "Soddlncd", of the type specified, as the case may be, which price shall each be full wmpeftsalicn for Furnishing all materials and for performing all operations necessary to complete the work accepted as follows- Ferfllizer material and applfcatiion will not be measured or paid for direetfy, but is considered subsidiary to Sodding and Seeding. O-46 CON FIN SD SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a Vadeble 'CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all tunes &1611g r ristruction. All active sewor manholes, regardless Gf 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 Mase manholes_ The cast of complying with this program shall be subsidiary to the pay items involving work in conFined spaces. 0-47 SUBSTANTIAL COMPLETION INSPE TIONIFINAL INSPECTION 7_ Prior to the final inspection being conducted for the project, the contractor skull contact the Illy inspector in writing when the entire project or a designated pod ion of €he pro)ect is substantially complete. 8. The inspector along with appropriate City staff and the Oiiy's consultant shall make an Inspeclion of the substantially completed wank and prepare and submit to the contractor a list of items meed€ng to be completed or corrected. 9. The contractor stall 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 far substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall sill 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 iters "C5-5.18 FInal inspection" of PART O - GENERAL CONDITIONS. 0-48 E XCAVATION NEAR TEPEES (WH IDEKTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to rnlnimize damage to tree Ilmbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work Included In the C aritrae( Unit Price hid for applicable pipe or structure installefion except for short tunnelingitree angering. PART D - SPECIAL CONDITIONS . Any and all trees located within+ the equipment operating area at each work site sha li, at the direction of the Engineer, be p{otecied by erecting a "snow fence" along the drip line aT ridge at the tree root system between tree and 1he consiructian area. . Contractor shall inspect each work site in advance and arrange to have any tree. limbs pruned Ihet might be damaged by equipment operations. The Engineer shall be notified at feast 24 hours prior to any free 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. - Before excavation (off the roadway) within the drip line area of any tree, the earth shall be �awcuI. for a minimum depth of 2 feet. 6. At de5lgnated loc,31aons shown on the drawings, the "short tunnel" method using Class 51 D-1- pipe shall be ulilired, 7. Except in areas where clearing is allowed, all trees sip to W in diameter damaged during construdon shall be removed and replaced with the same type and diameter tree at Uie contractoes expense. 8, Contractor shall employ a qualified landscaper for all 1he work required for tree care to ensure utilization of the ?lest agricultural practices and procedures. 9. Short lunnefing shall consist of power augering ar hand excavation. The tunnel diameter shall riot be larger than 1-1/2 Times the outside pipe diameter. Voids mmaining after pipe Installation shall be pressure groused. 10-49 CONCRETE ENCASEMENT OF SEWER PIPE onca'ete encaefnent of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in peace along the oenlefline of the pipe for each pipe diameter indicated. The Contract Unit Price shad include all casts associated with installation and reinforcemenI of the concrete encasement. 0- so CLAY DAM Clay dam construction shali be performed in accordanm with the Wastewater Clay Ilam Construction, figure in the Drawings in these pecifirations, al locations indicated on the Drawings or as directed by the City, Clay darns shall be keyed into undisturbed soil to make an impervious barrier to reduoe groundwater peroolation through the pipeline trench. Construction material shall wnsist of compacted bentonite clay or 2:27 wnrrete. payment for work such as farming. placing and hnfshing shall be sub!slidlary lo the price bid for pipe installation. 13- 51 EXPLORATORY EXCAVATION (0-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prier to construction, In ac rdanw. with item D-6. Al loratlans identified on the drawings, contractor shall conduct an exploratory excavation (Q-dole), to ate and verily the location and efevation 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 satire project only at locatives derated an the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the PAIN D - SPECIAL. CONDITIONS - - start of construction of the entire project. If the contractor determines ars existing ut lity is In conflict with the proposed facility, Ilio± contractor shall contact the engineer immediately for appropriate design modifications. The contractor stall 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 vertffcation of existing utilities per Item D-C_ 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 restoratlion. field surveys, and all Incidentals necessary to complete the vvof-k, shall be the unit price bid. hie payment shall be made for expto.ratory excavations) conducted after construction has begun, D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on lhis Project shall be in accordance with the material standard cootairted in the General Contract Documents. Paymant for work such as backfill, bedding, blocking, detectable tapes and all olher associated appurtenant required. shall be Included in the lineal foot pace bid of the appropriate 8 1 D #TEM(S), 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance, with the General Conti-act Documents. All valves shall have concrete hk ckIng provided for supporting_ filo separate payment will be made for any of the work involvod for the item and all assts frncufred Ml he considered to be included In the tineas'foot bid pfice of (tie pipe or#ire bid price of the valve, 52.3 Type of Casing Pipe 1. WATER, The rasfng pipe for open cut and bored or turineled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, 171-5 and EI-9 in Material Specifications of General Conlract Documents and Specifications for Water Department Protects, The steel casting pipe shall by supplied as follows; For the inside and outside of using pipe. or>al-tar protect[ve coating in accordance with the requiremcnt�i of Sec. 2,2 and related sections in AWWA C-203. Touch-up after held welds shall provide coating equal to these specified above, C. Mintmuni 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 ire casing. Insiallation shah Ile as recommended by the' Manufacturer. , SEWER: Boring used on this project shall be In accordance with (lie material standard E1-15 and Construction standard E2-15 as per Fig. 1110 of the General ConlraGt Documents, -rvr27104 - 9 PART T D - SPECIAL CONDITIONS 3. PAYMENT: Payment for all materlals, labor, equipment, excavation, concrete grout, backfill, and in detAal w&k shall be included in the unit price bid per foot, 52.4 Tie-ins The Contractor sha;l be responsible for rnaking tie-ins to the existing Walar mains. it shall be the responsibility of the- Contractor to vorify the exact location and elevation of the existing iirio tie-ins. And any differenoes in locations and elevation of existing line tie-ins between the contras.€ drawings and what may be encountered in the field shell be considered as incidental to construction, The cast of rnaking titins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and anguladon of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulabon of existing lutes between the conlract drawings and what may be encountered in the said work shall be considered as 1nddental to construction. Where it is required to shut down existing mains in order to make proposed conneefions, such down time shall he coordinated with the Engineer, and all e#forls shalt be made to keep this dawn time to a minimu(a). In case of shutting down ars existing main, the Contractor shall notify the Manager, Conritruction Services, Phone 871-7#313, at least 48-hours prior to the requircd shut down time. The Conlractoes attention is directed to Paragraph 05-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF T14E WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer Moth personalty and in writing as to the iowtion, time, and schedule of the �8i­Vlce interruption- The cast of removing any existing concrete blacking shall be included in the cost of connection. Unless bid separalely 211 cast incurred shall tae included in the linear foot price bid for the appropriate pips size, 52,6 Valve Cut-lns It may be necessary to cut-In gate ualvk to isalale the water main from which the extension and/or replacem-ont is to be connected. This may require closing valves in oth8r limes and putting oonsumers out of service for that period of time necessary to cul in the cane VaIM, the work must be expedited to the utmost and all such cut-ins mus# be coordinated with the engineer in charge of inspection. All consumers shall be Individually advised prior to the strut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bending, fittings, blocking and all other associated appurtenants required, shall be included in the price or the appropriate bid items, 52.7 Wates' Services The relocaEiun, replacement. or reconnection of water services will be required as shown on the plans, andlor as described in these Special Contract Documents in addition to these located in the field and identified by (lie Engineer. All service's shall be constructed by the contractor utiliAng approved factory manufactured tap saddles (when required) arsd corporation stops, type K copper water tubing, curb stops with Iock wings, meter boxes. and if required approved manufactured 10/27/04 SC-40 PART D - SPECIAL CONDITIONS service branches. All materials used shall be as specified in the Material Standards (E1- 17 & contained in the General Contract Documents. All water sevvices to be raplaced shall be installed at a minimum depth of 36 Inches below final grade. Atl existing 314-inch water service linos which are to be roplaced shall be replaced with f- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All sefvices which are to be replaced or relocated shall be installed with the service ma,irx tap and service line being In tine with the service meter unless otherwise directed by [lie Engineer. minimum of 24 hours advance notice shall be given when service interruption will be required as specified In Section 5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the cantraMctor 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 instail the The meter box shall be reset as nacessory to br: flush with existing ground or as otherwise directed by the Engineer. All such WoTk on the outlet side of the serice rneter shall be performed by a licensed plumber. I. 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 reconstruclion. The contractor shall replace the exist ng servirm line wish Typo K copper from the main to the mete r, curb stop with lock wirtigs, 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 Lip to 12-inches tram center line existing meter location to cefqer line proposed meter location shall bo included in the Linear Foot pa-lce hid for Copper Serv.lce Lido from Main to five (5) feet behind Meter. Any vertical adjustment 0 cu.-?tomer ciervice line wilhin tfie 5 foot area shall be subsidiary to the service installation. Payrnont for all work and materials such as tap saddle (if required), corgarati0n, steps, and fittings shall be included in the prim bid for Service Taps to Main. 1, WATER SERVICE RECONNECTION, Water service reconnection Is required when the existing service is capper and at adegUale depth to avoid breakage during street reconstruction- The contractor shall adjust the existing water service Ilne as required for arecoraneclIon anti furnish a new tap with corporaticrr stop, The contractor will be pall for ono (I) 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. - WATER SERVICE METER AND METE=R 13OX RELOCATIONS: When the replacement and reloc.3flan of a water service. and meter box is requited and the location of the meter and ureter box is moved more than twelve (12) 1 nch Ps. as measured from the center Iina of the existing meter to location to the center line of the proposed meter location, separate payment +gill he allowed for tfae relcration of servir,e meter and ine(or box. Centerline is defined by a line extended from the service tap through the meter, 0nly relaca(ions made PART D - SPECIAL CONDITIONS perpendicular to Itis centertine will be paid for separately. Relocations made along the oeWedine will be paid of in feet of copper service line. When relorallon of service meter and meter box is required, payment for all worst and matedals such as backfill, fittings, fire (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 ether costs will be included In other appropriate bid item(s). This idem will also be used to pay for all service meter and meter box reloca#ions as required by the Engineer when the service litre is not ging reptaced. Adjustment of onty the treeler box and customer service line Wthin 5 deet distance behind the meter will not justify segaiate payment at any time. Locations with multiple service branches will be paid for as one services meter and meter box reloral ort, 4._ NEW SERVICE: When new services are mquired the contractor shall Install tap saddle (when required). ourporatioh stop. lype K capper service lute, curt} slop with lock wings, and mete box. Reinforced plastic meter boxes with cast iron lid shall be provided for al 12 inch water meters or smalller. The reinforced plastic we meter boxes shall comply with section Ei-1 SA — Reinforced Blastic Wafer Meier Boxes. Payment for all work and matedaEls such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be Included in the Linear Foot prioe bid for Service Line from tvlain to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops. and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and mate dals such as furnishing and setting new meter box shall be Included In the price bid for furnish and set meter bac. 1. MULTIPLE SERV$ E BRANCHES' When multiple service branches are required the contractor shall furnish approved factory manufactured branches, Payment. for multiple service branches will include furnishing and $nstalling the multiple service branch only and all ether cost will be included in other appropriate bid Item(s). , MULTIPLE STREET SERVICE LINES 10 SiNGLE SERVICE METER: Any multiple service lines with laps servicing a single service met$r encountered during construction shall be replaced with one service line that is applicable for the size of the existing service muter and approved by the Engineer. Payment sball be made at the unit bid price in the appropriate hid item(s). 52.8 2-inch Temporary Service Line A. The 2-inch temporary service mala and 314-inch service litres shall be instalied to provide temporary water service to all buildings that will necessarily be required to havo severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections will, the building owners and the Enginoer in order that the work be performed in an expeditious manner. Severed water service artist be rerxmnnected within 2 hours of diswntinuance of service:. PART D - SPECIAL CONDITIONS_ A -inch tapping saddle and 2-inch mrporallon stop or -inch gate valve with an appropriate fire hydrant adapter fatting shall be required al [lie ternpurary service point of mnnection to the City water supply. The 2-inch temporary service main and 314-inch servioe lines shall be installed in accordance to the attached figures 1, 2 and 3_ " temporary service lino 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 Feconditioning or replacement. Upon restoring permanent service, the Conkractor shall are install the meters at the correct Iocetion. the meter box shall be reset as necessary to be flush with the existing ground c as otherwise directed by the Engineer. The temporary service layout shall have a rninlrnum 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 lar}gth of temporary service alIowed, nurmber of service taps and number of feed points. When the temporary service is required for more than one location the Vncii temporary service pipes, 311-inch service lines and the 2-inch meter shall be moved to (he next successive project location. Payment for work such as fittings, 3/4-inch senrfca lanes, asphall, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be [ncluded in the appropriate bid item. 8. In order to arcurately measure the amount of water used during conslruction, the Contractor will install a fire hydrant meter for all temporary service tines. Water used during construction for flushing new n-tains that cannot be metered from a hyda'ant will be estlrnated as accurately as passible. At the pre-constmctlon 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 wall deliver the hydrant meters to the locations. After Installation, the contractor will take full responsiblllty for the meters unlil such time as the contractor returns those metiaFs to the inspector. Any darna a to the meters will be the sale responsibilily of the contractor. The Water Department Meter Strop will evaluate the condition of the meters upon return and if repairs are needed the contractor wall receive ark invoice for these 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_ 52.9 Purging and Sterltization of Wale LInes Before toeing placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Spedric ations. except as modified hereln. The pity will provide all water for INITIAL leaning and sterilization of water lines. All matedats for construction cif the project, Including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HThl) shell be furnished by the Contractor. Chlorinated lima (HTIA) 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 ;hall not be less than 10 parts per million of free Chlorine. Chlorinated water shall be disposed of in the san[lary sewer system. Should a sanitary sewer not be available, chlorinaled water shall be "de-chlorinated" prier to disposal The PART D - SPECIAL CONDITIONS lire may not be placed in service until two successive 5eLs of samples, taken 24 hours apart, have inat the established standards of purity- Purging and Morilization of the water lines shall bo considered as incidental to the project and all costs incurred will be considered to be included in the linear fool bid price of the pipe• 52.10 Work Near Pressure Mane Boundaries Contractor shall take note that the water tine to be replaocd under this contract may cross or may be in close proximity to an exisling pressure }Mane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no crass connections are made between pressure planes 52.11 Water Sample Station GENERAL: Alt water snrnl)ting station Installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampiing station will to tumished to the Contractor free of charge; however, the Oontractor w1li be required to pick up this item at The Field Operations Warehouse- PAYMENT arehouse-PAYME T FOR FIGURE 34 INSTALLATIONS- Payment for all work and materials necessary for the installation of the 314-inch Type K copper service lime will be sinall be included In the price bid for copper S-ervire Line from Mai to Motor, Payment for all work and materials necessary far the installation tap saddle (if required), cr poraticn stops, and fittings: shall be included to the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation or the sampling station, concrete support block, curb stop, fittings, and ars incidental 54"1 of type K copper servlQe Citta which are required to provide a cwnplete and functional water sampling station shall be included in the prig bad for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATION& Payment for all work and materials necessary for the installation tap saddle. gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the Installation of the sampling station, modification to the vault, fittings, and all type K copper servica line which are required tri provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations_ 52.12 Ductile trop and Gray Iron Fittings Referenoe Part E2 Construction Specifications, Section F-2-7 Installing Casl Iron Pipe, Httings, and Speelats, Sub Sep-lion E2-7.11 Oast Iron Fittings; E2-7,11 DUCTILE-IRON AND GRAY-IRON FITTINGS; All duclile•-= and gray-iron Fittings shall be furnished with cer on( morlar lining as stated in Section EI-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylone wrapping, horizontal concrete blocking, vertical tie-down concrete btccking, and concrete cradle necessary for construction as designed, �ahr � PART T D - SPECIAL CONDITIONS All ducllle-iron and gray-iron fittings, valves and specials sh ail be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal cone-rete blocking, Vertical tie- down concrete blc 6dng, and concrete cradle. Payment for the polyethylene wrapping, horizontal coricrete blocking, verli l tie-d,twn concrete blocking, and concrete cradfe shall be included in bid items for vales and fittings and no other paymonfs wi11 be allowed. D- 53 SPRINKLING FOR DUST CONTROL All applicabte provisions of Standard Specifications Item 200, "Sprinkling for Dusl Control" shall apply. However, no dlrecl payment will be made for this Item and it shall be considered to this contract_ D- 54 DEWATERING The Contractor shall be responsible for detemiining the riethed of dewatering opea'ation for the water or sewage flows rrom 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 canducted as approved by tete Engineer_ Ground water sha11 not be discharged bite sanitary sewers. Dewatering skull be considered as incidental to a construction and all costs incurred will be considered to be included In the project price. 0- 65 TRENCH EXCAVATION ON DEEP TRENCHES onlraclor to prevent any water flowing into open trsnch during construcIion- Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extras payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's 'Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife . Vermeer V-1.950RO Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Sleel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-112 gauge (medium ga4lge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International (Iuorescerit orange-or red color, toP�,?roj -4.5 PART D - SPECIAL. CONDITIONS 6. Combination Fence: Commercially manufactured combinalion soil separataf f=abric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning Irenches as shown an drawings. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. , Backfill and compact the trench Immediately after trenching- 1,, Placa a 3,foot wide by 4-inch deep cove` of 'mulch aver the tretrch as required by the Engirseer, 11. Within 24 hours, prune flush with ground acrd backfill any exposed roots due to construction actrvlt . Corner with wood chips of mulch in order to equalize soil temperature and minjmize walef loss due to evapara#ion, 12. Limit any grading work within conservation arras to 3-inch maximum cut or fill, wiflY no routs over 1-inch diameter being cut unless cul~ by €sand or cut by spacified methods, equipment and protection}, i-. MULCHiN : 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 subsidlary to iJie project contract pace. D- 57 TREE REiutOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall hD taken to floc disrupt existing nullities batt, ovorhead and burled. The Contractor Shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer si!DrviceF, pavement, fenc`.es, walls, sprinkler system piping, etc., at no cost to the Owner_ All costs for tree removal, including temporary service costs, shall be considered sub,5idiaty to the project cQnlract price and no additiunai payment will be allowed, D- 58 TEST HOLES The matter o[ subsurface exploration to ascertain the nature of the sails, including the amount of roc*, If any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder an this project shall submit his bid under this condition. Whether prospective bidders petform this subsurface exploration jointly or independently, aria whether they sake such determination by the use of test holes or other means. shall be loft to the discretion of such prospective blddem. If test borings have been made and are provided for bidder's Inforrnalion, at the locations shown on the logs of borings in the appendix of this specifcation, it is expressly declared that naither the lty nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, eilher in character, location, or elevation, as shGwn an 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. PART D - SPECIAL CONDITIONS The Contractor assurnes all responsibility for interpretation of these regards and for making and maintaining the required excavation and of doino other work affected by 11 ie geatogy of the site_ The cost of all rock removal and ether assorfated appurtenances, if required, shall be included in the linear foal bid price of the pipe, D. 89 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ALIO 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 fryer of the pending construction to the front door of each residence or business total will be impacted by construction. The notice �5hall be prepared a follows, The noki#tcation notice or flyer shall be posted seven (7) gays prior to beginning any construcfloTi activity on each block in the project area. The flyer shall be prepared on the onlractor's letterhead and shall fndude the Fallowing infor Talion: Name of Project, DOE No_, Scope of Project (i.e. type of construction activity), actual construction duration wilhin the black, the name of the contractor's foreman and hls phone number, the name of the City's inspector and hls 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 sho irig the conbtrudan start and finish times 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. (n the event It becomes necessary to temporarily strut down water service to residents or busimasses during construction, the contractor shalt prepare and deliver a nolice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as folk)ws; Th6 notification or flyer shall be polled twenty-four ( 4) prier to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the Following informafian Name of the project. DOE number, the crate of the interruption of service, the period the inferription 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 noffication is attached. A copy of the temporary interruption notification scull be doliverad to (Ile inspector for his review prior to being distributed. The cuntractor shall not be permitted to prvoeed w1th interruption of water sedge until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construcilan office at (817) 871-B306. All work involved with the notification flyers shall tie considered Subsidiary to the contract prioe and no addilional compensation shall hemade_ D- 60 TRAFFIC BUTTONS T PART D - SPECIAL CONDITIONS The removal and repiacernent of traffic buflor�s is the responsibility of the contractor and shall be considered a subsidiary Item. In 1he event that the contractor prefers for thL, Sionats, Signs and Markings Division (SSMD) of tho Tran sportatianlPublic;Works De-partmentto instal the markings, the contractor shalt contact SS MD at (8 17) 87"1-8770 and shall reimburse S SMD for all costs incurred. both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D- 61 SANITARY SEWER SERVICE CLEANOUT Whenever a sanitary sewer service Ilne is InsLaNed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed art of high traffic areas such as ddvoways, streets, sidewalks, etc. whenever possible. When it is not passible, the cleanout stack and cap shaii he oasl iron, Payment for all work and materials necessary for the installation of the two-way se�vlce cleanout which are required to provide a complete and funcflanal sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cle2nouts. 0- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair Immediately after trench backfill and mpactian using a minimum of -inches of hat mix asphalt over a minimum of ( -inchcs of compacted flex base, The existing asphalt shall be saw cut to prmvide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smaoth rideabillty on the street as well as provide a smooth transition betweerx the exlsting pavement and the temporary repair. Cost of oar cutting shall be subsidiary to the temporary pavement repair pay Vern. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility Upon such mobilization. No additional r.ornpinnsation shall be macre for maintaining the tempo{sry pavement- E)- avement_D-63 CONSTRUCTION STAKIES The City, through its Surveyor or agent, will provide to the Contractor construction stapes or other customary method til markings as may he found cansistenl with prolessional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. Th stakes snail be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be sat for all utility construction (water, sanitary sewer. drainage etc.). and one set of excavation/or s!abilkzation stakes, and one set of stakes for curls and gutterlor paving. It shaft be the sole responsibility of the Contractor to proserve, maintain, transfer, etc_ all stakes furnished until completion of the construction phase of the project for which they were famished. If the C i(y or its agent determines that a sufaticlent number of stakes or markings provided by the City, have been lost, destroyed, or Itis€urbed, to prevent the proper prosecution and central of the work contracted for itr the Contract Documents, h shall to the Contractor's responsibility. at the Contractor's sola expense, to haVe scich stakes replaced by an individual registered by the Texas Board of Professfonai Land Surveyor as a Registered Land Surveyor. No clainis for delay due to lack of replacement of construction stakes will be accepted, and time will continue to Na charged in ac mrdance with the Contrart Do inerts, Irlr"1104 -48 - T PART D - SPECIAL CONDITIONS �U. 64 EASEMENTS AND PERMITS The pefformance of this contract requires Qertafn temporary construclilon, right-of-entry agmements, andlor permlits to perform work on pdvale properly. The City has atterxipted to obtain the temporary construction andlor right-of-entry agreements for properties whore construction activity is necessary on City owned facilities, such as sewer lines or manholes. For loco#iotas where the Cite was unable to obtain the easement or fight-of-entry, it shall be the Conlractor's responsibAilty 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 10 the Contractor for review by contacting the pians desk at the Department of Engineering. City of Fort Worth. Also, it shall be the responsibft of than Contractor to obtain written permission from property owners to perform such w0fk as cleanorit repair and sower service mpla cement on private property. Contractor shall adhere to -III requimments of Paragraph C6-f.10 of the General Contract Documents. The Contractor's atterition is directed to the agreement terrn5 along with any special conditions that may havo been imposed on these agreements, by the property owners. The easements a ndfor private prapawrty shall be cleaned tip atter use an d reslored to its original condition or better. In event add itfonall work coo is required by the Cafttractor, iI shalt be the Contractoes responsibility to obtain written permission from the property owners involved for the use of additional property required, No a dditionaI pa yment will be allowed for this item. The City has obtained the necessary documentation for railroad andfor highway permits required for consIructlon bf this project. The Contractor shaft be responsible for complying wlth al provisions of such permits, including obtaining the requisite Insurance, and shall pay any and all costs associated Wth or required by the permit(s). It Is the Contractor's responsibIllity to provide the requited flagmen andfor provide payment to the appropriate ra I Iroadlage ricy for all Gag men curing ccrostruclion In railroadlagency right-of-way. For railroad permits, any and all costs associated with compliance with the permit(s) including payment for flagmen shall be subsfdiary to the bid item price for raring under (tie railroad, No addiiional pa yment vvill be allowed for this Item. D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference bas Innen held but before construction is allowed to begin on INS project a publiC meeting Wfl he held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present [lie projected schedule, Inctuding construction start date, and answ8r any construction related questions. Every effort will be made to Schedule the neighborhood meeting within the (wo weeks following the pre-construction conference but In no case will construction he allowed to begin untill this meeting is held. D-66 WAGE ELATES The labor classifications and minimum wage rates set forth herein have been predetermined b the City Council of the City of Fart Worth, Texas, In accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shalt less than the fol#owing rates of wages he paid. (Atlacha~d) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE fart7fo4 -49 - MARKT D - SPECIAL CONDITIONS A. It is the intent of the City of Fort Wortli to comply with tha requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESIIAP) found al 40 CFR Part 61, Subpart M. This specification will establish pracpdures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliano� w1th NE HAP. frothing iri this specifics ion shall be constrr.red to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are mare stringent- B. ACP is defined under NE HAP as a Ca€egmy II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Cansequenliyr, if the removafi disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A t*IESHAkP notification must be filed with the Texas Department of Heatth, The notification must be filed at least ken days pflor 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. whon dry, which may be crumbled, pulverized or reduced to powder by hand pressures- D. This section defines the generator of hazardous materials. The requirements of section have been changed for this project (Sanitary Main 244A Village Green Parallel Colfecfor Contract ). The standard to be used is the Texas Water Deveiopme;it Board Supplemental Contract Conditions CW RF Tier 3. and DWSFR, page 14, Item 17, Hazardous Materials (See the SRF funding section of the specitrcattons)- D. It is the intent of the City of Fort T orte 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, teci)niques and sequences to enstare this result, E. Compliance with all aspects of worker safety and health re uialtons inGludincg but not lirnited to the OSHA Asbestos Standard is the responsibility of the Excavator. The t ly of Fort Worth assumes no responsibility for compliance programs. which are the responslibility of the Excavator- (Copy of forms atlac#'ed) F. The removal and dispoaaf of ACP shall be subsidiary to floe cost of installing the new pipe unless otherwise stated or indicated on the project plans or contfact documents. 0-611 STORM WATER POLLUTION PREVENTION (FOR DISTUf RU ED AREAS GREATER THAN 'I ACRE) PERMIT_ As defined by Texas Commission on Environmental duality (TCEQ) reg ulatlorrs, a Texas Pollutant Discharge Efimination System (TPDES) General Construction Permit is required far al comitruction activities that reSUlt In the disturbance of one to five acres (Small Construction Activity) or five or mom acres of total land (Large Construction Activit ). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. InforfmAion oonoerning ilie permit ca be obtairsed through the Internet at http:lfvwwwv.to=.state,tx.us/pe rmfttinglwater permlw perrrriconstr'uct,html. Solt stabilization and structraral practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Ero lon Control Manuai for Construction Activities (13 MP Manual). This Manuall can WM4 -50 PART D - SPECIAL CONDITIONS bo obtained through the-fntomeI. at www.dfvvstormwatf-.r.com/ru noffhtml. Not all of the structural contr'ots 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 physicni cvntrois and possible reduce oasts. The methods of control shall resutt in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NCI : 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 T EG NotIr of Inten (NCI) forma proparexd by the engineer. It serves as a notificaiinn to the TCEQ of construction a ctivii ty as wall as a commitment th@t the contractor understands the raquirements of the permit: for storm water discharges from wostruction activities and that measures will be taken to impfeme€rt and maintain storm water pollution preventfan at the site. The NO shalt bo submitted to the TCEQ at Ieast 48 hours prior to the contractor moving on site and shall include the req urred $100 apPiIca Elan fee. The NON shall ha mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team, MG-228 P.O. Hox 13087 Austin, TX 78711-3087 A copy of the iNOI shall be seat to: City of Forl forth Department of Environmental Management 5000 MLX Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT) For all sites that qualify as Large Construction Activaty, the contractor shall sign, prior its final payment, a TCEQ Not Ice of Termination (NOT) form prepared by the ang]naer, It serves as a not Ice that the site is no long or subject to the requirement~of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm later & General Permits Team; MC-228 P.O. Box 1:3087 Austin, TX 78711-3087 STORM WATER POLLUTION P EVENTIQN PLAN (SW P PP)- decum ant consisting of an ems€on control and toxic waste management plan and a narrative defl niliig site parameters and techniques to be employed to reduce tho release of sediment and pollution frorn the construction sito. Five of the project. WPPP's are available for viewing at the plans desk of the Depar#r'nenl of Engineering. The selected Contractor shaalI be provided with three ooples of the SWPPP after award of ca along with unbounded copies of all forms to he submitted to the Texas Commission on Environmental Quallty, LARGE CON STRU Q TION ACTIVII -_D.I STURBED AREA EQUAL TO 0R G REATER THAN ACRES. A Notice of Intent (NOI) form shall be completed and submitted to the TOEQ including payment of 1he TCEQ retlui({-a~i fee. A SWPPP that meets alt TCEQ requfroments prepared by the Engineer shall be prepared and implemented at least 48 hours before the comm ell Cornwi( of construction activities, The SVVPPP shall be incorporated into in the c:oralraot documents. The Conti-actor shall submit a schedule for implementation of the SWPPP. Deviations from the plan Wt 27104 -51 PART D - SPECIAL CONDMONS must be submitted to the engineer for approval. The SWPPP is not warranted to meet all [lie conditions of the permit since the actual cons Iruction activities may vary lu" those anticipated during the preparation of lire SW PPP- Modifications may be required to fully conform to the req uiraements of [lie Pemiit_ The con Lraclor must #seep a copy of the mast current SW PIMP at the construclion site. Any alterations to the SWPPP proposed by the contractor mist be prepared and submitted by the con0actor to the engineer For review and approval. Al Notfoe of Termination (NOT) farm stiall be submitted with In 30 days after final stabifization has bears achieved on all portions of the site that is the responsibility of the permittee, or, when another permi Red operator assumes contrc4 oval all areas of the site that have not been finally stabilized. SMAf_L I ON Ti UCTI fV 1'tlf ITY- €]i TUBBER AREA EQUAL TO OR CREATED THAN ONE ACRE BUT LESS THAN FIVE ACRES. Submission of a NOI farm is not required. However, a TCEO Site Notice form must be completed and posted at the site. A copy of the completed Site Noilce must be sent to the City of Fort Worth Depairtment of Environmental Manag emenI at the address listed above. A SWPPP. prepared as described above, shall he implemented at least 48 hours before tike commencement of construction activfkies. The SWPPP must include descriptions of contr❑i measures necessary to prevent and control soil erosfan, sedimentation and wafer pollu[ion and will be included in the contract documents. The control measures shall be installed and maintained throughout the constriction to assure Pffecfive and continuous water pollution control. The conlrols may include. but not be limited to, silt fences, straw Dale dikes, rock berms, diversion dikes. interceptor swales, sediment traps and basins, pipe slope d(ain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or nonstructural skim) 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 surra as shown on the pro posaEl as fu 11 compensation for all Items contained in the project SWPPP. t=OR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SMALL DE APPLICABLE. D-69 COORDINATiON WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractors responslbilitp to coord{nate any event that will require connecting to or the apefation of an existing r:ity water line syrslem with the City's repcesentalfve, Tile Contractor may Obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Coritfactor requires that a water value 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. Faflore to comply will render the Contractor In violalion of Texas Penal Cade Title 7, Chapter 28.08 (Criminal Mischief) and the OontractGr will be prosecuted to the full extent of the law. in addition, tha Contractor will assume all liabiINas and responsibilities as a result of these actions, D-70 ADDITi0NAL SU ISM ITTAL. FOR CONTRACT AWARD The City reserves the right to require any pr"Ualfffed contractor who is the apparent low bidders) Ior a project to submit such additional InFormaIicn as ilio City, in sale discrelian may require, including but not limited to manpower and equipment records, information about key arxx S -52 PART D - SPECIAL CONDITIONS DiTION personnel to be assig nod to the project, and construction schedule:, to assist the City in evaluating and assessing the ability of the apparent law bidders) to deliver a quality product and successfully complete projects for the amount bid within !fie stipulated lime frame. Based upon the City's assessment of the submitted information. a recommendation regarding the- ward of a contract W11 be made to the City t:oundl. Failure to submit the additional information if requested may be grounds for rejecting the apparent tow bidder as non-responsive. affected oontractors will be notified fn writing of a recommendaktan to the City Council. 0-71 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 porformance andlor of failure to rnaintain 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 tine charged to the contract. If the amount of work performed by ilie ocratractor is less than the percentages of time allowed by 20% or more (example. 10% of the work completed in 0% of the stated contract time as may be amended by change order), the following proactive measures will be talken: 1. A letter will be mailed to the contractor by oertified mail, return receipt requested demanding than, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion or tiles work within the contract time. in the event the contractor receives such a letter, the contractevr shall provide to the City an updated schedule showing haw the project will be completed within the contract lime. , The Project Manager and the Directors of the Department of Engineering, Water Departmont, and Department of Transportation and Public Works will be made aware of the situarfan. If necessary, the City Manager's Moe and the appropriate city council members may also be informed. 3. Any notice that may. in fine City's sola discretton, be req ui red to be provided to interested individuals will distributed by the Engineering Department's Pe~ibk InforrnaVon Officer. 4. Upon receipt of the contractor's response. the appropriate C4 departments and directors will be notified. The Engineering Department's Pubilc infortma(ion 0f lice r will, if rracessaary, then forward updated nokices to the interested individuals. 5. if the contractor falls to provide an acceptable schedule or fails to perforin satisfactorily a second ilme prior to the completion of the contract, they bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the fallowing guidelines relating to working on City constru ton situ on days designated as "AIR POLLUTiON WATCH DAYS". Typically, the OZONE SEASON, within the Metroplax area, runs from May 1, through OCTOBER 34, wit# 6:00 a.m. - 10.00 a.m. being critical BECAUSE t=MISSiONS FROM THIS TIME PERIOD HAVE WMN -b IPAI T D - SPECIAL. CONDITIONS ENOUGH TIME TO BAKE IN TIME HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Wea[her Service, wilt issue the Air Pollution Watch by 3:40 p.m. on the afternoon priaf to the WATCH day. On designated Air Pollution Watch Days, the Contractor sha11 bear the responsibility of being aware lhat such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. wheneaver construction phasing requires the use of motorized equipment for periods In excess of I hour. HowevK, the Goniractor 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 oerlified by EPA as `Low Emitting", or equipment bums Ultra Low SuVur Diesel (U LSD), diesel emulsions, or alternative fuels srich as CNG. If the Contractor le. unable to perform continuous work for a perlod of at least seven hours between the hours of T00 a.m. -6.00 p,rn., on a designated Air Pollution Watch Day. that day will be considered as a weather day and added onto the allowable weather days of a given month. 0-73 FEE FOR STREET USE PERMITS AND RL-INSPECTIONS A fee for street use Permits is in effect. In addiffon, a separate fee for :e-inspectior4s for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $50.04 per parmit with payment due at the time of permit appilcation. 2. A fe-tnspectinn fee of $25.44 welt he assessed when work for which an inspection called for is incomplete. Payment is due prig to the City performing re-inspection. Payment by the cordractor for all street use per-mits and re-inspections shalt be wnsidered subsidiary to the contract cost and no additional compensation shall be made. x rr oa C-54 (To be printed on Cont actOf-'5 Leztuh"d) Date. DOE No: 3 17 6 PROJECT NAME,Main CIC4B Sanitary Sewer Drainage Area Fart X MAP CO LOCATION: 76L LUyU-I'S Off' CONST.. West of 9"' Avco ue along FWWR between Rosedale and Oleander Estlmared Duration of Coostruction on yn ter Street : <XX>days 4 TRB IS TO INFORM YOU THAT UNDER A CONTRACT WITH TIIE CITY OF PORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. C NSTRUCT"ION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU RAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY DR ANY OTHER ISSUE, PLEASE CALL. Mr. <CONTRACTOR'S SUPER€ 'KTENDEN-r- A'I' TELEPHONE- NO.> O Mr. < ITY INPELT R> AT <TELEPRONE NO.> ATTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 pLF A SE, KEEp T IS F` 'R H,4JVD Y WHEN YOU CALL. PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATF Asphalt Racer $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 oncmte Finisher Helper(Pavia ) $9.70 Cortaete Finisher-Structures $13,44 Flagger $7.40 Form Builder-Slrucleiw $13,44 form Sutter-Paving & Curbs $1025 Form Setter Structures $9.7.5 Laborer-Gammen $7.64 Laborer-Utility $8.64 Mechanic $13,25 servicer $10.13 Pips Layer $7.85 Pipe Layer Helper $6.75 Atphralt Distributor Operator $11,45 Asphalt Paving Machine Operator $11,09 Concrete Paving Saw $10.83 Crane, Clanishall, Backhoe, Derrtck, Dragline, Shovel (< 1 112 $19,40 Y) Crane, Qanishell, Sackhae, Derrick, Dragline, Shovel (> 1 112 $11.52 CY) Front End Loader(2 112 CY & less) $9.94 Front End Loader (over 2 112 D1') $9.32 Milling Madiine Operator $8.90 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement [Marking Machine $11k0 Roller, Steel Wheel Plant-Mix Pavements $9.88 Reeler, Steel Wheel 0(her Flatwheei or Tamping $12.12 Radler, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.90 Reinforcing Steel Setter (Laving) $915 Truk Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Drive r-Lowboff feat $ 10,54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 M272 04 SU-56 PART D - SPECIAL. CONDITIONS - - 17r -57 FORT WORTi DOE NO. ][ACX][ ft*jvcl Hamm NOTICE OF TEMPORARY WATER TE SERVICE INTERRU"IOM DUE TO UTILITY IMPROVEMENTS OUR NE+:T[MBORHOOD, YOUR WATER SERVICE WIFLL BE INTE RUPTE1l ON URT'WEEN THE HOUR 0l{ ND IF YOU HAVE UESTIONS ARO UT TFE1S SHUT-OUT, PLEASE CALL- MR. _ AT -- ( ONTRAC rO S SUPERU"-ENDEN ) (TELE1 H0 NUMBER) OR AT CITY INSPECTOR) (TELEPHONE NUMBER) 'I M8 I N ONVENJEENCL WILL BF AS SHORT AS POSSIBLE. THANK YOU, CONTPAC"T`OR PART D - SPECIAL CONDITIONS - ~ F TEXAS DEPARTM ENT OF htWU_TFI �� DEMOLMON I REN0VA7ION NOTIFICATION FORM NOYI�:CIMLEITEMS THAT ARE AMEN DM 1' 1) H N OT]FICATIONA ff 1) AbflP rrellt Carta otal: _TDH WramueNumber. � t�f flu�_�M4na Number:{ ,} -.� _ Joir.l�lle�ho+ter l+tuF»bnr: iorte wpeni!*r. TUH"riga Number. y Silk-Stipilf+a mr _ ____ _ 'TDH License Number. Situ LL Tr6hfd On.SitNE51-JAP Ind[v€dual: erlWcallpn D e ❑amolltiw 0R)1r6ttor. OfAce Phone Numbed l n mdfipw, City slake_�.Zip;� y 2) Fnsjmxrt Oarurullrmi or jpprptor, :MH Lf4�&ro4Za Numh erg — MaMnq Address: T 3} FeollEly Owner. -_ I ANAnUarx; i+7a�IrRp Addr�sr_ _ _ A Olty: Slat '.�.ZIP Owner Bonn Numbert 1 6 "Note:Tho Ir vwc-a for the naimmilen inn will hri sant to the ownai of ft build Ing nth 6 the bill H In Q attdress for the rnvolce wl II ha elstminM from mo Ifiwmeillcn 1Fhdl Is prouidad In kirks srci9on. N 4) Descrtpttars or Fmmty Name- E rhykh4l Addy Caryniy Ctly: Ip: I'r ukRy Phone N umbnrr CaniAPI Pemort: - -- I Dascriplion of Ara alfnurn WMLA! r: .A Fftr Use, Fulum use: P: Ags v(9ulC ing ar l6ly, l urrheer of Ftaorxi_. Schaal{K-12): D YES ET NO i] 5} -rvpa e,r Wark: 0 .f OM0111Jun ll Arrwovallon(Abmomant) ❑ An nua1 CandvIidated T W& wall ho twurlrtg: O Wy ❑ Ew3iling ❑ "ghl c1 pilaBe+3d Projao D Dv-s0ptlonofWA;0hndgga. N A} n YES 0 NO Federal Facl fIty?CO YVS 0 NO 1ndu!116A Sita?El�YES D NO f] NE-13 IAR-only FDi;l Illy? Q YES o NO fa f1ulyd1q/rnd111y Coeupied7 O YES Cl NO L 7) f+laxi kmilurf Type CHECK ONLY ONE ❑ Criglna1 (101Norking Dayr) n Cerraellagon U Amundmont ❑ Emuigan4�yforaffad 4: ! If"aIsanamondrnon,wt-Na amecdm4nlPlumber faliils _(Enda&ocopyoforlblnal-4ndlarIartarrmra,idmnnr) I If an erilerqonq,YAho d1d you talk will)ill 11f)H�_ _— Qmcrgencyg, 4 u Date rind Hour 0 Emwgnrwry(HHJN11.4jDDtYY); Dar tr;ptldn of tileMrdgert, u110%lPedf.d ahem acidexpiwmnn of how tufa AWnI cauSorJ tarOaFe eondltaaruor WiuijW aatjsa equ Ipment damMo{computvE,,mdr;hbory,ole 41' 9) Dastrlpllan aF proa"umq to he ft1mved In the evert L hat onoxpaclad aab ester.irx fumid or pxeviuusly mg-4rt-dble sskpeuWs rnater:10 becomes crurdblad.puWo zed,pr rationed to powder: 9 9) Wa6 till AtLl:mtax 5urmy performed? ❑ YES D NO nate- f 1 TDI Inupackw Ucarwe Flo: Ar,alyr;wl Meikrod:a PLAd R TEM i C1 Asxum i 7QN L rtbgr tory l tcrrnx No: N (For TAHPA(puzft khLffd rig)preieclr.=an gsaumptlorr mud lae rn-ade by a TDV Uni mnrl Inspoctar) 1 a} oe ip&n or planned derrlali!Uon er reridv-�l Ian►cork,type 0 m panel,arrd methods)to bek usnd; i 1) r)mvrIpUan of work pmolicem and enrg4ncerfng omnlreCs to he used to pmyont arnlssioii s aF asLestes al tka de�nolll�on�rcnauallon; rrutrroa -59 FART D - SPECIAL CONDITIONS ���AL m 12) AtL appticgihle Ilaans In tha follor,2np t FbIP mLIst hQ WMPle#ed; IF NO ASBESTOS PRESEMT CHECK Id ERE D AppwA lnl ate amount of Cheszk uni t of rmea!tmrr, ant ASb�sto� c:nnb,Inln�J9ulF�lnp IIIa�f1Kl AQb�r,#nss Type Plimii- SwFone Am:j Lri 1.n SO SQ Crt Ft M Vt ki it M "C'm Eo hx ramwed RACM NOT rrrr gw*d Intedw fiats a I n#n-(ice ramavw Eyforlor Colasog 1rrapr-fnabinrenngvDd E Hari-1i lable NOT removed InwJar CaloqmV II non4mbar mmrrvW EmarparC"am M N SOLUM remaw&J CgMEg K€ran-frlalWa NOTiemoved RACIM Off-F-DO.PPity tJnrnpor, 1 13) Yvaule T(aft�witm h amw- TD"Lk# so Number; Address; „C1ly. Sue; IP;. Contud Pwisalx; P'hmb Trimly.,. f 14) wast6 Mspa&31 Sda NwTk6_ _ Al dwjaiu ._, _ U Y SEala, - ZIP. '1'elepl�oltr: _} TNRGG Fwmii Number 15) Fur WrUuturally Ylna=nd frac Miles.aitimh a con of rlimmr hon"or and ides WV GommrTmnl al OPfidal FoWw., Mom glsbrDirarw Nw. 71110; DWe of ordw Opie um dur to-Lmgin(Mk.4lOQ") I _ 16) Salteduled Oaw� of FSbWw AWemeal(CdW3131YY) Start, 1 p CnmrA�. 1 f 17) Snlsaouw opw5 Pmailltorr rlovwiorr{MM DNY) Slam: f 1 Cnmplato: # I "•}gft If mile usan dela as Ihla mabA Agan Can not bo mo41h r'iS11 Reglaual or Lexi Pragoher offico Muz2be awrlontnd by phont Our to-The Mad dela. Failure to do"ILL a irtOi: *n in acoordarico to TAMPA Sa Fan MAI. I heivby agrilty IFIjaI all Infornisllbn I have pmyM!Dd Is cannot, coniplule,e<i4 yule to thio bas#of my MawrAdgm t mcknowkdDe that J tin%umpomlla for all avpogy-of Nut nuWicalron(orm,lrir ImcF%j,bel nal Ilm ding.corded and suhmissJan dales. Th" OnWrimki n pffnally Es Sf4,t}w PA-4 dky}se(violsllon. ts�Aj toiLtr§or aulldJng Ownerf CTcmtor tPril34ed N frena) (Data) [Telephran,) vc I}elec�atea Ca�rstltt�r�if�ontnclor) .� _ I. _ (fox N„mrrar) MAIL TO: A BE$TQS NOTiFIGATtON SECTION TO=SU1:3STANCES ONrRo L DMION Te AS DEPARTMEJVT OF HEALTH Taxas am not accepfadl PO BOX 143530 'Faxes gra not acc fad" AUSTIN,TSG IV 14-1530 PH:5-12�34-I SK. 1 a0c X72-DW Fp3,m APRft,!, 0*iW wagV Z AluplaCe�s TVH fOMI dabOd r"of at&ht rncG b7 rnmpFaft lb Mr WU f-WJ672-5548 rrl�r�}ria f1�60 Part DA — Additional Special Conditions a J PART Del - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECT w1TH MULTIPLE UNIT ,t.,.....,.,., 5 DA PIPELINE REHABILITATION CURED-IN-PLACE PIPE (O1bUTTED).............. DA-3 PTFE ENLARGE KENT SYSTEM (OMITTED)................. ................... .......... DA4 FOLD AND FORM PIPE (ONUT[`ED) t.Y.tY..,.i,...i...,tt...tt.....tt..,-tt-Y-S--a.Ya...........a..Y.t DA-5 SLIPLINING .t...t,.,t.....,..t,.........,t....,....................................5 DA-6 PIPE INSTALLED BY OTHER THAN OPEN cuT...tt................t,.......a.........a.. , ...5 DA-7 TYPE OF CASING PIPE.. . ........... . ...--- .. ........... t , ............................YY...........Ya.Y.8 DA-8 SERVICE LINE POINT REPAlR1 CLEANOUT REPAIR (OMITTED)...............9 DA-9 PR.OTECTk E MANHOLE COATING FOR CORROSION PROTECTION (0M1'rTED) ..............aa,.Y.....,..............Y.,..,.....YY......Y,.aaaYY,..Y........Y.....Y.,..........Y.,.,.a,,,,.,,,:,..,...........,..., 9 DA-10. MANHOLE RTHABILITATTON (OMITTED) ,,,..Y...ttYY....,..,tt............................... DA-11 SURFACE PREPARATION FOR MANHOLE REHABILrFATION (Of1 ITFED) 9 DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMI.'TTY`ED)........... DA-14 INTERIOR MANHOLE COATIN -SPRAY WALL SYSTEM OMITTED)......9 DA-IS INTERIOR MANHOLE COATING - RAVEN LUVING SYSTEM (OMITTED) .9 D 16 INTERIOR MANHOLE COATING: PERM-ACAST SYSTEM WITH EPDXY LINER (OMITTED)..................................... ....................4............................................................. 9 DA-17 tNTERIOR MANUOLECOATING- TRONG-SH L S STEM (OMITTED)—.. 9 DA--18 RIGID F' BEROLASS RVI NHOLE LINERS (OMITTED)........................ 9 DA-19 PVC LIKED CONCRETE WALL RECONSTRUCTION (ON111'TEU) ............... 14 DA-20 PRESSURE GROVTING (014IInED) .,..t.............a5......aS...YY..YYii.....*aa,a..................... to 11 —21 VACUUM TESTING OF REHABILITATEDMANHOLES—................................ 10 DA-22 FIBERGLAS YANLIOLES Ufa+iITTED).5.,....Y.............Y................ ......................... I DA-23 L.00ATI N AND EXPOSURE OF MAN110LES AND NATER VALVES (011+fi'i"I'ED) ,t..tt..,,..,...t..................t...,,.,,,,,.,,,t....,.t..,...,t......t.....---,,,..........Y........................Y.......... 1 DA-24 T EPLACE MI1NT OF CONCRETE CURB AND GUTTER.................................... l DA-25 REPLACE ENT OF 6" CONCRETE DRIVEWAYS O I'L'ED)...................... 13 DA-27 GRADED CRUSIM SYY`0N S................Y,......Y.a..Y.....Y....................................,.......... 13 DA-21 WEDGE MILL NG 2" TO ll" N]EPTH 5.01 WIDE (OMITTED).—............... ....... 13 DA-29 BUTT JOINTS—NIMLED (OMITTED).............. .... . „ ...........................--...... 13 DA-30 2" H.M.A.C• SURFACE COURSE (T PE "Dit ........I.....4—. ............ 13 DA,-31 REPL.ACEMIENT OF 7" CONCRETE VALLEY CUT'T'ER (OMITTED) ........... 14 DA-32 NEW 7" CONCRETE VALLEY GLIWEI (OMITTED) a..,.Y.............%................. 14 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED)................................ 14 DA-34 81+ PAVE kI LL NT PULVERIZATION (011r 117fED)..........Y...a................................. 14. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILFIrY CU`I) (ONITTYED) Y....YY.........a...,..,.,...Y.,..Y.................Y.YY........a...t..,.,..........,t........,.,,................................. 14 DA-36 RAISED PA EMENT MAYRI ERS (OIM11TED)..... ............ ............................ 14 DA--37 POTENTIALLY PETROLEUM CONTAMINATED MATERLAL{HANDLING (OMITTED) t.,,...t.t,....,.t,,,,.,.,..t..,t.t..............t.....,,t....,.,..,...,..............a..Y..,.Y.Y................................., 14 DA-38 LOADING,TRANSPORTATION,AND DISPOSAL OF CONTA NH ATED SOIL (OMITTED) 1.Y.ai Y...i Yi Y..ati Y...Y.....Yi....iY.Y..Y...ti.....5i.....ii.....ti..i Y..tti..tt.r....tt....trr................................... 14 DA-39 ROCK RIPRAP- GROUT- FILTER FABRIC t,...t.,...........t..................................... 14 f 1102104 FWmvfsod ASC-1 M-244A parallel Cotlr.cleir-Conlracl it PART DA - ADDITIONAL SPECIAL CONDITIONS Ilii40 CONCRETE RIPR P....................................... .................................................. ...t t. 17 DA-41 CONCRETE CYLINDERPIPK AND FITTINGS..................................................... 18 DA-42 CONCRETE PIPE FYI�MGS AND SPECIALS ......................a..........................,_... 18 DA43 UNCLASSIFIEDSTREET EXCAVATION 1 DA-44 "PERFORATED PIPE SUBDRAIN (CI LII`D).....t..................... 19 DA-4S REPLACEMENT OF 4" CONCRETE SMEWALKS (OWUTTED)..................... 19 DA-46 RECOMMENDED SEQUENCE OF CONSTRiMON..,.tt........,,,tt,,...t................ 19 DA47 PAVEMENT NT PAIRIN PARTUNG AREA (OMITTED),..t..............................20 DA-49 EASEMENTS AND PEIRYIrI.C'I'S.................................at.,.......t t.,.................................-a 20 DA49 H GHWA Y REQUIREMENTS.............................................:....t,..............................a 21 DA-50 CONCRE'T'E ENCASEMENT ....,....a................t.....a......,,..tt..,..tttrr,.............................21 IDA-51 CONNECTION TO RMTING STRUCTURES....................................................... 21 DA TURBO MLi TER WITH VAULT AND BYPASS INSTALLATION (OMITTED)21 DA-53 OPEN FIRE LINE INSTALLATIONS OMn-MD)..........................—......I........ 2t D&,S4 WATER SAMPLE STATION ( 11+il'I"I` I} ..t........................aa.............................21 DAA CMIE ON CONCRETE PAVEMENTONH17ED).............................................21 DA-56 SHOP DRAWINGS.t,.,.,t,..t......r........... .................................t,.,............21 DA.-57 COST BREAKDOWN .................................a.....a.......................................................... 22 Del-58 STANDARD STREL+T SPEC MCATIONS Il,M�kC. OVERLAY(ON[ITTED).. 2 I)A-59 H.M.&C, MORE THAN 9 INCHES DEEP (OIC.ITTED).,tr..,.5.i.5............ra........... 22 DA-60 ASPHALT DRIVEWAY REPAIR (IImnrTED).......a......a............aa.....aa.............. 22 DA-61 TOP SOIL.......aa..aa.......a..............t...,.tt,.,.r.,.......,,.....,.,.ttr..ta---...,.......I....... ..................... 2 D■fA��/ii■ice■Y�■�WAT 14'IETER A `FER BOAC R E,LOCATION AN D ADJUSTMENT +a■(��■F*i*�i�/<{i iEMID i..�I1r4`..tat....tt...tt..tt�...........ttttI.tr..tt,,.,a+ai.,.ia......—%%kt..ai.5..a5t...aa....ti...,RtS,,.,........... ............. Y,..,...23 DA► 0 MI UA B i ES.t+.............ata....at...att...ttt.t.ti.w..ttt,.tt„tt,t„w.tti„ .,...............iii.ta.5,aii 5,tt.aat DA-64 WORK IN HIGHWAY RIGHT OF WAY.....,,.t,.,.,t.,,t,,,,,,,,,,,,,,i,.,.r...........,...............23 DA-65 CRUSHM LINIESTONE(nYX-BASE) ..........4.......... 3 Del-66 OVnONTO RIENE (OIIrIITTED),,,,„ ,,,,,,,,tr..,............,.at..,...............................23 DA-67 NON-EXCLUSIVE ...a......t5.5...t.............................23 DA-M CONCRETE VALLEY GUTTER (OM=D),.ta..t,.....t.....tttt............................r 2 ISA-69 TRAF14CBUTTONS...,.,.t....,t..,.,rtr..........i....a.5...t.....t..........t.,.....t..............................23 DA-70 PAVEMENT S'T'RIPING......,,r..........aa....a.5........t.........tt...................tt,..,t,..,t,,.............24 DA-71 H. ,A.C. TESTING PROCEDURES (OMU'T' ED) ....tt....t.t,r...t..........................+24 DA-72 SPECIFICATION RK FERENCES..at....ti...t.5..t......t.........tri...ttt.....t............................24 DA 73 RELOCAT ON OF SPR7NKLER SYSTEM BACKFLOW FREVENTEWCONTROL VALVE AND EO (0114FTTED)1%.,...trr..........................t...a..t 2 DA-74 I SILIENT-SEATED GATE VALVES (OQIrMED).............a.5...a...a...tt.....%%1..... 24 DA-75 EMERGENCY SITUATIONS JOB 1DQ E-IN-..t..,.,.,,,tr,,,.,,rr,,,........a,a.......t.............. 24 DA-76 I 2” & 2" COPPER SERVICES (ONU TED),..rr.5,rra.............a......5............1.........24 IIA-77 SCOPE OF WORK(UT[I.,,CUT) [+Di1+II'I"'i`En),.r..,,r,.,,.r......... ............................24 DA-78 C'ONTRACTOR'S RESPONSIBIL'1' {UTEL, CM (OMITTED).......................24 ISA-79 CONTRACT T[ E(UTIL, C.'I1 I') (0bMTED)....................a..........................,,t, 24 DA 4M REQUIRED CREW PERSONNEL& EQUIPMEKT (UTIL, C (OMITTED) 25 DA-81 TIME ALLOWED FOR UTILITY CUTS (UT°IL. CUT) (OMFI71`D)..................25 f fx?A 4 r-W r4oA%od ASC-2 M— 244A.Pama al fioKa.Glar- onirac4 4 PART D - ADDITI ONAL SPECIAL CO NbITI N DA-82 LIQUIDATED DAMAGES(UTIL. CUT) (OMITTED) ........................................ 25 DA-83 PAVING: REPAIR EDGES(UTIL. CUT) (OMITTED)...........a............................. 25 DA-84 TRENCH RACKFILL (UTIL. CUT) (OMFITED).....tt.......................t.,...............25 DA-85 CLEAN-UP (UTIL. CUT) (OMMED) ............................. .... .t,,.......I......2s IIA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED),,,,,,,,,,,,,,,,,„ ,,,,,,t,,..t..............,,t 5 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMMED) ,,,tt........................................2 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTI” UT) (OMITTED).................25 DA-89 CONCRETE BASE REPAIR r,OR UNIT H & U (T IIx(UTIL. UI) (OMITTED) 25 ISA-90 "TO "H.M.A.C+ PAVEMENT (UTIL. CUT) ............. 25 DA-91AADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTCUn (OpVIfiED) .a....t...a....at......__.....t....t....at.........at.........a....a.....aa..a........a.....t....a..............................5 DA-92 MAINTENANCE BOND (UTIL. CUT) {OMITTED}...................a.....aa..............-25 DA-93 BRICK PAVEMENT(UTIL. CU (OMITTED).............................................5....25 DA-94 LIME STABILIZED SUB RADE (UTIL. CUT) (OMI'ITED).,..t........................25 IIA-9 CEMENT STABILIZE SUBI;RADF (UTIL. CUA (ONITT II)...................... 25 DA-96 RFPAYR OF STORM DRAINS STRUCTURE'S (U'M. CUT) (C114I TTED)...tt..tt 25 Dpi-97 " UICkC E'T" CONCRE TE (UTIL. CU I) (OAR TIED)..................................... 2 DA-98 U'TILJTY ADJUSTMENT(UTIL. CUI) (OMITTED)..........................................25 DA-99 S'T'ANDARD CONCRETE SIDEWALK AND WHEELCHAIR HAIR RAMPS (UTIL. CUT) 25 ISA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CU I)(OMITTED)...25 D 101 CONCRETE CURB AND GurTER(UTIL, CUT) (OMITTED)....................a.. 25 DA-102 PAYMENT(UTIL.CUT) (OMI7"rED) .....aa.................aa.................a..........:......25. DA-103 DE HOLES (NU C. EXT) (OMITTED)........................t..,.................,,.............. 25 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (ONUTTED)......................26 DA-195 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OWTFTED)............26 DA-106 13ID QUANTITIES (MISC.EXT.) (OMIITy��TEYDA)............................ ......... ..........yJ46 DA-107 LIFE, OF COI�TRAC:T (MI C,EXT,) ■A4.■BL l i HD).......a...ta....t.ai555,a�.5,.ah4,t....,..26 DA-108 FL.OWABLtE FILL(MISC. F.XT.) (OR+IITTED).....tt.....a............................a.....26 DA-.109 BRICK PAVEMENT REPAIR(MISC. REPL.) (OMITTED) ...........................26 DA--110DET SN ATION AND INITIATION OF WORK MISC.REPL.) (OMITTED) ....5................................... ...t............................................4.............*.t-4*,55 i+.5.a ... 6 DA-111 WORD ORDER COMPLETION TIME (MISC. RE,PL.) (OMITTED)......... ... 2 DA-112 MOVE, IIS! CHARGES (MISC,REPL.) (OMIT"I'ED)....................... 4.......it...... 26 Dpi-113 PROJECT SIGNS....... , .. , ...a........... , .a ,.+t .. . .26 DA-114 LIQUIDATED DAMAGES(MI C. PL.) (OMI'rlrEl D) ...........................aa..26 DA-115 TRENCH SAFETY SYSTEM DESIGN (MUC, REPL.) (0MITTED).,...a,a.....26 DA-116 FIELDOFFICE (OMITTED)a5,4....a......t.a5..a.....a......aa....ta..................................26 DA-117 TRAFFq IC CONTROL PLAN........... ...... . .............................................................26 DA-118 COORDINATION OF WORK WITH CONTRACTOR ICOR OTHER UNITS 26 ISA-119 FIBERGLASS SEWER PIKE—GRAVITY SERVICE.....ttt................t................27 DA-121 FIBERGLASS RE1NPORCED POLYMER MORTAR PIPE FOR TUNNEL CARRIE R INSTALLA'T'ION -GRAVITY SERVICE ........................a.,.....a............................ 30 1'00 F ruv�sed ASC-3 -2,144 A Parallel Collacbr-Contr=t 4 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-122 HINGED Mf1OLE..................t,,..,. .........................................................,,...33 DA-123 T— LOCK SHEET LMER_............ ............................ ...Yt+.,1i.. ..... . . .........Y.r;Y .Y....34 DA-124 PASSIVE ODOR CONTROL FOR VENT PIPE................................ . . .............40 DA-125 yATERC ASE / VLF COURM AND BENSONPRQPFR: i (OMITTED) . 43 IDA-126 fir'■YIY1•a�'y1+*E+LING...I...............�A.�■.....■/.....I. ��.Y.............---.......... . ..........................Y............Y....43 DSL-127 STAINLESS STEEL SLJME ATE................ ......L....................... ...45 D 128 S'L'OP LOG SWTS Y.............................................................................................Y....47 DA-129 'TBINMY RIVER AUTHORITY IMLtW CROSSINGS................................... 50 DA-130 OABIO S AND GABION MATTRESSES (OMITTED)....................................Y 50 DA-131 PASSIVE ODOR CONTROL MSE WrED ON MANHOLE COVER...........L.— 50 DA-132 REINFORCED CONCRETE PIPE (RCP)..................a.Y....................,..Y.........Y.a....51 DA-133 REINFORCED CONCRE'I~I; CYLINDER PIPE (RCGP)....................................51 DA-134 NEW STRUCTURE INTERIOR MANHOLE COATING RAVEN LEW N SYSTEM 51 IIA-135 PIPE ]INSTALLATION—VERTICAL AND I101I ONTAL CONTROL---59 DA-136 MEYER POLYCRETE PIPE FORJA CNG INSTAUATION (OMITTED) 0 Dpi-137 TXDOT UTEUTY PERMITStt................ss.„•t,tt+..5,ttaNY+t..,,t.aYL.... .....a;. 1.—LLaa 60 DA-138 LIQUIDATED DAMAGES----........... ........................................+....a.o DA-139 CAST IRON SLUICE GATES.....................................................—,.,,..........I....I....460 D14x0 FL LE > ....,......Y........................................................t.,.............I............... 67 DA-141 CUT AdnPLu .......... . ........ „ ...,........ . DA-14+ DUiX11fry111E........t. t ......... •t ..................t. . 4++5i,4.55-+ 4 . 4#4 67 LA-143 ABANDONJUNCTION STRUCTURE.....,..., 68 .............i.1-11............ 4..444..44....— I MRM4 FW m-v, ASCS! M-244A Paragnl CfAlaa r-Con”.d PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNIT The City reserves the right to abandon without obligation to the contractor, any pad of the project, or the entire project, at any time before the oon tractor begins any construction works authorized by tha City. Award. if made, shall be to the lowest responsMe bidder. The rollowing shall apply Por contract documents with multiple units of worts. Each unit represents a separate project, each with an individual MOBE specification and proposal section, The proposal sections are arranged to allow prospective bidders to submit bids on one unit, sorrte of the units, or all of the units. Award of contract(s), if mach, shah be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of con act documents consisting of all applicable unils will be created and one single award of contract shalt be made. The Contractor shark comply with the City's IVIMBE Ordinance for the applicable unit or combination of units and shall submit monthly MfW BE repotts for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable constructlan completion time period for alt the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITTED) DA-5 SLIPLININ (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified andlor nooessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and1or carrier cortduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper Iine and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable, B, MATER$ALS: 111W 4a7 r-W revised ASC-5 W4+4R F%Wfel Colloolo[-Cantrazl 4 PART DA - ADDITIONAL SPECIAL. CONDITIONS 1. Casing Pipe, Casing pipe shall be skeet ronforTrMg to Atli B'xio and the following: a. Field strength: 35,000 psi minimum, b. Wall thickness: 0.312 In. minimum (g.a for railroad crossings). C_ Diameter- As shown on the drawings (minimum size requirements), d, Joints. Continuous ciroumforential weld in accordance with AW S Di.1, . Carrier Ripe in Casing: Carrier pipe shall be as shown on drawings and as sp fled In the General Contract Documents, 3, SGwar Pipe without Casing Pipe- Shall be rninimurn Class 51 ductile iron pipe, or as designated on the plans, 4. Grout: Gamut shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than i tau. ft. of cement to 3 cu, ft. of fine sand with sufficient water added to provide a free flowing thick slurry- C. EXECUTION i. Whore sewer pipe is required to be instalted under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not Interfere with the operation of the railroad, strut, highway, er other Facility. and so as not to weaken or damage any embankment or structure. During construct{on operat ns, barricades and lights to safeguard traffic and psdestrions shall be furnished and maintained, until sucfih time as the backfill has been oompl ted and thou shatl be removed from the site. 2. Pits and Trenches: a, if the grade of the pipe at the end iS below the ground surfaoe, suitable pits or trenches small be excavated avated for the ptirpose of conducing the lacking or tunneling operations and for placing end joints of the pipe. Wherever and trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and farad in a manner to prevent earth from caving in. b, The locatlon of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall he backfilled immedialely after the casing and carr(at pipe installation has been completed, 3. Boring and Jacking Steel Casing Ripe: Steel casing pipe shall to Installed by huring hole with the earth auger and simultaneously jacking pipe into place, 11/02A)4 rev fevrsrad ASC-6 M- 24I A Poi-afleE(''okeb r-ca„rrimt 4 PART D - ADDITIONAL SPECIAL CONDITIONS a. The boring shall proceed frorn a pit provided for the boring equipment aril workmen. The holes are to be hared mechanically. The boring shall be derfe w9ing a pilot hole_ By this method an approximate 2-inch hole shall be bored the enUire length of the crossing and shall be checked for line and grade an the opposite end of the bore from the work pit, This pilot Mote shell sefve as the centerline of the larger diameter hale to be bared. {ether methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall he placed near the top of the working pat and disposed of as required. The use of water or other Fulds in connection with the baring operation will be permitted only to the extent required to lubricate cuttings. Jotting or slulcing will not be permitl:ed. b. In unconsolidated soil formartions, a gel-fofming oolleldal dritling Fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seat the walls of the hale, and famish lubrication for subsequent removal of cutlings and installation of the pipe immediately thereafter. G. Allowable va ation from the line and grade shall be as specified under paragraph A, . Ail voids between bore and outside of casing shall be pressure grouted, 4- Instrallation of Carrier Pipe in Casing, a. Sanitary surer pipe located within the encasement pipe shall be supported by "skids" or "hands" to prevent the pipe and hells from snagging an the inside of the casing, and to keep the installed lire from resting on Ilie bells. b, All skids shall be treated with a wood preservative. Skids should extend for [lie full length of the pipe +oath the exception of the bell area and spigot of-Ga necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-balling the pipe while Installing it through the casing. A method of restricting the moverrnent between the assembled bell and spigot where applicable shall be 1)rcvided, d. At all bored. jacked, ar tunneled installations, the annutar space between the carrier pipe and casing shall be filled with grout. Care must be taken than not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required uriless specified on the plans and specified by the Engineer. G. Closure of the casing after the pipe has been Installed shall be plugged at the ends of the casing as shown an i;he drawings or as required by the Engineer. 5. Boning and Jacking Ductile Iron Pipe without Casing Pipe: }1102r 04 FW m LdSi9d ASC-7 M-'M4A Paagor coirector-Gonlr=t 4 PA-RT-DA - ADDITIONAL SPECIAL CONDITIONS a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of blare and lacked ductile iron pipe. b. When a casing pipe is not des€gnated on the draWngs, the contractor shall provide a casing pipe if necessary to achieve limo and grade. Casing pipe shall be provided at no additional cost and shall be subsidiafy to the cost bid for installatlon By Other thar3 Open CuL C. Bore and jack in accordance with paragraph C,3, above. d Short length of sower consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer, All voids outside of installed pipe shall be pressure grouted. $. Tunneling. Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than lacking or baring, kyr when Shawn on the plans, a tunneling method may be used, with the approval of the Englneer or raitroad/high any officials. a_ When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed timer method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the ifner method, b. The spare between the tunnel liner and the limits of excavation shall be pressure grouted or mud jacked. C- Access holes for placing concrete shall be space at ma irnum intervals of 10 feet, D. MEASUREMENT ANO PAYMENT: installation of pipe by ather than open cift Wil be measured by the linear foot of pips:, complete In plane. Such measurement will he made bet can the ends of the pipe along the central axis as installed. The work performed and materiats furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear fact for Pipe installed by Other Than Open Cot of the type. size, and ciass of pipe spedfied 2ts shown on plans. The fumishing of all materials, pipe, liner materials required for Installation. for all preparation, hauling and installing or same, and for all labor, tools, equiprrtient and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as showa In the Bid Proposal_ Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER, The casing pipe for open cut and bored or tunneled section shall be AA C-200 rabr€sated Electrically Weldr-A Teel Wates- Pipe, abut shall conform to ft provisions of I Jia FW FeWsed ASC-8 M-744A Pamllsl C`[kidor-conrract 4 PART DA - ADDITIONAL SPECIAL CONDITIONS E1-15, E1-5 and E1-9 in Materfai Speciccations of Goneral Contract Dowmenls and Specifications for Water Depailment Projects. The steel casing pipe shall be supplied as follows: A. For the insfde and outside of casing pipe, coal-lar protective maUng in accordance with the requirements of Sec. 2.2 and related sections In AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. Minimum th(ckness for casing pipe used shah be 4.375 incfi or the thickness shown on the plans (which ever is greater). Casing piper (by itselfi shall be able to carry all lige and dead loads without excessive deflection and damage per Industry standards. Casing Spacers (centering styto) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing_ Installat[on shall be as recommended by the manufacturer. 2. SEWED: Boring used oft this pro;ect shall be in accordance with the mate ria t standard E 1-15 and Construction shandard E2-1 5 as per I~ig. 110 of the General Contract Documents. 3_ PAYMENT., Payment for all materials, labor, equipment, excavation, concrete gmut. backfill, and Incidental work shall be included in the unil price bid per toot, DA-9 SERVICE LINE POINT REPAIR f CLEANOUT REPAIR (OMr TED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SUIRPACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-1 3 INTERIOR MAMHOLE COATING - 0UADEX SYSTEM (OM MED) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMITTED) DA-15 iNTE IOR MANHOLE COATING - RAVEN LINING SYSTEM (OMITTED) DA-16 INTERIOR MANHOLE COATING,: PERMAICAST SYSTEM WITH EPDXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEMA (OMITTED) ISA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) 11102104 FVV mvrsed ASC-9 M-MA Parall41 COuc af-Contract 4-- PAIN DA - ADDITIONAL SPECIAL CONDITIONS DA#19 PVC LINED CONCRETE WALL RECON STRUCT10N (OMI TED) DA-20 PRESSURE= GROUTING (OMITTED) bA-21 VACUUM TESTING OF RIEI-IABILITATED MANHOLE A. GENERAL oope_ This section describes manhole testing to effectively confirm the watertight Integrity of existing manhotos [allowing strucfurat, infdlratiorr and Inflow related repairs and that the appearance of tyle worts is aomplable. Descri.ptaion: Infil#rafion may be observed in rnanhcla defer at manhote walls, pipe seals or benchltrough areas_ Infiltration related repairs are intended to eliminate Ieakage of groundwater Into manholes. Inflow may be observed in manhole defects at manhole frames, coven. frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate souroes of surface water an try that become active fluting rainfall events. Shvctura►l repairs may be required when making 1A related manhole repairs. StrucWral repairs may include defects in any manWe components hul not displaying 111. TesliN, Obseivatans and Guarantee Periods; The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer, Any new or rehabilitated rmanWes that are observed to be leaking by the ErlgInear during periods of high groundwater of during inflow conditions shall be subject to additional repairs. The Contractor shall be reWnslb a for all additional repairs required on these unsatisfactory manholes during [lie guarantee period. ' Al manhole rehabilitation work shall be warranted to be tree of defects and of good workmaoship for a minimum of three (3)years from the date of Gi l accepOnce of the project. Any manhole repairs oompleted by the Contractor which fail during the warranty period shall be repalrod to the satisfaction of the City at no additional cost to the City. B. MATERIALS - Not specified_ fes. EXECUTION Infiltration:"resting' All interior neaten manholes and all partial replacement manholes shall he observed (tested) by Contraotor In the presence of the Engineer for sources of infiltration. Observations velli be made during high groundwater conditions. wherever possible. W027 N tW reWwd ASC-4 0 M-244 1 Parallel Wledut-Carduad 4 PART DA - ADDITIONAL SPECIAL CONDITIONS Manholes shall be tasted after instaltlaVan with all connections (exis(ing and/or proposed) in place. Drop-connections and gas sealing connections shall he installed prior to testing. The lines entering the manhole shall be tempora6ly plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be Installed In the lines beyond drop-connectlans, gas seating connections, etc. The test head shall be placed inside the Marne at the top of the manhole (so that the m nhale frame seal is tested)and inflated in a000rdance with the manufacturer's recommendations, A vacuum of 117 Inches of mercury shall he drawn, and the vacuum pump will be turned cuff. With the valve closer, the level of vacuum shall be read after the required test fame, if the drop in the level is toss than i-Inch of mercury (final vacuum greater than g-inches of mercury), the manhole will have passed the vacuum tell. After a successful test, the temporary plugs will be remaved. The required test time Is determined from Table i. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF I" Hu (10" i 9"Hij) (SEC} DEPTH OF M.H, 48-Inch Dia. 60-Inde Dia. 72-Inch Ma. (FT.) Manhat Manhole Manhole $ 0 sec. 2-6 sec. 33 sec. 10 25 sec. 33 sec. 41 sec. 12 30 sec. 39 sec, 49 sec. 14 35 see. 45 sec, 57 sec_ 16 40 sec_ 52 see. 67 sec. 18 45 sec. 59 sec. 73 sec. •' T=5 sac. T=6.5 sec. T=8 sec. "For all Manholes over 18 fact in depth, add v,, seconds as shown for eacli respeciive diarnete r for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Tirne would be 75.0 seconds, 45.0+x(5,0)=75.0 seconds] (Values listed above are extrapolated from ASTM 0924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury (f=inal vacuum less than 9- inches of mercury)will have faited the lest and will require additional reha,blfilatian. The Contractor shall make the lrlecessalry repa#rs to the already comgieted rehab Ilitalian work at no additional campensation. If the failure of the vacuum test is determined to be due to preexisting candihons not on the manhole rehsbllitaGtion schedule for that manhole, this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be ire-tested as described above un4l a successful test is made. Only one payment for manhole vacuum testfrtg will be made on each manhole. Vacuum testing Is required on all manholes having Interior rehabilitation. Inflow Testing: All partiatlyr rehabilitated manholes shall be dyed water tested unle s the manhole has successfully passed the vacuurn test_ Manholes shall be eyed water tested in the presence of the Engineer_ The dye test shall oonsist of applying a concentrated dye solution around the manhole frame. Dyed water shall he applied for at least fen minutes. 1 IM2104 r-VaVmvisad ASC-1 I M,2 4A Parallei Canceler•Cantraa 4 PART D - ADDITIONAL SPECIAL CONDITIONS ManholesManhdes observed to be achvely leaking greatef thaa one drip per five seconds v41I have failed the lest and wlil not be ac:oaptable. Manholes failing a lest will n dire additional rehabilitation by the Contractor at no addilional compensation. Oftr Tasting: One (1)rehabilitated manhole will be randorrdy selected For turf r testing, A laboratory selected by the City will take r e samplas of wall sedons of manholes with wall coatings. Testing of ft aero sampkes will he done to evaluate material thickness, Campmssive strength, flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cemerditious wall 0 aUngs; Compressive Sirength. Compressive strength shall oonform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28Aay break of 4,000 psi. Flexu rat Strength. f=lexural strength shall conforrn to ASTM C 348 and snail meet or exceed a minimum 28-day break of 1.200 }psi, Slant Shear bond Strength. Slant shear bond sirengtin small conform to ASTM 882 :modified and shall meet or exceed a minti-num 8-day break of 2,404 psi. If the manhole tested falls to pass any of these mqulmrwnts, another manhole shall be selected and tested. It tl sewed manhole fails, the City may. at its option, stop work until the Contractor can provide assuranoa that testing requirements can be mei. Guarantee- Conirackor shell warrent that the workmanship and mat its era free from defects and lhai the manholes are sealed from Inflow and infiltration for a period of three (3) years from the date of final acceptance of the project, D. MEASURE MENT AND PAYMENT Payment for manhole vacuum~ testing shall be made at the Contract Unit Price bid for each Manhole 1lacuurn Tryst actuatty perfo med and passed and the appearance of the completed manhole Is visually aoreptable. Payment shall be full compensation for all lata,and materials nea-assary to oornplete each test. No payment will be made for additional vacuum tests or any dyed water tea trig. Payment for manhole core testing, including all labor and materials necessary to oomplete each test. shall be matte at the GontracA Unit Prime bid for each Manholes:ore Te i actually performed and passed. DA-22 FIBERGLASS f4 AN14OLES (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVE (OMIT ED) DA-24 REPLACEMENT OF CONCRETE CURB AND CUTTER These provisions require the contractor to remove all failed existing curb and gutter, as des{gnated by the Construction Engineer, and replace with standard concrete curb and gutter, W02J04FWmviEde ASC-1 2 M-244A Pardel Grilled ur•Oyilrdct 4 PART DA R ADDITIONAL SPECIAL C NDITION Iwydown curb and gutter, or in lila kind, as governed by the standard City Specifications, Itern No. 104 "Remaving Old Concrete", Item No. 502 ° ancrete Curb and Gutter'. and Drawing Nos. 5 through S-S4. fray limits for laydown curb and gutter, are shown in Drawing No. -SS of the StandardSpecifications- Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, wilt be the required sawcut excavation, yrs per specification Item No. 106 *'UnctawAad Street Excavation", into the street to acid in the construction of the curb and gutter. The pay limit uwdl be 9" out from the guttor lap, with same day haul-off of the removed material to as suitable durnp site. The street vold shall be filled with H.I .A. . 'rtype D" mix as per specification No, 300 "Asphalts, Oils and Emulsions", Eleni No. 304 "Prime Coat" and Item No, 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and lop soil as per specification item No. 118 "Top Sall", if needed, shall be added and leveled to wade behind the curb. E=xisting improvements within the parkway such as water meters. sprinkler systema, etc. damaged during construction shall be replaced with same or letter at no cost to tine City. Backfi11 for curb and gutter shall be compieted withift fourteen (14) calendar days from the day of damaliticn to date of completion- if the contractor falls to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day, The unit prloe bid per linear Foot shall be full compensation for all ma(eflals, labor, equipment and incidentaIs necessary to complete the work, DA-25 REPLA I=MENT OF G" CONCRETE DRIVEWAYS (OMMED) DA-27 GRADED CRUSHED STONES This item} snail be used to repair the failed base material In areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base", The unit price bid per cubic yard shah be fall oGmpensa.tton for all materials, labor, equiparmernt and incidentals necessary to complete the work. DA-28 WEDGE MILLING " TO 0" DEPTH 5.0' WIDE (OMITTED) OA-2 BUTT JOINTS— MILL<ED (OMITTED) DA-30 2" H.M.A. . SURFACE COURSE (TYPE "D" MIX) All applicable provisions of St,andacd SpeciflGations, Item Nos. 31 "Hot-Mix Asphaltic Concrete% 300 'Asphalts, Oils and Emulsions, 304 "prince Coat", and 313 "Central Plant ecycl q-Asphalt Concrete" shall appty to the construction methods for this portion of the project- Standard peciF[ca#lan 312,5 (1) shall be rovased as follows: The prime coact, tact coat, or 010 asphaltic mixture shall not be plaoed unless the air temperature is fifty (60) degrees Fahrenheit and risiig, the temperakure being taken in the shade and away from artificial heat. Asphaltic material stroll also not be plan d when the wind conditions. are unsuitable in the opinion of the Engineer. IW2.Ala Fw 1"Irked ASC-13 M- say.Piarau6ji Colin dor-contract 4 PART D - ADDITIONAL SPECIAL CONDiTION - The contractor shall furnish t;atch design of the proposed hot mix asphattic concrete for City approval 48 hours prior to placing the H.M.Ak.O, ove lay_ The City will provide laboratory control as necessary. The unit price bid per square yard of H. .A.C. complete and in place. shall be full compensation for all tabor, materials. equipment, tools, and Incidentals necessary to coniplete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTED (OMITTED) DA-33 NE,W 4" STANDARD ■'EEL HAJR RAMP (OMITTED) DA-34 S" PAVEMENT PULVER17 TION {OMITTED} DA►-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT} {OMITTED) DA-36 RAISED PAVEMENT MARKERS {OMITTED} DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (ONFITTED) ISA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATEO SOIL (OMITTED) DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC A. GENERAL, 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requlrernents, and the North Central Texas Caunch of Governments (NCTCO ) Standard SpetAcations. are hereby made a par#of this seem. 2. This item shalt govern for the installation of rock riprap of the various sizes shown on the plans. B, DESI NRITl RIR. 1. The toe of the 6prap revotment shall be entrenched In stable channel bottoms. tf the channel bottorn is not stable, the design stall Incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shower on the drawings, 3. Engineering filter fabric material shall be placed underneath the dprap, 4. Riprap shall extend up the bank to an elevation where vegetation wilt provide adequate pmtectton. See cress sections. PRODUCT: 11102AW FW ruldsed ASC-14 W244A Pararini cAAractor-cordrad 4 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. RIPRAP MATERIAL: Stone for dprap stall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and ober defects that would tend to increase deterioration. Rock shall be reasonably well gfaded bebNonn the follaWng priescribed limits; Sieve Size ( quare Mesh] Percent Passin 24" 24 inch f 00 Rjprap 18 inch 80-90 12 inch 45-55 b inch 0-20 Sieve Size (Square Megh) Percent Passive 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RtPt AP WEIGHT. Weight of rock shall he one hundred fifty Five pounds per solid cubic foot (min.) calculated from the bulk specific gravityr (saturated surface dry). 3. FILTER FABRIC BLANKET: Approved Manufacturer. A Supac - Meavy Grade 8 P (UV) • Trevifa 0111280 Amoco 4553 • or Equal Meavy Gracie 4. RlPI ,AP GROUTING a, FINE AGGREGATE: fine aggregate for gfouting mix shall consist of natural sand, manufactured sand, or a com inalian of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following require menis as deliverer[ to the mixers: Sieve Designafon, U,S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 318 in. (4.6 MM) 10D No. 4 (4.75 mm) 95 - 100 No. 8 (2.36 mm) 80 -95 No, 16 (1,18 mm) 55 - 75 No. 30 (600 urn) 0 . 60 No, 50 (300 um) 12 - 30 No, 100 050 um} 2- 10 D. EXECUTION, 1. CONSTRUCTION, 1 VVZV4 Fwfevismi ASC-15 M-244A Parallel ColjectLlr-Cootfw 4 PART D - ADDITIONAL SPECIAL CONDITIONS a. The channel side slope and the toe exwvation shall to prepared to the requlmd lines and grades. b, Filter fabric and rlprep shall bo placed In -tuomssion to the required thicknesses and elavations. Riprap shall be hand placed arourhJ structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC ( EOTEXTiLE): The geatexUle shall be placed in ft rnannGr and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, fly, deterioration or damage Incurred during manufacture. transportation or storage. The surface to receive the geotextite shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or law density pockets of material. Erasion features such as rills, gullies, etc. rnust be graded out of the surface before geotexttle placement_ The geotextile shall be plac5ed with the Song dimension perpendicular to the centerline of the channel and laid snMth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimurn width of 4-inches of ovedap for each joint. Tompmary pinning of the textile to help hold It in place unfit the rock riprap is placed. The temporary pins shall be removed as the riprap Is placed to relieve high ten slle stress which may omur during plawment of material ars the geotex#ile, The speciW placement procedure requires that the lerx9th of the geotexlile be greater than the actual slope length. The Cantractcr shall adjust the actual length of the geotextile used based on initial installation expariance. The geotex#ile shall be protected at all times during cansbruoUon from contamination by surface runoff and any gootextile so contaminated shall be removed and replaced with uncontaminated geotextile, Any geatextile damaged during its installation or during placement of riprap shall be reptaced by the ContractuT at no cost to the Owner. The work shall be scheduled so that the covering of the georextite with a layer or the specified material is accomplished within seven. (T) calendar days after placement of the gootextile. Failure to comply shall require replacernont of geotextile, The geotexUle shall he protected frwn damage prior to and during the placement of rock riprap. Before placement of gablon units, the 'Contractor shall demonstrate that the placement technique will prevent damage to the geotextile� In no case shall any type of equipment be altowed on the unprotected gentextile. 3. RIPRAP PLACEMENT: Stone for riprap shalt be placed on ilia filter fabric blanket in such a manner as to produce a reasonably well graded mass of mete with the rninimurn prac#tcable percentage of voids and shall be constructed within the specified talerance to the lines and grades shown on the drawings_ Than Intent of these specifica#ons is to require plaoen-mnt of riprap to the thickness shown and to allow i olaled stones to extend as much as sic Inches above grade. Riprap shalt be placed to its full wurse thickness at one operaflan and In such a manner as to avoid displacing the fabric, The larger stones shall be well distributed and the e€ bre mass of stories In their final position shall conrorm to the gradation specified hereinbetafe. The finished riprap shall be free from objectionable pockets of small stones and dusters of larger stones, The desired distribution of the various sixes of stones throughout the mass shall be obtained by selective Toading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, W by other methods of placement wNch will produce the specified results. RearrangIng of individuaI stones. by mechanical equipment or by hand will be required IMOZeV4Mravised ASC-1 M-244A PamUfs?Calla cRor-oantr.,k:t4 PART DA - ADDITIONAL SPECIAL CONDITIONS to the extent necessary to obtain a reasonab4y well graded distribution of storm specified above, The Contractor shall maintain the riprap protecti❑n until accepted. Any material displaced by any cause shall be replaced at Ha erasion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT- Grout shank be carnposed of cement. water and air-entr inIng adrniAure and sand Wxed in the proportions of I part of Portland cement to 3 parts of sand. sufFident water to produce a workable miKture, and that amount or admixture Which will entrafn suffident air to produce durable grout, as determined by the ENGiNEER. Sand for grouting shall conform to the requirements of paragraphs: FINE AGGREGATE. The grout shall be mixed in a concrete mixer In the mariner specified fof concrete except that the time of mixing shall be inoreased to that necessary to produce a Mbture having a cansistency such as to permit gravity flow Into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work wilhin a period of one (1) hour after mixing. Retemperkig of ground will not be permitted. Rprap shall not bo grouted when the ambient temperaturie Is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER In w6ting; nor when the grout, without special protection, is llkcely to be subjected to freezing ternperatures before final set has oocurred. Briar to grouting, ali surfaces of r1prap Shall be wetted. The riprap shall be grouted in successive longitudinal slaps, approxirnately 14 feet in width, commencing at the lowest strip and vmrking up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case vwi11 grout be perinitted to flow or. the riprapped surface a di-stance in excess of 10 feet, Immediately after clumping the batch of grout, it shall be disiributed over the surface of the scrip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from ft tap surfaoes of the upper stones and from pockets and depressions In tie 5urface of the stone protection. After oornplaticn of any strip as specified, no workman or any load shall he permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected frmrn rain, flowing water, and mechanical injury_ The sufface of all grouted riprap shall be cured by keepinq the sur€aoe continuously wet for a period of not less than 7 [lays. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap, Payment for Niter fabric walk be made at the contract unit pride per square yard which includes all plant, labor, material, and all Installation costs iri�place, complete, 2. STONE RIPRAP` Stone (rock) riprap will be treasured by the cubic yard using actual plan dirneasions. Payment for dpfap will be made at the contract unit; price per cubic yard which inctudes all plant, labor, materfat, and installation casts in-place, cwrrmplete, 3. GROUT: Grout for rock riprap will be treasured by the square yard using actual plan dimensions. payment for grout wail be ienade at the contract unit prig, per square yard which Includes all plant, labor, material, and installation costs Iii-place, complete. DA►-40 CONCRETE R#PRAP 1 V0210 FW revized ASC-17 M-M4A Parautt cnriacbr-Canhacl 4 PAIN DA - ADDITIONAL SPECIAL CONDITIONS - - I Ehi!t=i;tAL: The following shall govern the (umisl)ing and placing of cort -ete riprap as shown on the plans or as directed by the Engineer. MATERIALS. ono-oto for riprap shall be placed In accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shovm on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concmte shalt be 3000 PSI at 28 days, Class A. Wire reinfom ement sha,tl be sic (6) by six ( ) inch No. fi plain electric welded reinforcing fabric or its equal. A minimurrk lap of sic ( ) laches shall be usad at all spticas. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three(3) inches Imm the edge of the concrete and shall have no wire projecting beyond ftp last member parallel to the edge or the onvete. Reinforcement shall be supported properly throughout the placement to maintain its position equldistance from the top and bottom surface of the slab, If the slopes and bottom of the trench For too walls are dry and not consolidated properly, the Englinoer may require the entire area to be sprinkled, or sprinkled and consolidated before (he concreta is placed. All surfaces shall be moist when concrete is planed. After the concrete has lin placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sulficientlyr to avoid slumping, the surface skull be finished with a wooden float to secure a reasonably smooth sUrfa . 3. PAYMENT., Payment for concrete riprap in place shall be made at die unit price bid III the Proposal multiplied by the quantity of material used. Bid pain +Ahll be full oomponsation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment for alt necessary excavafioa-i below natural ground, and battom at' slope of the excavated Channel will be Include-d in the bid price. DAA-41 CONCRETE CYLINDER PIPE ANo FImNG Concrete cylinder pipe en this project shatl be Class 164 AX.W.k C-303 pretensioned ronaete cylinder pipe or Class 150 AWW A -301 prestressed concrete cylinder pipe as spedtied on the plans and manufactured in accordance with Material Standard E1-4 contained In the General Contract documents, Payment for work such as backRil, bedding, blocking, excavagon and all alter associated appurteoances; required, shall be Included in tho LIQear Foot pike of the pipe and lump sunk for the pipe fittings in the appropriate BID ITEM(S). ISA CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the f6tiowing for -303 pretensioned ca-tcr to cylinder pipe to be installed on this project: 1. A complete Ilst of fittings and sped ats upon which the lump sum is bid. t�r ?it7r 4V 5vrsed ASG-18 M•a44n PsmlleJ CukrAor-contact 4 PART D - ADDITIONAL SPECIAL CONDITIONS . Provide a unit puce Indicating the cost For furnishing and installing each of the various items of fittiMs and specials. The lump sum as blot In the Proposal shall be payment in Full for all fittings and specials necessary for the constructlan of the project as designed. Payment for the Installathn of the pipe fittings, speciats, and random lengths shall be Included. Should the Engineer approve an changes to the fittings, specials or randcgn pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the proposal skull be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid Item. DA-43 UNCLASSIFIED STRI=C=T EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA 45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to t irrrely complete and coordinate the construction of M-244A parallel oollector re tract 4, it is critical for the Coutmctor to develop a sequence of construction. The following sequertU of construction is recommended. 1. CuRtaot T'xDOT to relocate bulk storage rnMerial along CJS 80. NatiFy pity ofFoA Worth of the coordinatiom .. ConWt gas company(AFF-) to verify line location at various crossing Ideations, 3. Start wmtructi on of Structure #9 and the lntcmonnecl on Struoiure at sta. 180+77 along the proposed "sew r, 4. Locate the x,y. z coordinates of M-261. Start proposed 4"by"Wer than Open Cut or lack"and 54"by"Other titan Open Cut orJack"across CJS 80, Bypass or support existing M-261 as necessary, 5. Vedfy flour in 1 -244B mpstreazr3 of project. Flaw is expzcted to he low or xdra. Matt Structuro#6 and I7 ifpossiblo. Locato Pantogo sewer(coordinate dehole with City) upstream of proposed 12" Pantego Siwtr(Sta. 3+10), 6. Locate the x, y, z coordinates of1,8430. Detsrmiae need to bypass of support existing pipe. Stunt 60"sewer prior to sewer abondownent, Install 60" sewer front Sta, 190+00 to ta, 207+59 (L,8430). Bypass 8"(L-a430)cnnnection- 7. Install proposed 6fl"sewex front Sta. 247+59 to Sla, 222+75. • Complete proposed 6'X`by"Other than Open Cut or Jack" across US 80. • Start construction on Structure 96. (if not staxtw previously) 10. F)jish manhole at sift, 247+59,and connect J.,8430 #n pr6posed „ ewer. Abandon 1, 8434. 11, Finish manhole.at sM 222+78,and connect M-261 to proposed 61Y"sewer. Abandon M- 261. 12, Divert -244B flow for con ruc tion of Structure 97, Contact field opet-ations to coordinate the diversion of M-24413 flow to proposed 6V'or'M-503 (upsftwn or 11102104 FVVrpwsaar ASC-19 M-244A naralW coflpxtuf-coniaut 4 FART DA - ADDITIONAL, SPECIAL CONDITIONS downstream of proposed 60") or downstmarn M-244-8, Start Structure 7(if not starttq previously). 13. Complete Structure 06 and 97, and install praposed 60" to existing M-503. Bypass existing Ind-503 to propo d (Y"or&)wostre- ni M-503. 14. Bypass -503 and M-244B to proposed 60" sewer. Bypass Patittgo flows Moog existirng M-244A artnttnd Intercannoellon Shucture at 180+77, 5'71f. Construct S toucture-98. Construct lnterwnitection Structure at 180+17, 7 If and install intereonnection sewer along Sts. 180-1-77. 1.5, Install 12" 1awrall under Unian Pacific railroad. 16. Complete Structure$9. 17, Connect proposed 54"sewer under US 80 to existing -503 (54') scwct at Pantcgo 12" ,ewer( ta. 0+00). Connect 12"Pa mega sewer to manhole. 18, Bypass PanWgo flow to existing M-24413, lnsWI. manhole at Pan€ego sewer ata- 3+1 a. Connect Parntego sewer from Sta, 3+10 to proposed 12" sewer at S ta, 2+61. 19, Bypass Pantego flows around propased manhole at M-244A sta. 105+71 (nortlx oft l- 503/M-244BU244A junctiun tugx. Install sewer rmm Structure #9 to existing 36" -503 bypass sewer. Install se cr fmrn Structum 99 tin existing i-244A, 20. Ccmplott Structure#8. Abandon sewer Iii-24413, -543,M-244 ► and rela,led structures as indicated an plam�, 21. C ompl, tw ancillary iletna. Tic recommended sequence ofoonslxuction is pmsen ted as a guider. It does not provide deUdIs Lo all construcdon activities. Pleme be advised that the Contrutor Inas the option afsubinnitting a di ffemnt sequetncc oftwaitstmedon than stated above. The C',ontrad ar shall not be allowed to work (but time charges will begin on the praject) until the sequence of construction including start and end dates of major project components ( ork items chat dkrupt dw Public, critical pati conrwonents ,..,. gave been approved by the City, Note: The Cantrutor is to keep existing sewers in operation at ail tit-am TIc Contractor shall utilizo and maintain tcrapormy con ne efiom a-i deemed necessary, Tea-kporary coruteeticnt�s, bypasses and relate c nslruction are itvcidenrtal to bid items. DA-47 PAVEMENT REPAJR IN PARKING AREA (OMITTED) DA-48 EAS EM ENTS AND PERMITS Ea ements and pearttts, both temporary and permanent, have been secured for this project at this We and made a part thereto. Any easements andlor permits, holh temporary and permanent, that have net been obtained by the time of publication shall be siac tired before construction starts, No work Is to be done In areas requiring easements andlor permits until the necessary easements are obtainsd. Tho Contractoes attention Is difected to Che casement desrAiplion and perrMt requirements, as contained herein, along with any special Conditions that may have heart impaled on these easerneuts and permits. tIA�2104 FW reviser! ASC-20 M1 244A N3mllM I-AAIeclar-Contract 4 PART Del - ADDITIONAL SPECIAL CONDITIONS Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions of better. In the event additional work room or access is required by the Contractor, it shalt be the contractoes resp ons lblllty to obtain written permission from the propeny owners invaIved for the use of additional property required, No addittanat paymeni will be allowed for this item, DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the oonstruction of this project are enclosed herein (APPENDIX) and made part of these specifications_ DAV50 CONCRETE ENCASEMENT onaete encasement sha[I be Gla ss E (1500 psi) concrete and For sewer line encasements sha[I conform to Fig. 113; for grater lisle encasements It shall conform to Fig. 20 of the General Contract Dowmenls. Requirements for such encasement are specified in Sections EI-20 and E2-20 cif the General Contract Docuti-�--hts. Payment for work such as forming, ptacing, and finishing including all labor, tools, equipment and material necessary to c:ornplete the work shall be [ncluded in the linear tool price bid for Concrete Encasement- DA-5 I ncasement_DA-5I C0NNECTION TO EX1STI NO STRU CTURF All tonne fiohs between proposed and existing facilities, shall Consist of a waterlight seal, Concrete used In the connection stall he Class A (3000 psi) concrete and meet the requimments of Section EI-20 and E2-20 of the General Contract Do-cuments. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities inclurlirig all labor, tools, equipment, and material riecessary tG complete the work shall be Included in the linear font price of the appropriate pipe 8I0 ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB Ch1 CONCRETE PAVEMENT (OMITTED) DA-56 SHOP DRAWING 1. Submit seven (7) copies of shop drawings, layouts. manufacturer's data and material schedules as may be required by the Engineer for his review. submittals may be checked by and stamped with the approval of Me Corttratctof and Identified as the Engineer may require. Such review by the Engineer shall include chacking for general cohformahoe wlIh the design concept of the project and general compliance with Information given In the General Contract Documents. Indicated actions by the Engineer. which may result from his review, shall not constitute I IA02104 FWmOsod ASC-21 A-244A Parallot cowia(:tar-owiract 4 PART DA - ADDITIONAL SPECIAL CONDITIONS concurrence with any doviation from the plans and spedflcations unless such deviations are speoificaliY identified by the method described below. and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. ProQes ed strop drawing submittals are not change orders. The purpose of submittals by the Contractor Is to dernonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by Indicating which equipment and mnterials he intends to furnish and install, and by detailing the fabricaCon acrd fnstallaiion methods ho Intends to use. IF deviations, discrepancies or conflicts hetween submittals and the design drawings and/or specificafions are discovered, eithar prior to or after submittals are pracwassed. the design drawings and Specifications shall govern. The Contractor shall be responsible for dimenslonu which are to be confirmed and correlated at the lob site. fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his warts. The Contractor shall check and verify all measurements and review submittals prior to Icing submitted, and sign or initial a statement included with elle submittal. which signifies, compliance with plans and specifications and dimensions suitable for the applicailon. Any deviation frram the specifted criteria small be expressly stated in writing in the subminal. Three (3) copies of Hie approved submittals shall be retained by the Contractor until mmpletior4 of the project and presented to the City In bound forfn. 2. Shop drawings shall be submitted for the €Wo ing ftems prior to Installation: Lisl the required submittals here A4dditi*nal shop drawing requirements are described I soma o€the material specifications, 3. Address for Submittals -The submittals shall be addressed to the Project Manager, (Gopal Sahu P.E.) City of fort Worth 1000 Thro kmortan I~or#Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a psis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract ft Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.O. OVERLAY (OMITTED) DA-59 H.M.A.C, MORE THAN 9 INCHES DEEP (OMITTED) DA-60 ASPHALT DRIVEWAY REPAIR (OMITTED) DA-69 TOP SOIL Where directed by the Engineer, lop soil shall be applied in amordance with the CRY of fort Worth Transportation and Public Works Depariment's Standard Specifications for Streek and Storm Drain CcAstrucgon, item 116, exoapt as fellows: AU labw, equiprr nt, goals and Incidentals shall be included in the square yard bid price for the top sail. 11Mo M rWwAad ASC- M-744A ParaM coffioclor-Cmtmct 4 PART T DA - ADDITIONAL SPECIAL CONDITIONS DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) DA-63 BID QUANTiTIES Bid quantities or the various Items In the proposal are for wrnparison only and may not reflect the actual quantiles. There is no limit to which al bid item can he increased ort decreased, Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that -4.3 oonfticts with (his provision, this provision controls. No claim will be considered for test or anttcipated profits based upon differences in estimated quantities versus actual quantiOes, to particular, the Contractor shall be aware that It Is the City's intention that the quantifies in Upit i be used on an 4emergency' laasis only. Total quantities given in the bid proposal may not reflect actual quantities; however, #hey are given for the purpose of bidding and awarding the contract. A oontraat In the amount of M0,000 (see Options to renew) shall be awarded with final payment based an actual measured quantities and the unit price bid In this proposal. Moreover, there Is to he not limit on the variation between the estimated quantities shown and actual quantities performed, It Is understood and agreed that the scope of work contemplated in this wntract is that whirh is designated by the City bit will in not case exceed $200.000 (see Options to Renew) Including all change orders, DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which Is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work Iherein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas 0opartm.ent of Transportation and Item E2-28.1 "Constructan Within Highway Right-of-Way" of the General Contract llocuments and Specifications, affective .July 1, 1978. as amended. DA-66 CRUSHED LIMESTONE (FLEX-BASE) (OMITTED) DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE ON'rRAQT This contract is non-exclusive. During the term of fts contract or any renewal hereof, the City reserves the right to advertise and award another oontract for life or similar work. it a second contract is awarded, the City fudher reserves the right to issue work orders under either conlfact as It deems in its bast interest, without recourse. DA-68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTON 1110"4;-W IUVisad ASC- tui-244A Pal a11W Cdie rtur-Cmil+acl 4 PAIN D - ADDITIONAL SPECIAL CONDITIONS — The Contractor shall supply all materials and labor ne ssary to Install traffic buttons of the same type as were previously Installed at locations dealignated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type 1t t-R4 and installed with a Type III Epoxy. All materials, labor, equipment and Incidentals neoessary to complete this item is subsidiary to the project DA-70 PAVEMENT STFUPIN Pavement striping, Whenever and wherever encountered, shall be replaced to match khe existing striping or as directed by the Engineer. Matedatls used snail be of 420 Type Intersection grade tape (in 18-inch width)such as Stamark as manufactured by 3M company or approved equal. All materials, labor. equipment and Incidentals necessary to complete thls item is subsidiary to the pCoject DA-79 H.M.A.C. TESTING PROCEDURES �OMIT`t`ED) DA-72 SPECII=t ATION; REFERENCES When reference Is made In these specifications to a particular ASTM, AW A. ANSI or other spectficatton, it shall he understood that the latest revision of such specification, ptiar to the date of these goneml specifications or revistons thereof, shalt apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTERICONTROL VALUE AND BOX (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES (OMITTFD) DA-75 EMERGENCY SITUATION, .JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water ernergency work Is required, the Cordractor shall rnc)bilize to the said location within twenty-four ( 4) hours after given notification from the Inspector anchor Project Manager. Tile Contractor shstl make all necassary arrangements for bypass pump", setting up barricades, notifying cttizoins. eio., while gaiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager. Inspector, andCant-actor. After the emergency work order has been completed, there witl to no additional ".fob Move--In' charges paid to remoblllze hack to the previous project location site.. `� IDA-76 1 i/#" 2" COPPED SERVICES (OMrTED) aA-77 OPE OF WOR (UTIL.. UT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBILT } (UTI _. OT) (OM ,ED) DA-79 CONTRACT TIME (UTIL. CUT) 10MITTED) F110244f W rvvesk:d ASC-24 M-24.1AParallotCoNectQr-.0ontact4 PART DA - ADDITIONAL SPECIAL CONDITIONS VA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL, CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. OUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) DA-84 TRENCH BACKFILL (UTIL, CUT) (OMITTED) QA-85 CLEAN-UP (UTIL. CUT) (OMITTED) ISA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED} DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR POR UNIT II & UNIT Ili (UTIL. CUT) (OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) DA-91 ADJUST WATER VALVE BOXES., MANHOLES, AND VAULTS (UTIL, CUT) (OMITTED) DA-92 MAINTENANCE BONES (UTIL. OUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) DA-94 LIME STAB ILI ED S U BG RADE (UTIL. OUT) {OMITTED] DA-95 CEMENT STABILIZED SUBORADE (LITIL.. CUT) (OMIT-IED) DA-96 REPAIR OF STORM DRAWN STRUCTURES (UTIL. CUT) (OMITTED) DA-97 "QUICK-SET' CONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. SCUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMP (UTIL. OUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) DA402 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. ERCT.) (OMITTED) i(102X4 FSS rouJsod ASC-25 M-24 4A ParaWal CVJkkw-Gurilrad 4 PAIN D - ADDITIONAL SPECIAL CONDITIONS DA-104 CON STRUCTI 0N LIMITA-nOtNS {MISC. F.}tT.) (OMITTr=u) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ( N1MED) RA-'106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. ERCT.) (OMITTED) Del-1108 FLOWABLE FILL (MISC. EXT.) (OMITTED) DA-1109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) ISA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) DA-1111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) DA-112 MOVE IN CHARGE (MISC. REPL.) (OMITTED) DA-1113 PROJECT SIGNS Project Signs are required at all locations which will be under consVuctlon (or rnoT-e than thirty (30) calendar days as indicated in Part B Proposal_ Project S igns shall he in accordance with Figure 30 (dated 9-1&-i ) of the General Contract Documents. The signs may be mounted on skids or an pasts, The exact locations and methods of mounting shall be approved by the engineer. Any and all Gusts for the required materials, labor, and equipment neaassary Far the fumisl)lng of Project Signs shatl be conside d as a subsidiary cost of the project and no additional compensation will he altawed. DA414 LIQUIDATED DAMAGES (MISC. REPL-) (OhAIT`CED) DA-1i5 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) DA-116 FIELD OFFICE (OMITTED) DA-117 TRAFFIC CONTROL PLAN Traffic control shall he In a ordance with item D-$ of!ha Special Conditions with the exception of the Contractor providing the traffic cor►trail plan, All other requirements of D-8 shall apply, The traffic control plan shall be approved by TxDOT, City of Fort Worth and the City of Arlington prior to construction. DA-1118 COORDINATION OF WORT{ WITH CONTRACTOR FOR OTHER UMTS The Contractor shall coordinate his work (Contract 4) with the work of Other Gontractars on other units of the Sanlfary Sewer Dain 244-A Parallel Collector. Cant ct 1, 2 and 3 are under constzuctlon as of the date of this document. A regular meeting with the City representative Is r anticipated to coordinate Sanitary Sewer Main 244-A Parallel Collector units to discuss constnacf on issues on other units that affect this project. These meetings arcs Incidental to the project. a 1 aN FWmwised ASC-26 M,244A ParaUd Ccftctar-CoRtmd 4 -. PART D - ADDITIONAL SPECIAL CONDITIONS The contract documents indicate the sla,rting and stopping points for each of the units of the project. The pians indicate connecting the line to a plug in Contract 3. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pips. if the pipeline is constructed to the adjacent unit, tine contrartor shall connect his line with the adjoining unit $n lieu of Installation of a plug. Contmotar will be paid for "connect an" to exis#ing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 FIBERGLASS SF-WE t PIPE — GRAVITY SERVICE A. GE14ERAL 1, Section Includos a) Fiberglass Reinforced Polymer Mortar Pipe_ b) Fiberglass Reinforced Polymer Mortar Manholes and Tee Bases. , references a) ASTM D3262 - Standard Specilicatian for "Fiberglass" (Glass-Fiber-Reinforced The rm asetting-Resin) Sewer Pipe. b) ASTM D41151 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinfor d Thermosetting-Resin) Ripe Joints Using Flexible Elastornecla Seats, c) ASTM D241 - Standard Test Method for Determination of External Loading haral ;teristics of Plastic Pipe by Parallel-Plate Loading. . Specifications The specifications container) herein govern, unless otherwise agreed upon between purchaser and supplier, 4. Submittals Gontraclor shall submit load and pipe calculations confirming selected pipe behavior, Load calculations shall Include, but not Ilinited to, buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. All design c alcutations shall be sealed by a Registered Professional Englneef of the State of Texas. Product data subm idals to include the following are as a miairnum Detalls of (lie proposed pipe_ Dotalls of proposed manholes. Properties, strengths, etc, of the (ripe, Joint detail drawing, including rnaxirmurn interior joint gap opening, in the deflected position and iso tine straight alignment. Instructions an storage, handling, transportation, and pipe Installation. Standard catalog sheets. Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers- 1(1021W FW ewers_1rx0a rov�sod ASC-27 M-244A Parallel Collector-Con track-1 PAIN DA - ADDITIONAL SPECIAL CONDITIONS - Pipe laying schedule, onnedioris to all proposed structures Includincg water stop. Q, PRODUCTS 1- Materials a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performanc irr this particular appi"Hon. Tura historiCat data shall have been acquired from a c impos#te material of simitar construction and CoQmpasition as the proposed pr6ductn b) Glass Reinforcements: The reinforcing gtass fibers used to manufacture the components shall be of highest quality commefdal grade E-glass filaments with binder and suing compatible Wth impregnating resins. c) Silica Sand: Sand shall be minimum 98 sillca with a maximurn maistufe conteilt of 0,2%. d) Additives. Resin additives, such as daring agents, plgrrzents, dyes fillem, thi otmplc agents, etc,, when used, shall not detrimentally affect the performance or the product- e) ElastomericGaskets: Gaskets shatl be supplied by approved gasket manufactumrs and be suitable for the service intended. _ Manufacture and Construction a) Pipes: Manufacture pipe to result In a dense, non-porous, corrosion-fesistant, consistent composite structure. b) Joints: Unless othefwise specified, tine pipe shall be field connected with flberglass sleeve couplings that utilize elastomric sealing gaskets made of EPDM tubber compound as the sole means to maintain joint water4ghtness. The ]dint's must meat the performance requirements at ASTM D4161. Joints at tie-ins. when needed may utilize fiberglass. gasket-sealed closure couplings, c) Fittings. Flanges, elbows, reducers, tees, w es, laterals and ether fiftgs shall be capable of withstanding all opera ng conditions when Installed. They may be contact molded of manufactured from mitered sections of pipe joined by glass-fiber-reinforced ovaJays. Properly protected standard ductile Iron, fusim-bonded epoxy coated steel and stainless steel Fittings may also be used- 3. Dimensions a) Diameters: The actual outside diameter (W to 48") of the pipes shatl be in accordance with ASTM D3262. Fix other diameters, 010's shall be per manufacturers literature. t r� � ASC-28 M,744A F'aralle€Collector-C:onlrad 4 PART DA - ADDITIONAL SPECIAL CONDITIONS b) Lengths: Pipe shall be supplied in nominal lengths of 2G feet. Actual laying length shall be nominal +1, -4 inches. At least 90of the total footage of each size and mass of pipe, excluding special order lengths, Shall be furrfished In nominal length sections. c) Well Thickness, The minimum wall thickness shall be the Mated design thickness. d) End Squareness: Pipe ends shalt be square to the pipe axis with a maximum tolerance of 118". e) Manholes. Dimensions of manhotes are shown on the plans or shall be submitted b the Contractor for approval, ire general the lee base opening to the manhate riser shall be as large as the pipe diarneter or as wide as the manhole frame cover. For the M-244A parallel collector project.the size shall be 36"in diarrreter. 4. Testing a) Pipes: Pies shall be manufactured and tested in accordance with ASTM 03262, b) Joints: Coupling Joints shall meet the requirements of ASTlul D4161. Uffness: Minimum pipe stiffness when tested In accordance with ASTM D2412 should in no rase have the stiffness be less than the faltowing: oii Cover < 15' >= S 46 Soli Cover > 15' and all levee crossings and rivet crossingQ >= SN72 5. Customer lslspecdaa a) The owner or other designated representative shall be entitled to insp t pfpes or witness the pipe manufacturing- b) Manufacturers Notificatlan to Custerner. Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufaclure must provide the Owner wM adequate advanm notice of when and where the production of those pipes will fake place- 6. Packaging, Handling, Shipping a) Packaging, handling, and shipping Shall be done In accordance with the manufacturer's instructions. C. E X E C U T 10 N 1. installation a) Buriat: The bedding and burial of pipe and fittings shall be In accordance With the project plans and specifications and tete manufacturers requirements (Section 13 A of Ilia product brochure). 1 V02104 F-Wmv sad ASC-29 # 44A Psmilel CaRector-Gonnai 4 PART T D - ADDITIONAL SPECIAL CONDITIONS b) Pipe Dandling: use textile slings, other suitable materials or a Forklift, Use of chains or cables Is not reoemmended. c) ,Jointing: 1) Clean ends of pipe and coupling components. ) April Joint lubricant to pipe ends and elastorrreric seals of coupl(ng. Use only lubricants approved by the pipe manufacturer. Use sultable equipment and end proteclion to push or pull the pipes together. 4) Do not exceed forces rewrnm6nded by the manufacturer for coupling pipe. 5) Join pipes in straight alignment then deflect to required angle. to not allow the deflection angle to exceed the deflection permitted by the manufacturer. d) Field Testing I) C.'owactor ahall not use the Fort Worth dater Mpa.rtnient Material Specificadon E2-9.7c WiiRm ian 'fest Pneumatic Mothod. ,Air Test. The CiDn"ctor shall test according to the cunt Wition of NCT O G- - Standard ,specification for Public Works, 6.72 f Lo Pray,um Air 'rest , 3) Test Methods. 'Ma Time Pressure Drop Method will be used for this project 2) Infiltration 1 Rxf'rltra6on 'Fest: Nis►dmum allowable 14akMe shall be prr local sped ficafiou requ 1CFtt_%, ) I)eflection: Maximum allowable long-te{m deflect!on is 510 of the initial diameter. DA-120 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR JACKING INSTALLATION—GRAVITY SERVICE (OMITTED) DA-121 FIBERGLASS REtNFDRCED POLYMER MORTAR PIPE FOR TUNNEL CARRIER INSTALLATION —G IZAVITY SERVICE A. GENERAL I, Sec4on Includes a) Reinforced Polymer Mortar Pipe. b) Fiberglass Reinforced Polymer Martaf Wnholes and Tee Bases. 2, References a) ASTM D326 - Standard Specification for 'Fiberglass' (Class-Fiber-Ra fore Then-nosetting-Resit) Sewer Pipe, r r zrow ry v� ASC-30 M-244A Pigran(il PART D - ADDITIONAL SPECIAL CONDITIONS - b) ASTM D4161 - Standard Specie tion for "Fit rgtass" (Glass-Fiber-f ei(lforCed Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Teats_ c) ASTM D2412 - Standard Test Method for Determination of External Loading haractertstcs of Plastic Pipe by Parallel-Plate Loading. 3. Specifications a) The spedifications contained herein govern, untess otherwise agreed upon between the purchaser and supplier. B. PRODUCT 1. Materials a) Resin Systems. The manufacturer shall use only polyester resin systems with a proven history of performance In thls {articular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product, b) Glass RelnforcemenN. The reinforcing glass fibers used to manufacture the carnponents shall be of highest quality oomrnerdial grade E-glass filaments with binder and sizing compatible with irnpmegnating resins. c) Silica Sand; Siad -shall be minimum 98% silica with a maximurn moisture content of. o,2%. d) Additives. Resin additive, such as curing agents. plgfnents, dyes, fillers, thlxotrapfc agents, etc„ Whan used, shall not detrimentally effect the performance of the product. e) Elastomaric Gaskets. Gaskets shall be supplied by approved gasket manufacturers and be suitable for the service Intended. 2, Manufacture and Construction a) Pipes: Manufacture pipe to result in a dense, nonporous, corm ion-resistant, consistent composite structure, b) Joints-. Unless otherwise specified, the pipe skull be field connected with fiberglass sleeve couplings or bell-spicgat joints, "flush" or"nan-flush"that utilize elastomeric sealing gaskiats as the soCe imans to maintain joint watei0ahtness. The joints must meet the performance requirements of ASTM 04101. ,Dints at tie-ins. when needed, may utilize fiberglass, gasket-seated closure couplings, c) Fittings- Flanges, elbows, reduc rs, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe jolned by glass-ftber-reinfc�rc d overlays_ Pi-aperly protected standard ductile iron, fusion-bonded epoxy-coated steel and stainless steel ffings may also be used, I VO;V0.1 F re0'9B+1 ASC-:31 M1.244A Paraala[(Wri#Oar-Canbacl4 PART DA - ADDITIONAL SPECIAL CONDITIONS 3, Dlrnenstons a) Diameters- The actual outside diameter (18" to 48") of the pipes shalt be in accordance with ASTM 0326Z For other diameters, 00's shall to per manufacturer's literature. b) Lengths: Pipe shall be supplied In nominal lengths of 20 feet. When required by radius curves, pit size, or other limit-Auns restrict the pipe to shorter lengths, nominal sections of 10 feet or other even di*ions of 20 feet shall be ursed. Adual Laying length shall be ruminal *1. -4 iris. At least 90% of the total footage of each size and class of pipe, excluding special order lengt PLAIT DA - ADDITIONAL SPECIAL CONDITIONS a.) instalxattion: The installation of pipe and fittings shall be in accordance with the project plans and spedrications and itia manufacturer's requirements (sec;tian 13 E of the product brochure). b) Pipe Grouting. Annular space grouting shall not damage the liner and shall conform to the manufacturef's requirements (Section 13 E of product brochure), Cantracter shall verify that the grouting pressure is within the non of pressure rating of the pipe and liner. Submit anticipated grouting pressure to the engineer. c) Pipe Handling-, Use textile slings, other suitable materials or a forklift, Use of chains or cables In not recommended. d) ,pointing: 1� Clean ends of pipe and coupling cornpGnants. Apply joint lubricant to pia finds or hell interior surfaces and the elas€omeric seals. Use only lubricants approved by the pipe manufacturer, 3) Use suitable equipment and end protection to push or pull the pipes together. 4) Do not ex eed forces recommended by the manufacttiref for joining or pushfng pipe, 5) Joln pipes In straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer, , Field Tests a. Field Testing I) Contractor shail not use the Hart Worth Water Department Material Specification E2-9.7c Exfiiitra ion Tcst PnexNrnutic Mathacl: Air Test. The Contractor shall East according to the cuxreeit edition of INCTC OG - Standard Specification for Public Works, 6.72f low Pressure Air Tent —3) Test Methods. The 'rime, P msure Drop Method wi I1 be used for this project htfil&ation I Exi-iltration Test: Maxiinum allowahia leakage shall be per local specification requirements. 3) Deflection: Maximum allowable long-terra deflection is 5'14 of the initial diameter. DA-122 HINGED MANHOLE "PAiuIR or similar approved Manhole Cover and Frame. Covers and frames shall be manufacturer) from ductile iron. Covers shall be hinged, and irrcarporate a 90 degree blocking system to prevent acdclental closure when In the open pusilion. Covers shall he one roan operable using standard tools and shalt be capable of withstanding a test load of 30,000 lbs. 1� 2ra4 FWrak5ed ASC- M-24-4A Pani lei coiert,u-Qmitrod 4 PART D - ADDITIONAL SPECIAL CONDITIONS Frames shall Irrcnrgowate a cw6nuaus seating ring, have a 32' clear opening, frame depth shall not exceed 5% the flange shall inaorporatn bedding slats and bait hates. All components shall be black coated. The manhole frame shall be installed with the hinge and alfgned with the flout/ of traffic to allow traffic to close frame when gas pressure partiaW lifts lid. The contractor SHALL NOT provide the frmufaclures lacking rmchanism. DA-923 T - LOCK SHEET LINER A. General This specification rovers the supply and installation of a flexible sheat liner with locWng e4ensions in (einfarced con to pipe and auxiliary strut Ares to effectively protect the exposed concrete surfaces from corrosion. To accomplish this, the liner must be continuous and free of pinholes both across the joints and in the linor Itself, All work for and In connection with the Installation of the Ilning in concrete pipe, and the field see ling and welding of joinLs, shall be dame In strict conformity with all applicablo specifications, instructions and reaommendatons of the lining manufacturer. The manufacturer of the lining shall furnish an affidavit aftsfing to the suoDassful use of its material as a lining for sewer pipes for a minimum pefiod of 40 years Irk sewage conditions reoDgnized as m7asive or atherwNe detrimn tat to concreted. B. MATERIAL a) Ltrtaf shall be Amer-Plate T-Lock as manufactured by Ameron Protective Linings Division, Brea, Caiifornta or approved equal. 1. Composition a) The material used In the liner, welding strips, and other accessary items. shall be a combination of poly vinyl chloride resin. pigments and plasticizers. specially compounded to remain flexilbte. Poly vinyl chloride resin shall constitute not less than 99 percent, by weight, of the rosin used in the forrnulalion. Copolymer resins will not be permitted. Lineef Law Density Polyethylene (LLDPE) may also be specified.. 2. Physical Properties a) All plastic liner ptate sheets, welding strips and other accessory Items, shall have the following physical properties when tested at 7T F± 5" (250G±3"), Property Initial (Par. .4) Tensile ftength 2200 pal miry. (95 Mpa onion) 2100 psi min_ (14,6 Mpa rain.) Elongation at break 200% mien. 0 min. Shore durorneter, Type D (witty respect to Initial test result) I-sac, 50-60 1 F102M4 FW rewsed X1 ,34 M-244A Parallel Coiled m-CAInh-acr 4 PART D - ADDITIONAL SPECIAL. CONDITIONS 1U-sec. X05 15 Weight change b) Tensile specimens shall be prepared and tested in a000rdance with ASTM D412 using Die B. Weight change spedmans shall be 1-inch ( 5-mm) by 3-inch (7 -film) samples. Specimens for testing of iniiial physical properties may be taken from liner plate sheet and weld Ing strip at any time prier to final aomptance of the work, ) liner plate lacking extensions embedded In concrete shall withstand a test pull of at least 100 pounds per linear inch (1800 kg/cm), app Red perpendicularly to the concrete surfaoe for a period of one minute. without rupture of the locking extensions or w1thdrawai from embedment_ This test shall be made at a temperature of 70"- 80*17 (21' - 27'C) inclusive. d) All plastic liner plate sheets, including locking extensions, all joint, corner and welding strips shall he free of wracks, cleavages or other defects adversely affecting the protective characteristics of the material. The engineer may aulhorize the repair of suss) defects by approved methods, e) The lifting shail have gaud impact resistance, shall be flexible and shall have an ciongatfon sufficient to bridge up to 114" (Timm) settling cracks, which may =Ur in the pope or In the Joint after installation without damage to the tin Ing. f) The lining shall be repairable at any time during the life of the pipe or structure. 3. Chemicai resistance* After conditioning to constant weight of 110°F (43"C). tensile specimens arta weight change specimens shall he exposed to the follo Ing solutions for a period of 112 days at 77°F±5° ( 5�C±3u)_ At a-dayf intervals, tensile specimens and weight change specimens shall be removed from each of the rhemtcal solutions and tested in accordance with paragraph 2,3 C, if any specimen falls to meet the 112-day rogtAlrements before cornpleUon, the material will be subject to rejection, Chemical Solution Concentragon Sulfuric acid 20*/Q** Sodium hydroxide 5% Ammonium hydroxide Nitric acid Ferric.chloride 1 Soap 0- 1% Detergent (linear alkyl benzyl sulfunate or LAS) 0.1 Bacteriological BC]D not less than 700 ppm, *This is to be used as a pro-qualification lest and when materiat rormufaUona are changrod. `"Volumetric percentages of concentrated C.P. grade reagents. 4. Details and dimensions of basic size sheets (4-foot widths) IIV24M Fw rwwxau ASG-35 244A P;;taM[JJ GQ[Jactor- PAIN DA - ADDITIONAL SPECIAL CONDITIONS a) Liner sheets shall he a minimuran of OM5 Inch (1.65 mm) In thickness. Lsrcking extensions (T-shaped) of the same material as that of the liner shall he Integrally extruded with the sheet. Locking extensions shall be approxiteiy 21/7 inclies (64mrn) apart and shall be at Ieast 0.3754nch (9-mm) high. b) Sheets shall have a nom inat vAdth i0f 48 incites (1200 mm) and a length of no more than 24 feet (7200 mm), except that longer lengths may be supplied an special order. Lengths spedfied shall include a tolerance at a ratio of ±114 Inches (6 lnm) for each 100 Inches (2540 mm), c) Sheets not used for shop fabrication into larger sheets shall be shop tested for pinholes using an electrical spark tester set between 18,M0 and 2-2,000 wits, Any holes shall be repaired and mWsted. d) Special sized, factory pre gilded and tested sheets shall be available on special order, Pipe.-size sheets and accessories a) Pipe linings shall he supplied as p4ae-�sLAO sheets. fabricaWd by shop-welding Vie basic-size sheets together. Shop wetds small be mads by lapping sheets a rninimum of 34 Inch and apfa ng heat and pressure to the lap to produce a oontinuous welded joint. Tensita strength measure across shop-welded joints in accordance with ASTM 0412 shall he at least 2D00 psi (14 MPa). b) If required, strap channels shall he 1-inch (25-mm) wHe maxi murn of V1 inch (6mm) rwnains, c) Sheets else can be supplied In prefabricated. pipe-size tubular-shaped sheets. ready to lower onto the inner pipe farms. These normally do not feQuire the use of strap channels. d) Transverse daps may be provilded at the ends of sheets for pipe. Lockirtg extensions shall be removed from flaps so that a maximum of 1132 inch (1 mm) of the base of the lockHng extension is left on the sheet. e) Welding strips shad be approximately 14nch (25-mm) wide with a minimum width of 718 inch (22mm). The edges of weld strips shall be beveled in the manufacturing process. Thickness of weld strip shall be a normal 1M inch (3 mm). f) Joint strips Cor pipe shat) be 4-inches (100mr>m) wile with a minimum width of 33 inches ( 4 mm). Thianess of joint strips shall be a nominal of 3132 inch (2.3 rim) g) Nor to preparing the sheets for shipment, they shall be tested fair pinholes using an electrical spark tester set between 13,000 and 22,000 volts, Any holes shall be repaired and retested. . Installation of Lining 1General 1IM2104 P: revMQd ASC-36 M-2448 f afaHel Gcilednr-CQninad 4 PART DA - ADDITIONAL SPECIAL CONDITIONS a) Installation of the luring, including preheating of sheets in cold weather and the welding of all joints, shall he Clone in accordance with the fewmrneAdations of the liner manufacturer. All wetding shall be completed by a eertifled welder. b) Coverage of the lining shall nol be less than the minimum shown on the plans. c) The tiring shall be installed wilts the locking extensions running parallel with the longitudinal avis of Cha pipe, d) The lining shall be hold snugly ill place against Inner forms. e) Locking extorsions shall terminate not more than 1 inches ( 8 mm) from the end of the inside surface of the pipe section. Joint flaps when used shall extend approximately 4 inches (100 mm) beyond the end of the inside surface. f) Concrete poured against lining shall be vibrated, spaded or compacted in a careful manner so as to protect the lining and produce a dense. homogenous concrete, securely anchoring the looking extension (nto'the canaete. g) In removing forms, care should be taken to protect the lining from damage- Sharp Instruments shall not he used to pry forms from tine! surfaces, When favors are removed, any nails that remain in Me lining shell be pulled, Without tearing the lining, and the resulting holes clearly market, h) All nail and tie holes and all cut. tom and seriously abraded areas in the lining shall he patclxed, Patches made entirely with "ding strip shall be €ussd to the liner over the entire patch area. Larger patches may oonsist of smooth liner sheet applied over the damaged area with adhesim All edges must be hovered with welding strip fused to the patch and the sound liming adjoining the damaged area. i) Hot joint compounds, such as oaal tsar, shall not be poured or applied to the lining. j) The contractor shall take all necessary measures to prevent damage to Installed Itning from equipment and materials used In or taken through the work. . Applioation to Concrete Pipe - Special requirements, I a) The lining shall be sot flush with the inner edges of the belt or spigot end of a pipe section and shall extend to The opposite and or to approximately 4 Inches (100 rnm) beyond the opposite end depending upon the type of lining joint to be made with the adjoining concrete pipe. b) Wherever concrete pipe or casNn-place structures protected with lining, join structures not so lined (such as brick structures, concrete pipe or cast-in-plat s#ructures with My lining or clay pipe), the lining shall be extended over and around the end of the pipe and back Into the structure for not less than 4 inches (100 mm)- this -)- this protecting cep may be molded or fabricated from [lie lining material but need not h8 locked rola the pipe, 11lk},214D4F roviw-a A - 7 M-244A Paraft C-drectur-C'arilrart4 PAIN DA i ADDITIONAL SPECIAL CONDITIONS 0 Where a pipe lateral (not of plastic lined concfcte) Is InStalled through lined concrete pipe. The seal beWeen the lined portion and the lateral shell be made by the method prescribed for cast-in-place structures under Paragraph 34 B3 d) lined concrete pipe may be cured by standard curing methods. e) Care shall be exerdsed In handling, tramspoding and placing llned pipe to prevent damage to the lining. No InUwor hooks or slings shall be used in lifting pipe. All bwtdljng operations shall be done with an extefior sling or with a suitable forte lift. 0 On pipe having 360' liner .overage, the longitudinal edges of the sheet shall be buil welded. When pipe tubas are tumishod, these are slap-welded Joints made in accordance with 2.6 A, g No pipe with damaged lining will be accepted until the damage has been repaired to the satisfaction of the engineer. 3. Field joints In fining for concrete pipe a) The joint between sections of lined pipe shall be prepared in the following mannec If required, the inside Joint small be filled and carefully pointed with oement mortar in such a manner that the mortar shall not, at any point, extend into the pipe beyond the straight line connecting the suffaoes of the adjacent pipe sactions, pipe joints must be dry before lining joints are made_ b) All mortar and other (oreign materials shall be removed frorn lining surfaces adjacent to the pipe Joint, leaving them clean and dfy, c) Field joints In the lining al pipe joints may be either of the following described types: Type P-1: The Joint shalt be made with a separate 4-inch (100-mr1i)joint strip and two welding strips. The 4-Inch (100-min) joint strip shall be ceatered over Ithe jownt, heat- seaied to the lining, then m1ded along each edge to adjacent liner sheets with a 1- inch (26,-m rn) weld strip. The 4-irkch (1 00-m mr joint stfip shall lap over each sheet a minimum of inch (13 mm). Type P-2 The joint shall he made with a joint flap with locking extensions removed per Paragraph 2.6 D and extending approximately 4 inches (100 mm) beyond the pipe pend. The joint flap shall overlap the lining In the adjacent pipe section a minimum of 2 Inch (13 rare) and be beat-sealed in place prior to welding. The riold joint shall he completed by welding the flap to the lin(nq of the adjacent pipe using 1-inch ( 5-mm) ,veld strip. Care shall be taken to protect the flap from damage. Excessive tension and distortion in bending back the flap to expose the pipe during laying and joint mortaring shall be avoided. At t,ernparatures below 5W P (10" C), heating of tate liner may be requited to avoid damage. Brox rxtr ver, d ASC-38 M,744A ParAlel Cala=- col,lrilct 4 PART D _ ADDITIONAL SPECIAL CONDITIONS d) The joint flap or sldp an leveled pipe shall be trimmed to a width (measured fram the end of the spigot) of approximately 4 inches (100 mm) for the entire circumferential length of the lining. e) All welding of joints is to be in strict conformance with the specifications and instructions of the lining manufacture. Welding shall fuse both sheets and weld strip together to provide a continuous joint equal in corrosion res kstance and Impermeability to the liner plate. Hot air weld{ng tools shall provide effluent air to the sheets to be joined at a temperature between 500° and 1x40°F (260° and 16" }, Welding tools shall be held approximately 'A inch (13 mm) From and moved hack and forth over the junction of the two materials to be joined. The welding tool shall be moved slowly enough as ilia wale progresses to cause a small bead of molten material to he visible along both edges and in front of the weld strip. f) The fallowing special requirement shall apply when the Iiner coverage is 360 degrees. When groundwater is encountered the lin(ng joint shall not be made until pumping of groundwater has been discontinued for at least three days and no visible leafage is evident at the joint. When welding the downsUearn side of a joint strip or Flap, do not weld 6 to 8 inches (150 to 204 mm) at the pipe invert to provide relief of potential future groundwater buildup. 4. Application to cast-in-place concrete structures - Special requirements. a) Linear streets shall be closely fitted and properly secured to the inner forms. Sheets shall be cut to lit curved and warped surfaces using a minimum nurrlber of separate pieces. b) Unless olharMse shown on the pians, the IJning shallI be returned at least 3 inches (75 cram) at the surfaces of contact between the concrete structure and items not of concrete (€nclud€ng manhole frames, gate guides. clay pipe or brick manholes and clay or cast iron gripes). The same pracedure shall be followed at joints where the type of protective luring is changed or the new work is builI to join existing unlined concrete. A( each return, the returned liner shalt be scaled to the Item in contact with the plastic- lined concrete using Amer-folate 19Y adhesive system, If the liner cannot be sealed with this adhesive because of the joint at the return being too wide or rough or because of safety regulations, the joint space shall be densely caulked with lead wool or other approved caulking material to a dopth of 2 Inches (60 mm) and tin lshed wish a mirrimurn of 1 Inch (25 mm)of an approved corrasion cesistant material. 5. joints In lining for cast-in-place concrete structures. a} Lining al jalnts shall be free of all moriar and other foreign material and shat€ be Clea n arid dry before Joints are mane. b) Field joints In the lining shall be of the fallowing described types, used as prescrit ed: Type -1: The Jo$nt shall be made with a separate 4-Inch (100-cora)joint strip and two welding sups. The 4-Inch (100-mm) faint strip shall be centered over the joint, heat- sealed to the liner then welded along each edge to adjacent sheets with a 1-inch (26- rnm� ,- rnm� wide welding strip. The width of the spam between adjacent streets shall not r 1Aoa0e FW ravr-�¢tr ASC-39 M-244A Parallel Cnllealar-Contract 4 PAIN DA - ADDITIONAL SPECS CONDITIONS exceed 2 inches ( 0 mm). The 4-4nrh (100-mm)joint strip skull lap ovor each sheet a m1nimum of Y2 inch (113 rnm). It may be used at any Iransverse or longiturlinal joint, Type C-2 The joint shall be made by lapping sheets rpt less than K inch (13 nom), One 1-Inch ( 5-mm) welding strip is rEquired, The upstream sheet shall overlap the aria downstream, The lap shall be heat-sealed Info place prior to welding on the Minch ( 5-mm) welding strip. Type -3: The joint shall be made by applying -Inch ( 0-mm)-wide waterproof tape or 1-inch ( 5-mmyvAde welding strip on the back of ttte maAmum 1/4-i nch ( -mm) gap butt joint or by some other mcti-tcd approved by the engineef to prevent wet conmte from getting under the sheet. After the forms have been stripped, a 1-Inch 25 mm) welding strip stall be; applied over the fare of the sheet, c) All welding is to be in sbicl conformance with ffie specifications of the lining manufacturer and Paragraph 3.3 E. C. Testing and repairing damaged surfaces. a) Atter the pipe is installed In the french, all surfaces covered with lining. induding welds shall be tested vA% an approved electrical holiday detector (Tinker & Feasor Model No- AP-W with power pack)with the instrument set between 18,00 and 22,00 volts. All welds shall be physically tested by a nondestructive probing n fhod. All patches over holes, or fepairs to the llnor whemver damage has occurred, shall be aoDamplished In accordance with Paragraph 3.1 H. b) Each Iransverse welding strip which extends to a lower edge of the liner will be tasted by the purchasing agency. The welding strips shall extend 2 Inches ( 0 mm) below the liner to provide a tab. A 10-pound (bkg) pull will he applied to each tab. The force will be applied normal to the face of the structure by means of a spring balanoe. Liner adjoining the welding strip will be held against the concrete during application of the farce, The 10-pound (5 kg) pull will be maintained if a weld failure develops, unbi no further separation occurs. Defecfive welds will be retested aflef repairs have been made. Tabs shall he trimmed away neatly by the Installer of the liner after the welding strip has passed Inspection. Inspection shalt be ma do +within 2 days after the joint has been completed In order to prevent tearing the projecting weld strip and consequently damage to the liner from equIpment and materials used in or taken through the work. DA-124 PASSIVE ODOR CONTROL FOR HENT PIPE A. GENERAL 1. SECTION INCLUDES a, Media Adsorption Hardware b, Media G. Manufacturer's Servioes 2. REFERENCES a, American Society of testing and Materials (ASTM }: IIV 4 FWmv1sed -40 M-244A Parallel COUeGIOF•{_-onlract 4 PART DA - ADDITIONAL SPECIAL CONDITIONS -- 1. ASTM D-3299-88 Standard Specification for Filament Wound Glass Fiber Reinforced Thermosatting Resin Chemically Resistant Tanks, b� Voluntary Product Standard 1. 133 15-69 C. Uniform Building Code { UIQ 3. DEFiNITION a. PRL' polypropyiena b. PVC: polyvinyl chloride C. GFial Cubic Feet per Minute 4. SYSTEM DESCRIPTION a. The Contractor shell fumish and install the self-contained canister descr bed herein. The purpose of these canisters shall be to remove HyS and other odam or VOCs emanating from ambient emissions_ Each canister includes the fol#owing: 1. Adsorber Canister , Media b, The canister and media function as a system and shall be The end products of Bay Products, Inc. or e' uaI, to achieve standardiza on for appearance, operation, maintenance, spare parts, and manufacturer's services. . The unit must be capable of being 5ubrnersed with out the rnedla becoming wet. Q. There will be absorption canisters required, as delineated below_: System 01jantily CFM - Vessel Dimensions Designation maximum 1f ENT-A-SORB i 5 3Q"L 6.50V U S. SUBMITTALS a_ Submit the following iterns at the same time under one cover(I week after receipt of order): 1. Documentation to demonstrate lhet the reaction sy!3tern is the standard product of the supplier. , Documentation to dernoristrate that the manufacturer has been reg ularly+nngaged in fabricating odor ccntrol systems for at least 5 years, 3. Shop drawings andfor catalog cuts of supplied Items. b. Submit also the following (i week after receipt of order)- 1. rder)-1. Installation instructions 2. Operation and Maintenan Instruclions B. PRODUCTS 11,92104 F re vise d ASC-41 M-244A Papauar cdructx-C'nrvrafa 4 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. GENERAL a. The Gontmct Documents Indicate specific required features of the equipment, but,do not purport to coverall details of design and construction. 2. ADSORPER CANISTER (S) a. The self ntalned7 adsorber canister shall be a VENT- - ORB Canister, as supplied by Bay ProducU, Ino. (1-800 429-8175)or equal, b. The adsorber rani ster shalt be manufactured of Schedule 40 PVC, of equal. The c=anister shall have ria moving parts. G- The adsorber c=anister small contain the carbon bed with a polyethylem screen ars both ends of mesh slze 0.94" and a night of 96 lbs/MSF. Adsorber design shall utilize 'Plug Flow" air distribution (dw air passes through the media bed uniformly, exWng through the outlet) d. The canister shall have the following features: I. lntet: W ANSI 160# Flanged. PVC Sch 40 wnstruction 2. Outlet: 2" opening with screen with " PV hal[ chock valve with EPDM seal C, The canister shall be rated at+/- 20 prig d. The canister shall be capable of operating at an air flow rate of up to 15 GFM e. The flanged inlet shall be provided with a EPDM of, Neoprene gasket fac-water tight seal on vent gripe. 3. MEDIA a- Tiro media utitized by the reactor vessel shall be provided by the system supptler and supplied separately to he Installed by others after Gressel installation, b, MEDIA: The amount of media (Odor orb-max) contained is 10 pounds and shall have the following properties: Carbon Tetrachloride Adjv t (WL %) 60 mil. Hardness Number 99° min. Malsture Content 10° max. Ash Centeno 10° marc. Mean Partide Diameter (MPD) 4 mm, pellets 11 a s FWr#jvlmd ASC-42 M-244A natallo comeemr-cam„y�,l 4 PART DA - ADDITIONAL SPECIAL CONDITIONS Apparent Density (g/") 0.484 to 0.824 Total Surface Area (H;t -- BET method) 1050 to 1150 ry0gm Ignition Temperatme (ASTM) 450'D Typical f12S Capacity 0.22 gfcc * The determination of HYS breakthrough capacity will be made by passing a moist( 85% R.H. ) air stmam containing 1% H2S at a rate of 1,450 ccfrnin. through a 1 inch diameter by g inch deep bed of uniforrnty packed activated carbon and monitored to 50 ppm breakthrough_ Results are expressed in grams H,S rernaved per cc of carbon. G. EXECUTION 1. MANUFACTURER'S.TURER' SERVICES a. No on-site assistance~ shall he required. The adsorber canister shall come wish Installation Instructions, which allow the oparatar to install the unit without Manufacture's supervision. . QUALITY ASSURANCE a, The engineer may provide and direct inspectors to inspect the eguipmont al the place of manufacture or upon arrival at the job site. The manufacturer shall furnish all reasonable assistance, if requlrad by tha entginee r or irkspector, far the proper inspection of the work. Inspection shall not relieve the manufacturer from any obligation to perform the work strictly in accordance with this specification. Work not so pat#ormed shall be replaced by the manufacturer at his own expense. D. LOCATIONS Odor Control devices for vent pipes are to be locEited at Proposed M-244A Parallel Collector Station as shown in the manhole call outs in they plans. DA-125 WATERCHASE GOLF COURSE AND BENSON PROPERTY (OMITTED) DA426 TUNNELING A. GENERAL 1. SCOPE. This section covers hand tunneling and shall include the necessary preparation► of the site, removal and disposal of all debris; excavation as required; the handling, storage, transportation, and disposal of all excavated material; all necessary protection work; pumping and dawatering as necessary or required; Protection of adjacent property-, and other appurtenant work, . GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in the OSHA 'Safety and Health Regulations for Construction", IVn2M4 Fvmmed -4 M-244A Parallel CoII+�CInr.C.onlraC1 d - PART DA - ADDITIONAL SPECIAL CONDITIONS Chapter XVII of Title 29, CFR, Part 1926, the CantrarW shall employ a competeo person and, when necessary, a registered lamfessicnal engineer, to act upon all pertinent matters of the worst of this section. B. PRODUCTS 1, Tunnel twiner- Plates. Gaivanized steel tunnel liner plates shalt be corrugated sections as manufac ured by Gontech Construction Products or Commercial Pantex Sika. Line{ plates shalt have sectional properties conforrrMg to Section 16.5 of AASHTO "Standard Specifications for Highway Bridges" or to Chapter 1, Secfion 4.16.5, Table 4.16.1, of AREA `Manual for Rallway Engineering". The 11ner plates shalt be designed so that erection and assembly can he acoamplished entirely from inside the tunnel, Diner plates shall be capable of withstanding the ring thrust load and transmitting this load korn plate to plate. Liner plates shall have a thickness of at least Q.104 6 inch. . FiXECUTION 1, BLA T[NG. Blast Ing or other use of explosives will not ba permltted_ TUNNEL I4XCAVATION. Pipelines shall be constructed in tunnels of the typo designated on the drawings, in confotrrtity with the rogairnments which follow. Before starting work on any tunnel, detailed drawfngs, specAcafions, and other data covering lire liner to be used shall be submit#ed. The clear inside diameter of tunmi liners shall be within d inches of the nominal diameter indicated an the drawings or standard details, a) Tunnel Liner Plates. Gare shalt be taken during installation to maintain alignment, grade, and the circular shape alf the tunnel. Longitudinal joints in adjacent rings shall be s ggered and not in alignment more afters than every second ring. The entire operation of tunneling and setttng of liners shalt be aoceptabie to the Owner and the agency having jurisdiction, Adequate meals shalt be prWded to keep the work free from water. Sufficient secklons of tunfiel Inner plates shall be provided with 1-112 inch or larger grouting Doles. Focatsd near the centers, so that when the plates are installed them will be arra IIne of holes on each side of the tunnel and one at the crown, the tourer line of holes on each side shall be not moro than 18 Inches above the invert. The holes in each line shall be not more than 9 feel apart and shall he staggered. All space between the luting and the earth shall he filted with grant forced in under pressure. The grout shall be mixed its the volumetric properfions of two parts Partiand cement, one part fly ash, and not to exceed six parts of sand. Enough crater shall be used to produce. when well mExed, a grout having the consistency of thick cream. As the pumping through any hale is stopped. it stall be plugged to prevent backflow of grout. f 110210 FW rnWsad ASC-44 M-144A Paradal Wlez�tar-Cnntrixt 4 PART DA --ADDITIONAL SPECIAL CONDITIONS Grouting shall be performed In a sequence wfi Ich will preclude deflecUons exceeding percent of the tunnel diameter, 3. END CLOSURE. At all tocations where the liner plate tunnel intersects shafts or manholes where soil material could migrate Into the open space hetw mn the tunnel and the carver pipe, brink and mortar bulkheads shall be constructed to prevent migration of the soil backfllf in the shafts or around the manholes, Brick shall be In oonformance with ASTNf GOO and cement with ASThA i50, Type 'I. The bulkheads shall be a mini'murn of eight taches ir} thickness. 4. SUPPORT OF MANHOLES AFTER REMOVAL OF LOWER SECTION. During the course of tunnei excavalton. the removal of manhole bases will be necessary In wnst(icted areas where construction of working shafts is not allowed as Indicated on the plan drawings. The contractor shall suppert the upper sections wl bracing from within the tunnel. Contractor shall subm;t his plans for support of tha manhole base to the Engineer for review and accreptance before Initiation of tunnel excavation. DA-127 STAINLESS STEEL SLIDE GATE The fabricated slide gate where shown in the plans and specifications and listed in the slide gate schedule shall be as manufactured by Rodney Buret Co., Fontaine, Golden Harvest, Inc, or approved equal. The gate shall be self-contained, except whore a boor stand is required, nort#rising or rising stern type with embedded or face mounted guide frame. In the plans the stainless steel slide gate is indicated as Coate #2 on sheat 2 . A. MANUFACTURER'S QUALIFICATIONS Slide gate shall be the standard product In regular produottar! by a man ufa,ctumr whGse products have proven reliable in similar service. A single manufacturer shall supply all slide gates. All work shalt he preformed in accordance with the best modem practice for the manufacture of high-grade fabricaVnn, All parts shall conform accurately to design dimensions and shall be tree of all defects io wark manshtp or material. The slide gates shall he shop assembled to Insure proper fit. Including adjustment of all pmts. No lield welding shall be perm tied. B. MATERIALS IALS ASTM A276, Stainless and Heat ResisUng Steel Bars and Shapes ASTM A320, Alloy-Steel Bolting Materials for Low Temperature service ,ASTM A3S4, Quenched and tampered alloy-steel bolts, studs and other externally threaded fasteners. AWWA 0513 - Open-Channet+ l`abrtcated-Metal Slide Gates AWWA C560 - Cast-from Slide Gates C_ SHOP aRAING tIMM F4YMOSind ASC-45 M-244A Parallel Coileclar-Centrad 4 RAFT DA - ADDITIONAL SPECIAL CONDITIONS Shop drat6ngs shalt Include dirnensfons, materials and weight as a minimum for each piace of equipment. Drawings shall show fabrication, assembly and installation. The Contractor shall also submit to the Engineer stern torque and bracket mountings calculations, and mechanism to safeguard against accidental gate closure, D, DISC Disc shall be constructed of type 316 Stainless Steel reinforced with structural members to withstand maA uum scaling heads and unseating Beards. Deftectior) of the disc shall not exceed 11360 of the span under the design head. E. GLIDES Guides shall be of sandwich type construction rising stainless steel plates and angles. Guides on satf nlained gates shall extend at feast twice the freight of the disc to allow the gate too fulty open. Guldes shark ho designed and constructed to withstand the total thrust caused by water pressure and wedging action. Guides shalt be mounted on the face of the concrete with type 316 stalniess steel anchor bolts embedded in c ncxete as shown an the plans. F. SISALS Solid bulli Neopreno `J' seals shat) be "anted to a stainless steel spigot along ( ) sides, and the top and bottom of the opening. Seals shall be held In place with Stainless steel hex head bolts and Stainless steel mtainer strip designed to pressure the V seal a.ga,inst the disc. Flush boUnm Seal shall be Neoprene attached to the bottom of tfie disc. G. STEM Operating stem shall be of Type 316 stainless stool attached to the disc with stainless st l stun connector{ housing a threaded br nze thrust nut. Stem shall be designed to transmit in wrnpression at least 4 times the rated output of the operating mechanism with a 40-pound effort on the crank. Stern shall have a slenderness ratio (LIR) less than 160. Stem shall also be secured at every 10 feet with a bearing rr cbanism and Should spectry support stem diameter and bracket. The threaded portion of the stem shall have machined cut threads of the Acme type. Sterns of mom than one section shalt be joined by stainless steel couplings. threaded and keyed, or bored and pinned to the stems. All threaded and Keyed oouplings of the same size shall be intorchangeabte. Stems sh.1ll be provided with an adjustable stop collar on the stem to prevent over travel. 11102104 FW ravised ASC-46 M-244h Parallai colte ctx-Gantrad 4 ~- PART D - ADDITIONAL SPECIAL CONDITIONS M. ANCHORAGE Mounting of side guides will be with Stainless Steel. Type 316 11hreaded end through bolted in the existing walls. Invert mounting will be with StaInless Steel epoxy anchors In existing concrete. L OPERATOR Cate shall be operated by crank bench stand mounted to yoke, Maximum effort on the cfank shall not exceed 40 pounds pull. lift rnechantsrn shall be capable of withstanding damage with an effort tip to 200 pounds, The 36" gate will have ars 1.5"dfamater steal. minimum or approved equal_ Each gate shall be mounted with a minknum of two I{fting hooks (eye lids) and anchored with a stalrltess steel Iif#ing chain secured at the top of the vault for routine and emergency use. J. SHOP TESTS Each gate shalt be fully assembled artd chap-inspected in the vertical position for proper seating. Disc shall be fully opened and eased in its guide system to ensure that It operates freely. Operators shall be shop tested to ensure proper assernbly and opei'aUan. DA-'128 STOP LOO SLOTS A. GENERAL 'I. SCOFF This speclflcation relates to ,the design, materials of construction. fabrication, and furnishing of stop logs frames and accsssaries, i-equlred for the complete and proper operation of the system. The Confl-actor shall furnish and illstall all slag [og Frame assemblies to utilize existing stop logs suppl3i3d by the City of Fort forth in the la tions and of the cilrnensions shown, complete and operable, In accordance with the requirements of file Contract Documents. See blockout detail in Exhibit 1 (Contract 4). Fqulpmeni provided ureter Ihls Rem shall be fabricated, assembled, emoted, and placed in priopet operating condition in full conformity with drawings. specifcalians. enoilleef'ing data, instructions, and recorn menclations of material suppliers, unless exceptions are noted by the Engineer, The City of Fort Worth f=ield Operations has standardized stop log and related frame dimensions. Acceptable products shall meet this current standard. The dimensions of the existing longs must be measured at the Clty "Yard" prior to start of construction. Proposed frame dimensions rrtust match the existing log measurements (visit required), or dlmensiorts provided by the City representative f 1 r102r04 Fw�vWm@a ASC-47 M-244A Parallel GoIlMlm-Conifact 4 PART D - ADDITIONAL SPECIAL CONDITIONS Field Operatiorrs. Frames must be made as shown in Exhibit 1. The Contractor shall }provide manufacturer references, product strength, and product standards applicable to application. 2. ACCEPTABLE MANUFA I'URERS a. Product Manufacturer to be Approved by Engineer/City Represefflalive 3, SUBMITTALS 0. Submit six copies of all imterials required to establish c€wrnlpliance with this section. Submittals shall Include the follMng: 1. Complete description of all materials . Certified shop and insialiailon drawings showing materials, details of nstruclion, dimensions, and anchorage (if not Included and differs from this specification. 3. Descriptive literature, bulletins arid/or catalogs of the equip mcnt_ 4_ A cotnplet� bill of(materials S. Evidence of structural analysis and testing of materials 4. ALLOWABLE LEAKAGE Stop logs shall be substantially wateftight under the design head candItion. The maximum permissible leakage will be limited to 0.2 gallons per minute per foot of seating long th or as deemed acceptable by Fort Worth Field Operaticns. Contractor shall fabdcete the frame and adjust in the SEM to provide adequate fit. b. WARRANTY Manufacturers must be fully experienced, reputable, and qualified in the manufacture of She product. Manufacturers shall warrant ft product from defects for a period of two years from the date of delivery. B. PRODUCTS 1 GENERAL SERVICE CONDITIONS Service conditions are as designated an the contract drawings, The max1mum height of the guides shall meet or exceed the maximum head of water. 2. GUIDE FRAME a. General. Frames shall be adequately braced to prewent warping and bending under the intended usage_ h- Guide Frame: See Exhibit 1. Guider, shall be of fabricated stainless steel and fiberglass- All material, such as anchors and bolts, shall be type 316 stainless steel when ever possible. Guides shall be designed and censtrucled to withstand the total thrust moused by water pressure. I P92 a FW mLE9d ASG48 M-7a41n ParalWl calla rx-C<mlrao 4 PART DA - ADDITIONAL SPECIAL CONDITIONS L Anchor Bolts and Hardware. All assembly anchor bolts and hardware shall be stainless steel, Type 816 (Type 304 as an altemative pending approval). d. Grout: Norl-shrink, per specifications. . ALLOWABLE LENGTH~ In order to standardize stop log leng(hs, the Fart Worth Nater Department is limiting the number of stop log frame sizes. The Contractor shalt provide the following frames for this project IIncidental to the project): Approximate Channel Width Frames BY (8' nominal) 10 (5 Iocatlons —see plans) The Contractor shall contact the City of Fort W orth prior to the start of construction to verify tyle exact dimensions. G. EXECUTION 1.. INSTALLATION a. During construction, the surfaces of the guide frame and stop log parcels shall be covered or alher ise protected from concrete spillage, paint, or debris. Any damage that occurs to materials shall be correcled prior to Installation and testing. b. Guide frames shall be accurately positioned and supported to prevent shIfting duhng the pouring of concrete or grouting. Guide frames shaII be carefully braced both horizontally and vertically to prevent distortion. Guides shall be installed in a true vertical plane. If there are any dif#lcultles in operation of the equipment due to the fabrication or the contractor's Installation, additional servios snail be provided at no additional cost to the owner. The Contractor is responsible to provide adequate clearance (testing existing lag with the frame prior to construction) between the stup log and the guide frame_ The City shall supply existing Fort Worth stop lags to he used for dimensions end testing to verify dimensions of the frames. It is the responsibility of the Contractor to contact the City prioV to work on structures, C, Field Leakage Test: A field leakage test shall ha performed by the Contractor after installation of the frame. The Con Iractor shall give sufficient time for the City representative to be present at the test. In the event that the unit faits the leakage test, the necessary changes shall be made and the unit reinspected and retested. If any unit remains unable to meet the test requirements, it shall be removad and replaced with satisfactory equipment at no additional cost to the owner. f�i4 7 P F . �rlse ASC-49 M-?.-3A Pr3Wnl Cobctw-Conlracl 4 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1.29 TRINITY RIVER AUTHORITY UTILITY CROSSINGS A. NOTIFICATION AND COORDINAnoN 1. The Contractor shall notify Sid WCain (Operation and Maintenance Sopervisof) or the Tarrant County Water Supply Project office at 8171267-4226 14 days prior to construction when excavating near Trinity River Authority (TRA) ufillties. . Befcf-e construction, the Contractor shall submit to the TINA a schedule and the procedure of installing proposed facilities near TRA utilities. TINA shall have 14 days to approve and comment on the submittal- 3. The Conlractor shall support and protect TRA utilities ft-orn damage_ 4. The Contractor shall notify the TRA and the Engineer 48 hours before the start of construction wlion excavating near Trinity River Authority utilities. 5, The Contractor shall cover TRA 01I#les and secure the construction site after each day. 5. Contractor shall abide by (ha loons of the TRA permit for this project- Contact TRA or the Engineer for a copy- DA-130 OABIQNS AND GABION MATTRESSES (OMITTED) DA-43'1 PASSIVE ODOR CONTROL INSERTED ON MANHOLE COVER A. GENERAL This item sha11 include: the Installation of a passive odor conlrol device. The systern shall be corrosive resistant, light weight, and easily maintained. It shall fit in all manhole frames used for this project, remove hydrogen su fide and light mercaptans. I. MANUFACTURES QUALIFICATION or Medic by Odor Control Tec hnofogies. 1ne., 1859 Brook-dale Road, Naperville,IL 610563*630-5549791 Phone * 630-717-t30L Fax or approved equal - MATERIAL Media shall be organic- 11 shall remove hydrogen sulfide and light mercaptans to_ Media stall be guaranteed for two years- -Me media shall have the abilily to absorb u#to 1000 ppm, 99% efficiency at 100 ppm_ The unit is to have a 1 year warranty. The odor device shcIIl be corrosion resistant, equivalent to Odor KnocRar passive odor control system. B. LOCATION The Odor devrses are to be located at existing Main Sta- 244-A as shown on pians. 1177 1f3d V i�sad ASC-50 M.-244AI'urarleI C:olleckw,Contirac34 PAIN DA - ADDITIONAL SPECIAL. CONDITIONS . EXECUTION The unit price bid per each shall be fu€I compensation for all materials, labor, equipment and incidentals necessary to complete (he work, DA432 REINFORCED CONCRETE PIPE (RCP) Description. This Item shalt govern reinforced c:oncrele pipe {ROP} ASTM 076. Approved manufacturer Is Hanson Pipe & Products ar approved equal. installation and testing stall equal or exceed the man u€acturer's standards. 13CP shall have a 3610 degree liner as stated in DA-12 3. All other Feet Worth standard specifications apply, Contractor shall not use the Fort Werth Water Department Material Specification E2-9.7c FAltration Test Pneurnatic Methed: Air Test. The Contractor shall test accordin'9 to (he current edition of N T O - Standard Specification for Public WioT;s, 61211' Low Pressure Air Test – .) Test Methods. The Time Pressure Drop f,+l80iod will be used for this project. The contractor shat€ verify the fo[lowing pipo class breakout from the ground cover and 100 year flood elevation indicated in (ho plants. The {pipe class shall be class Ill. The unit price hid per LF shall be full compensation for all rnatertats, labor. equipment and Incidentals necessary to complete the work. DA-133 REINFORCED CONCRETE CYLINDER PIPE (IS P) Description. This Item shall govern reinforced Wncrete pipe (RCCP) AWI+VA 0301. Approved manufacturer is Hanson Pipe & Products or approved equal. Installation and testing shall equal or exceed the manufacturer's standards. FLOP sha11 have a 360 degree tiger as stated in DA-123. All othor Fart Worth standard specifications apply. Contractor shall not use the Fort WOF01 ~later Department Material Specification E2-9-7c Exhltration Test Pneumatic fw+Mathnd. Air Test. The Contractor shall test according to the current edition of NGTCOG - Standard Specification for Public Works, 6,721 Low Pressure Air Test – 3) Test Methods, The Time Prgisswe Drop Method will be used for th€s project. The pipe shall be designed for"minimum pressure" per 0301 and 0304 for the cover and 100 year flood plain elevation shown on the plans. The unit price bid per LF shall be full compensation for ail materials, labor, equipment and incidentals necessary to complete the work. DA-134 NEW STRUCTURE INTERIOR MANHOLE COATING RAVEN LINING SYSTEM This specification covers work, materials and equipment required for protecting andlor rehabilltating concrete and masonry manholes and other underground structureas by monolithic spray-application of a high-build, solvent-free epoxy coating to eliminate infiltration, provide rmslon protection, repair voids and enhance structural integrity. Procedures for surface preparation, cleaning, application and testing are described IIM2ratr'WrF-1ffvjd — --- ASC-51 M-244A P:� i� ai Coiracror-roritmct4 PART DA - ADDITIONAL_ SPECIAL CONDITIONS PART 1 GENERAL I_ SECTION INCLUDES A. Requirements fof surface preparation, repairs and solvent-free WXY coating application to specified surfaoes. . RELATED SECTIONS A_ Ca to Repair. B. Environmental, Health and Safety. 3, REFERENCES A. ASTM D638 - Tensite Properties of Plastics. B, ASTM 0790 - Flexural Properties of Unreinforced and Reinforced Plastics, D. A TIA D695 - Compre"Ive Properiies of Frigid Plastics. D. ASTM D4541 - Pull-off Skrength of Coatings Using a Portable Adhesion Tester. I;, ASTM D2584 .Volatile lu[a#ter Content. F. ASTM D2240 - Durormeter Hardrtm, Type 0. C. ASTM D54-3 - Resistance of Bast" to Chemical Reagants, H, ASTM 0109 - CompTessive Strength Hydraulic Cement Morkam. i. ADI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. J. ATM 0679 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars, K. ASTM -Tho published standards of the American Society for Tasting and Materials, West C.Onshchocken, PA. L. MACE- The published standards of National Association of am)slon Engineers (MACE international), Houstort, TX. M, SSPC - The published standards of ttre So6eiy of Protective Coating-S. Pittsburgh, PA. N. Los Angeles County Sanitation District— Evaluation of Protective Coatings for Concrete O. SSPWC 210-2.3.3 - Chemical resistance tetting published In the Standard Specifications for Public Works Consiruction, 1997 edition (othefwise known as the Greenbookl C SUBMITTALS A. The fallowing items shalt be submitted, 1. Technical data sheet on each product used, incluftg ASTM test results Indicating the product conforms to and Is suitabte for its intended use per these specifications, . Material Safety Data Sheets ( IDS) for each product used, 3. Project specific guidelines and reaammendations, 4. Applicator Qualifi tlons: a. Manufacturer rertfficatton that Applicator has been tralned and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating nianufaMctumr that the equiprmank to be used far applying the products has been approved fizV 2194 FWrevis ed ASC-52 fut 44A PWS iIL0 C911artor-Contract4 PART Del - ADDITIONAL SPECIAL CONDITIONS and Applicator personnel have been trained and certi€ied for proper use of the equipment. C. Two ( ) years contracting experience under current company narne and three ( ) recent references of projects of similar size and scope, Applicator must also provide references indicating suc ssrul app#icalion on underground concrete or masonary substrates of a minimurn 10,000 of of 160% solids, high-build solvent-free epoxy coating by heated, plural component spray application. d. Proof of any neoessafy federal, state or local permits or licenses necessary for the project, 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparatlan, application and testing. , Or Equal Submittal; In order to be considered as an equal p.ruduck, said product will have to meet the minimum characteristics as measured by the applicable ASTM standards referenced in paragraph Part 2. 4 as measured by the applicable ASTM standards referenced In paragraph Park 1.3. Testing results must be performed and presented by a bonded, third-party teshng laboratory, Note{ Equal products must be approved a minimum of two ( ) weeks prior to bid date. In order for a product to be considered equal the submitted product must provide proof of successfully passing the Los Angeles County Sanitation Districts Coating Evaluation study or evidence from the City of Los Angeles Department of General Services Standards Division indicating the Department tested and the product "passed" SSPWC Sectfon 21G-2.3 Chemical Desistance Test, An applicator that has been trained and certified by the manufacturer must Install all products_ Prior pre-approval Is required to determine if the prospective product may he hid on this project. A product may be rejected as unacceptable should submittal to Owner not be received a minimum of two { } weeks prior to bid date. 5. QUALITY ASSURANCE A. Applicator shall Initiate and enforce quality control procedures consistent with applicable ATM, 14AOE and SSPC standards and the epoxy Coating manufacturer's recorrrmendallons. B. A NACE oertified coating inspector ("Inspector ) shall be provided by Owner. The Inspector will ohsetve surface preparations application and material handling procedures to ensure adherence to the specifications, 6- STORAGE AND HANDLING A, Products are to he kept dry. protected from weather and stored ander cover. B. Products are to be stored and handled according to their material safety data sheets. 7. SITE CONDITIONS A_ Applicator shall wnform with all local, state and federal regulations Including those set forth by OSHA, R RA and the EPA and any ether applicable authorities. a. WARRANTY A. Appticator shall warrant all work against defects In materials and workmanship for a period of one (1) yaar, unless otherwise noted, from the date of final acceptance I M92/04F W mviSBr} ASC-53 M-;?44A Varallol counctm-can tract 4 PART DA - ADDITIONAL SPECIAL CONDITIONS of the project. I pticator shall, vdihin a reasonable time after receipt of written noUm thereof, repair defects in matetials or workmanship whtch may develop during said one (1) year period, and any damage to other worts caused by such defects or the repairing of some, at his own expense and without cost to the Owner. PART 2- PRODUCTS 1. EXISTING PRODUCTS A. Standard Portland cement or neer concrete (not quick setfing high strength cement) rnt�st be well cured prior to application of the eporcy coating. B Camenfitious patching and repair materials should noir be used unless proof of suitability and procedures for topcoating with an epoxy cuing are approved by the epoxy coafirzg manufacturer. Project specific submittals should be provided inciuding application, cure time and surface preparation procedures which permit optimum bond strength Wth the epoxy coating, , Remove existing coatings prior to application of the new epoxy coating. AppiicatoF Is to maintain strict adherence to applicable MACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2_ EPDXY COAT114G MANUFACTURER A. Raven raining Systems, Inc,, Tutsa, Olclahorna 840-324-2810 or 918-W-281 0 or FAX 918-582-4311. B. Pre-yappmved equal. 3. REPAIR MATERIALS A_ Repair materials shall bo used to fill voids, struduratly reitiforce andfor rebuild surfaces, etc. as determined necessary by the Owner and epoxy coating applicator. Repair rnateHals must t cornpahbto with the specIlled epoxy creating and shall he applied in accordance with the reranufacturer`s recommendations. B. The fatly Ing products may be accepted and approved as campabble ropair basecoat materials for epoxy topcoating for use ltliln Uie specifications; 1, 140% sollds, sotvent-kee epoxy grout specifically formulated for epoxy topcoating compatibility. The epoKyy grout martu(acturer shall provide Instructions for trowel or spray application and for epoxy topooattng procedures. 2. Factory blended, rapid setUnag, high early strength, fiber reinforced, non- shrink repair mortar that can be trowelled or pneumatically spray apptiW may he approved if specifically formulated to be suitable for epoxy topcoat rig. 4. EPDXY COATING A. Raven Lining Systems' Raven 405 epoxy coating system - a 1049 solids, solvent- free two-companant epoxy resin system Wxotropic In nature and fi1W with select Filters to minimize permability and provide sag resistance acceptable to these specifications, shall be applied at 125 mil average thickness. Producttype Amine cured epoxy Chlor Light Blue Solids C:onterct (vol %) 100 MfX Ratio 3.1 1110 AN FW rmei. wil ABC-54 M-244A Panbal Cofte Vx-Caniraet 4 PART CSA - ADDITIONAL SPECIAL CONDITIONS Compressive Strength, psi 18,000 Tensile Strength, psi 7,600 Tansile Elongadon, 1.50 Flexural Modulus. psi 600,000 Hardnass, Types D 88 Bond Strength - Concrete >Ten ile Strength of Concrete Chemical Resistance: Severe Municipal Sewer. All types of service successful Bass: Sanitation District of L.A. County Coating EvauEation Study or SSPWC 210,2.3.3 5, EPDXY COATING APPLICATION EQUIPMENT A. Manufacturer approved hearted plural component spray equipment shall be used in the applidtwn of the specified epoxy dating. 6, REPAIR MATERIAL_ S PRAY APPLI CATI ON E UIFMEN T (if spray applied) A. Spray applied repair materials, shall be applied with manufacturer approved equipment. PART 3 - EXECUTION 1. ACCEPTABLE APPLICATORS A. Repair material applicators shall he trained to properly apply the cementidaus mortar acWT-ding to manufacturer's recommendations. B. Epoxy coating must be applied by a Cer0ed Applicator of the epoxy coating manufacturer and according to manufacturer specifications. 2, EXAMINATION A. All structures to be coated shaII be readilly accessilble to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other appxlcahle agencies with regard to envircarlment, health and safety. O- Any active (lows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coaled. Flows should be totally plugged andfor diverted when coating the invert, All extraneous flows into the manhole or vaults at or above the area coated shall be plugged andfor diverted until the epoxy has set hard to 11he touch. O. Inskailafion of the epoxy coating shall not commence until the concrete substrate has properly cured In accordance with these specifications. E. Temperature of the surface to be dated shouts# be maintalin d between 40 deg 1= and 120 deg F during application. Prior to and during application, care should be taken to avoid axposure of direct sunlight or otter intense heat source to the structure being coated. 3. SURFACE PREPARATION A. Applicator shall inspect all specified surfaces prior to surface preparation. Applicator shall notify Owner of any noticeable dispaft in the surfaces which may interfere with the proper preparadan or applIcation of the repair material andlor epoxy coating, 13. Appllcator shall perform all surface preparation and epaxy coasting Installation. 11A41=-Wmvised ASC-55 h'-24 11fiNualIKtC01100Wr-Cbalmct4 PAST DA - ADDITIONAL SPECIAL. CONDITIONS G. Alk contaminants including: oils, grease, inoornpatible exisling coatings, waxes, Form release, raring compounds, efflorescence, sealefs, salts. or otter contaminants shah be removed. Ail concrete or mortar that is not sound or has been darnaged by chemical exposure shall be removed to a sound concrete sufFace of replaced. D. Sur'faoe preparatichn r eftd(s) should be based upon the conditions of khe substrate. service environment and the requIrernents of the repair materials andfor epoxy coating to be applied. Surfaces to receive repair materials andfnr epoxy mating shall be cleaned and abraded to produce a sound surface with adequate proflie and porosity to provide a s"ng bond betweert tis repair matelots and/or epoxy orating and the substrate. E. infitkration shall be stopped by using a rnatedal which is compatible with the repair materials and is sultabie for topcoating with the epoxy coating. F. All surfer-es should be inspected by the Inspector during and after pmparatian and before the repair material is applied. 4, APPLICATION OF REPAiR MATERIALS A, Amas where structural steel has been exposed or removed shall be mpalred in accordance with the Owner's recommendations, B. repair materials shalt meek the specifications herein, The materials shall he trowel or spray applied ukiimng proper equipment on to specified surfaces. The enateriat thickness shall be specified by the Owner acwrding to the projects' requirements and manufacturer's recommendations. , Cementitious repair materials shall be trouvellod to provide a smooth surface with an average profile cqurivalent to coarse sandpaper to optimally receive the epoxy coating. No bugholes or honeymmb surfaoes should remain. D. The repair rnatedats shall be permitted to cure acwrding to manufacturer recommendations, Curing oDmpeunds should not he used unless approved For compatibility %Mth the spaded epoxy coating. E. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitanoe prior to epoxy coating application. Any evidence of remaining writamination or laitance shall be removed by additional abmsiva blast, shotbfast or ather appmVed method. If repair materials are used, refer to these specifications for surface preparation. Areas to be meted must also be prepared in acoordance with these spcciticakions after receiving a oe-mentitious repair material and prior to application of the epoxy coat ng. F. All surfaces should be InspWod by Inspector during and after preparation and befom the epoxy coating is applied. 5. APPLICATION OF EPDXY OATIN A Appticadon procures shall conform to the recommendations of the epoxy coating manufacturer, including matedai handling, rnWng, environrneniel controfs during appli ation, safety}, and spray equipment_ B. The spray equipment. shall be spectftcally designed to aocumtely ratio and apply the specifad epoxy coaling materials and shall be reguiariy maintained and in proper working order. , The epoxy watIng material must be spray applied by a Certified Applicator of the epoxy coating manufacturer. r a WAW FW revzsad ASC-56 M-244A Patullol c+olaz;tor-Canlrar t 4 PART DA - ADDITIONAL SPECIAL CONDITIONS D. Specified surfaces shall be coated by spray applioalion of a moisture tolerant, solvent-free, 100% solus, epoxy coating as further described herein. Spray application shall be to a minimum wet and dry film thickness as defined below: Concfete, New/Smooth Manholes. 125 mils average for immersion, 60-60 mils average for a"ospheric, splash and spill service oncrete, NewlSmaoth Uft Slaitons 125 roils average. thicker coating Wet Wells or Junction Boxes: may he required based upon prepared surface profile Concrete. New/Smooth Deep 126 mils average, thicker coating 'funnel Shafts or RCP Pipe: may k required based upon prepared surface profile. F. If necessary. subsequent topcoating or additional coats of the epoxy coating should occur as soon as the baseooat beoemes tack free. but no tater than the recaat window for the specified products. Additional sucfaoe preparaVcn procedures will he required if this recaat window is exceeded. . (Optional) Fiberglass woven-roving fabric may be rolled into the resin or chapped glass spray applied with the resin for added tensile and flexural strength where desired. Slope surfaces of the floor may be made non-skid by broadcasting aluminvin oxide or silica sand into the surfaces prior to gelation. K (Opt€anal) Depending on Raw levels and hcw tong flow can be shopped. inverts may be lined with an approved 100% solids, fast setting epoxy coal Ing 6. TESTING AND INSPECTION A, During application, Applicator skull lrecgaalady perform and record epoxy coating thickness readings wilts a wet film thickness gage, such as those available through Paul N. Gardner Company, trio. meeting ASTIVI 04414 - Standard Tract€ce for Measurement of Wet Film Thickness of Organic GoatIngs by Notched Gages, to ensure a monolithic wating and uniform thickness during appiicatian. A minimum of three readings per 200 square foot area shall be recorded. Appilcator will sut)mit all documentation on thickness readings to inspector an a daily basis when making application occurs. B. Appiloator may perform holiday detection on all surfaoes coated with the epoxy coating irx the presence of Inspackor. After the epoxy coating has set hard to the touch, surfaces shall first be dried, an induced haliday may than be rade on to the coated concrete surface and shall serve to determine the minimumlmax[mum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 roil ( a Wtions) of flim thickness applied but may he adjusted as necessary to detect the induced holiday (refer to MACE I P0188-9 ). All detected holidays shall be marked and repaired by abrading She coating surface wiih grit disk paper or other hand tooling method. After abrading and cleaning, additional epoxy coating material can be hand applied to the. repair area, All touch-uplrepair procedures shall follow the epoxy coating manufacturer's recommendations- (Mote: This procedure Is sometimes difficult or impossible to perform ire tight manhole or vault structures or may provide Linrelfabie readings when testing coatings applied ka concrete.) ?1/WRW RVmviSEW ASG-57 F.-?4:A Paraltal Cnitedor-Contract 4 PAST D - ADDITIONAL SPECIAL CONDITIONS_ C. Upon Owner's request a adnimurn of 10% of the total structures crated In each basin and or subdivision may be subjected to random adhesion (bond) testing per this section_ Measurement of bond strength of the epoxy mating ter the substrate may be examined in accordance vAth ASTM D4541. Any auras clotected to have inadequate band strength sha11 be evaluated by the Owner. The aclhosion (bond) testing shall be oortducled by using 3 test dallys per structure, One test dolly shall be affixed within 2 lit of the bench areWba#torn of slfucture, one lest dolly shall be affixed In the middle of the structures wall area and the final test dolly shall be affixed within two foot of the top of the chimney areallop of the structure. Further bond tests may be performed In that area to determine the extent of potentially deficient banded area and repairs small be made by Applicator in strict aoaardance with manufacturer's moammendations. D. (Optional) Manholas coater) in their entirety may be vacuum tested. All pipes enuring the marthale should be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the man ufsctorer's recommendations_ A vacuum pump of ten (10) inches of rcury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall he measured for the vewurr: to drop to nine ( ) Inches. Following are minimum allawable test times fol manhole acceptance at the specified vacuum drop: DEPTH (FEET) TIME (SECONDS) 48" diameter 60" diameter 7 "dia€neter 4 10 13 ib 8 20 26 33 12 30 39 49 16 40 52 67 20 50 65 81 4 59 78 97 Add for 2ft, more depth 5 6.66 8 Noto, Thpim rwmbom have beery Wren from ASTM C 1244-W(reapproved 2000),L.atnt swndard efM11 tl will 00VUM. If the manhole fails the initial test, repairs and adjustments necessary clue to extenuating circumstances (to. pipe joint, finer, plug sealing) should be made. Retesting shall proceed until a satisfactory test Is obtained, E. A final visual inspection shall be made by the Inspector and Applitor, Any deficiencies In the finished coating shall be maned and repaired by Applicator acoor ding to the pr adures set forth herein- F. The municipal sewer system My be put back Into non-severe operational sen6ce as soon as the Final inspection has taken place. Consult epoxy coating manufacturer for further recommendations. PART 4 1, MEASUREMENT AND PAYMENT 1 V021�FIN rovfsod ASC-58 M-244A Parallel Ckslincror-firiall a H 4 PART DA i ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Brice per vertical foot for manhc4es and Incidental to the Contract Unit Price per Structure 1 and structure 2, measured from Urea bottom of the frame to the top of the lynch. The Contract Unit Prloe shall be payment In full for performing the work and for famishing all labor, supervision, materials, equipment all testing Necessary to complete the vmrk. Payment: for providing corrasion protection on wiling and tap of exposed pipe on "Typlc;W Sanitary Manhole"' (b' diameter), grouting of pipe seals, bench and trough and manhole walls shall be included in the Contract Unit Prioe for each manhole or structure, DA-135 PIPE INSTALLATION - VERTICAL AND HORIZONTAL rWONTROL Description. Vertical and hlorizonlol control review will be conducted on this project. The pipe location shall be svrveyed and compared to the design plans. The pipe installation is required to meet the standards stated below. ubmlttnl: The Contractor shall submit a letter report on each specified control location for a surveyed vefticalfhorizontal elevation. The report slka1l 410ude the surveyed now lime elevation of the newly constructed Nic. 1he proposed design elevation at same point. and difference in elevation between the two. There shall also be a table summarizing the previous data as listed above. This report shall be submitted to the City representative the next workkig day after data is collected_ Data shalt be collected daily as work progresses_ Coordination: The Contractor shall contact the City project representative to set a meeting pr-tor to conSIruCii0r1 to discuss vertical control issues regarding adjacent construction projects (Contract 3, downstream) and this project (Contract 4), Adjustments to pipe construction in this contract may be necessary to accommodate fiold changes from the three prior projects (Contract 1, 2 and ) that are proposed to be c:oristructed concurrently, inspection; The Contractor shall cooduct spot cheek elevations surveys at the pipe flow Ilne under the direction of a registered surveyor, In '"open cut" sewer installations, the survey points shall be located at each structure and manhole, and between each structure at (lie midpoint_ A surveyed midpoint elevation Is not Deeded if structures (manhole or special structure) are within 500'. In Uother than open cut Jnstaltatior)s", the Contractor's survey points shell be conducted at 54' Intervals. if 0' of pipe is not planed during a work Clay, then lite Contractor shall survey a point where the installation Inas concluded_ The Contractor shall surrey additional points if deemed necessary by the City Project Representative. Tolerance: The vertical tolerance between the surveyed "as constructed" flow line elocution and desigo (plan) elevation is 0.20 feet at all locations (not accumulative). In no case can the elevation of the upstream end of this project be .above the design elevation of M-503 and M-244B south of US 80. The "as constructed" elevation of the downstrearra rind of this projeclt (Station 1130+00) can not he beiow the design elevation. The InovizontaI tolerance between the "as constructed" centerline of the pipe and the alignment (plan) is .0' at all locations (not accumulative). Exceeding the tolerance above at any location is nor conformance to the contract documents (see non conformance below). Deviaticns from the tolerances above mu51 ho_ sent in writing to the City project representative and an acceptance or rejection letter shall be returned to the Contractor. 1=M4 FW rov1sod ASC-59 M-N4A Paral10 Colliadar-Contmi�t4 PART DA - ADDITIONAL SPECIAL CONDITIONS Non canformancs: Exceeding the stated tolerance Ilmlt#s grounds for the rejectlmi of the pipe Installation. Rejected Installartions shall be the respanslbllity of the Contractor. The Contractor shall reinstall the sewer to meet tolerance specifications herein. All costs related to bringing this project Into compliance with the tolerance speclticatlons herein, shall be the Contractor's. Refusal to submit the flow line elevation letter report will be grounds for a stop work order witholll compensation. No time extension will be granted to Ute Gorilrnctor. Payment; No additional payment will be made for this work. DA436 MEYER PQLYCRETE PIPE FOR JACKING INSTALLATION (OMITTED) DA-137 TXDOT UTILITY PERMITS TNN, project cmsses U S 80 (Lancaster) in bvo locations and crosses two ramps. TxDOI' m requirements apply. See permits in the Appendix, DA-138 LIQUIDATED DAMAGES In Parr C - GrAwral Corttfio —C17-7.10 Time of Completion, the schedule of Liquidatrxl damages shalt l?e amended as followings, - 'nic Fort WoAi sewer system (M1-244B and M-503) is required to be connected to the proposed Sanitary Main 244A Parallel Colleclnr within 120 calendar clays from the dale of Notice, to Proceed, Discharges front the Fort Worth sewer system to the Arlington sewer system(through the 11+1-503 bypass weir structure) shall be discontinued with provisions for an eurergeney bypass as determined by the City of Dort Worth ltd City of Arlington. If the Fort Worth sewer system (M-244B and IvM- 503) is not connected (substantial ly complete construction of'relawd work items) to the proposed Sanilarry Main 244A Parallel Collecor in the required duration, liquidated damages arc S 1,400.00 per calendar day, Aider the contract duration, liquidated damages are S 1,100.00 per calendar day. DA-139 CAST IRON SLUICE GATES A. ecificatinns -Sgw This section covers all sluice gates required nn this project. Each sluioe gate will be fimAshed and installed complete with watt tl>rimble, apamting stem, operating floois#and, and other apptutenan= or accossories as specified. in the plans, the.cast iron gate is indicated as Cute 91 on sheet 22. 13. 0encral The sluice gates will be in Lhe ilwmfldoS and sir" indicated on the plans and Usted in dw Crate schedule elsev hem is the specifications. The sluice metas will bQ as nunufkwred by Rodney r t O 4 r rued ASC-60 Eu 44A Par-61ki Qfllcidw-Cmtraal 4 PART DA - ADDITI CAL SPECIAL CONDMONS Hunt Company or Approved equa1. Fabricated staine,3s steel sates are not acceptable as a substitute fbr Gate 01. C. D Liberal safety faetors will he used in the design of all equipment_ Working s4essos will not exceed the lower value of- one third of the yield strongth or one fifth of the ultimate strength of Uie material. The sluice gates and appuxtonances will be designed for installation in the struolu s shown on Ike plans, �. �Jorkmazlship All work will he performed in accordance with the best modern practice for the manufacture of higkx d* machinery. All parts will have accuraWy mar-hined mounting and bearing surfaces so that Uiey► can be assembled without fitting, chipping, or remachining. All parts will conform aocurale[y to the design dimensions and will be free of all defects in warknxansMp or material "tat will impair their service. The sluice gates wit be wmplotely shop tus ambled to insure, proper fit and adjustment of a]I parts. 11. t,crials All materials cued in carp&tTuction of the gates and appurtenanocs will b the best sttitf-d far the application and will conform to the following specifications: ASTM prof Designatiull lrmn castings for wall thimbles, frame,disc and guides,stein guides, flaorstands, and other items A-126,Class-B Bronw castings for wedges, thrust nut, lift nut, and coupling B-584, C96500 Won= for sem facings in frffine and disc D-21, 046400 Bronze tongue and guide liners B98, 65500 Stainlesa steel for stems A-276,Type 304 Stainless steel for fastwiers A-276, Type 304 F. Sluice Gates Sluice gates will be cwt iron, fully bronze mounted, and. will have side wodgm for sea dug 1IM2AW FAY mWsod ASC-61 M-244A Paralrel CoUedur-Contrart 4 PART D - ADDITIONAL SPECIAL CONDITIONS knead conditions and side, top, and bottom wedges for unseating bead conditions wbon tlri'a width o the gate rxcoeds 24". X111 gate compunents will be, clesignW to safely withstand the heads listed in the Sluice[-Yate Schedule. G, Sluice, Gaw Schcdulc Design Design eaEing Unseating Operating Typo emit Size Head Head Head.. oration 1 36" 12, 12, 12' Manual- Moorstand Fl. Frame The Cragme will be of cast iron, ono-piero construct on with motmting flange and rec:tangoI ar or circular opening as indicated on the plans, All contact surfaces of Ehe fi•ame, will be machined. The frame will have machined dovetailed grooves on the front face into which branre seat fuings :roll be,driven and machined to a 63 micro-inch finish. The back of the War. will be machined to bolt directly to the utacWrt face of wall thimbte, pipe Flange, or for mounting on die ooncrett. Frsmes for slukce gates, greater than 24$' wide, subject to unseating hc8ds will have intcgta y cast pads rnachinud With keyways to receive top and bottom wedge seats, 1, Disc or Elide The disc will he of cost iron, one-piece construction, rectangular with intogmlly cast vertical and horizontal ribs. A reinfoming Iib along each sicca will be, provides# to insure rigidity between the side wedges. The disc will have machined dovetailed groovas on Eke seating Face into which hronw seal facings shall be driven and rnachincd to a 63 micro-inch Ffnish. A tongue-on each side, cxiendilng [lie full length of the disc, will be, Machinod on all sides with a 1116" cleurmce maintain♦~ between the disc tongue and gate guide groove. Wedge pads for side, top, and bottom wedges, when reqWad, will he cast integrally on the disc acid machined to receive adjustable bronze wedges, A heavily reinforced nut pocket will be cast integrally ou the vertical canter isne and above the horizontal reinter, and be of such sliapc to rcreivc the square-lucked du-ust nut. J. (hiides The guides will be cast iron, rine-piece, designed to withstand the total thrust due to water pressure and the wedging action. The guides will be machined on all contact surfaces, and a groove will be machined the entire length of the guide to allow 1/16" clearance between the disc longue and guide gmve. The guides will be of such 1e gal as to retain and support at least nice half the disc in the fuII open position, The guides will be intcg lly CM( wide or attached to the frame with sificoa bronze or atainlcss steel studs and nuts, and will r s nv+�wrs cr ASC-62 M-�?44A Parall�l[:oile;Gtor-Canirac#4 PART D R ADDITIONAL SPECIAL CONDITIONS be dowelled to prevent any relative motion between the guides and fi- me. On sluice gates over 48" wide, a minforcing rib extending Rom the guide flange over the top of the wedge seat will be provided. Bronze wedge seats will he securely attached to machined pals on the guides. K. Ned es The wedges will he solid cast bronze, machined on all contact swfaces. They will be attached to the disc with studs and nuts and will have adjusting sews with loop nuts, Sot Facin s All seat fidexgs will be malleable extruded bronze of a composition wi icl3 will incmue in wearing ability with cold working. Tim extruded seat facirqgs will he of special shape to fill and peimartantly lock in the inachined dovetailed Wnoves wh , &ivan into place. Attaching pias and stews will not be allowed, "The installed seat facings will be tnaohined to a 63 micro4nch finish or letper. M. Wall Thimbles Wall tllimbles will be furnished for all sluice gates heat are not rrrtwh d to pipe flanges. Wall Uiiimbles will be seolian "P. =fiou "E", Bell End, or NMcclmnical Joint, The depth will be, as indicated on the plans and listed in the Gate Schedule. They will be cast iron, one-place construction of Adequate section to witlWand all operational and masonable hmtallation stresses. 'Mall thimbles will be intemaUy braoed during concrete placeinent. A neuter ring or water step will he cast around the periphery ol'the thimble. The ffont flange Witt be machin and have tapped litotes for the sluice gate atlaohing studs, and metal stamped verfical centerliim with (lie word "tap" for aorract alig=oat, Large.rwUmgular wall thimbles will be -provided with holes in the invert to allow air to escape during concrete placement berwalh the th mbio, A pennaenent gasket f`lr uniform thickness or suilab1e,mastic will he provided between the sluice gate and wall thimble. N. Terris The operating stcm will be-of a sLze to safer withstand, without buckling or pormanent distortion, the stye es induced by normal operating fomes. tri addition, the stem will be designed to transmit in compression at least 2-112 times the vlted output of the fioorstand or bcnchstand with a 40 pound effort on the crank or hand hcel. The tiueMW portion of the stem will have machine cut thmads of the 29Acine type. Stems of more than one section _ will be joinW by bronze couplings threaded and keyed to the steam All tbmded and keyed ccouptir s of the saws size will be iniercleangeaWO. Manually operated, rising stela gat= will be provided with an adjustable stop collar on kite stem above the floorstand lift aur, Ilie 36"gate will have an 1.75"diameter sleet sninimum or kppmved equal. 1110=4 F mvlsed ASC-63 M-244A Pflrairel colwaiat-Coraiml 4 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Stern Quidos Stern guides will be mast iron, bronze bushed,mounted on cast icor► brackets. They will bt adju&Mlo in two directions and will be spaced at sufficient intervals to adoquately support tete stern. Stem guide spacing will not exceed a Ur ratio oIf 160, and will not be spaced grter tlhan fU fec€ except where required by gate travel. b. Manuok OMmted Floomtands or Beachstands Manual op tion will bt, by hanclwhwl, crank operovd floorstwid, or benchst,arrd as indicated on the plans and specified in lite Gale Schedule. Handwhoel: ope w d type will be without gear redaction and crank aperatod type will have either single or double gear roductian depeading upoa the Iiffing capacity required. Each type will be praovidW with a Lu ded cast bronze lift trot tG engage the operating stein, Rollet• bearings will be provided abavc and below a flangc on tho operating nut to support bolsi ol)cning and closing thrusts. Fl rst nds or ben6swds will operate the gates under the: specifi l operating head with not greater tltahr a 40 pound pull on tato crank or handwhcel, Germs, where nquirod, will be steel with machi.nc-cut teeth designed for s1moodi operation. The stainless steel pinion sliafls on c nk operated lloorslands, whadier single or double ratio, shall be supported on tapered roller hcarh%s or ucedle beariug& All components wiII be totally encfosad in a cast iron vaso and cover. Positive mechanical seals will I3e provided on the operating rut, and the pirtion shaft is to cxelnde moisture and dirt and prevent lc kage of lubricant out of the hoist. Lubricating sittings will he provided far the lubrication of all gears acid bearings. Removable, handwheel or crank will be designed for rough trealment and rnirdmurn weight. Ftoo rstan& will include a high stmateth pedestal designexl to position Ute input, shaft,or handwheel appnaxirr ely 36" above the operating floor. Benchstands will be provided with a rectwWular cast iron base machined wid drilled for mounting purposes, An wrow with o worth "open" will lrp permanently attached or cast on the floorst.and. bcnahstand,'or handwhool. indicating the idir tion of rotation to open the gate. The op,urattng muclut dam will be equal in all respects to the Rodney Hunt Cornpany tioorstand or bench-stand oho n the plans and listed i_u the Gate Solkedule or approved by the Engineer. lea__.`nfin The gate maiwfacture-r shall be responsible for shop prime and finish painting of all gates and appurtenwices suppliod under this conimt. All coatings shall conform with VOC 11mission regulations in effect at the manufacturing location and at project site !0 IEk13ow touch-up or moat ing to be performed with tate same products. The type of paint slialI be as i f}2ltM rc4i�navls �f ASC-64 M22144A Pmllei 0011edot-UnniTact 4 PART DA - ADDITIONAL SPECIAL CONDITIONS specified in the following sehwluIe. Where required by application, the coating shall be approved for corttact wi0i drinking water by tho NSF, BPA, or other appropriate governing agasmdcs. Number of coats, mil tkickness, and surface preparation shall be in accordance with the pairs( rnwtuf'acturer"s recommendations for that application, but in no case shau be I= titan the requirements in the fbilowing schudute. All coatings shall be free of carcinogens as listed on.the LkRC moaogar hs. Colors are to be mmufacturees standards, provided (tiey are selected for ease of field touch-up and color match and are Cade resistant. Colors shall be selected to provide contrast bciw= the product and prune coat,and between the prime coat and finish coat, to insure uniform covering and coating thiofutess. Ail coatings shall be applied in accordance w th the paint inanufacturees r000mmeadatians for thinning; technique, and safety precautions. All coatings shall be produced by Ameron Protective Coating Divisions,Brea, , or equal. 01iaatiwn Material Surface.prep, V,Coat 2 Amines Modified Amine Modified Polyan-d& Polyam isle Epoxy Epoxy Gate, Wail Cast iron SP6 Amerlock Arnerlock Thimbles etc. 400 or Equal 400 or Equal Tail miu 5 mil min Atsilicatign Malarial Surface PTS. l Cot 2"`a moat Amine Modified Amine Modified Polytssnide Polyimide Epoxy Epoxy Hoisting Devices, Cast imn SP 2.8 Amtrlock Amulock All types. or steel 400 or Equal 400 or Equal S mil min 5 mil TaiR P. Uakag The sluice gates will be substantially watertight tm&rr design }read conditions. 1111 [Oak-age will not exceed .0.1 gpm pet` foot of peiil)wty for sea"g head up to 50 Feet, and Px>r unseating heads rip to 30 feet. Q. Shap Testing Tke completely assembled gate will be shop irtgmted for proper seating. Scat facings wit be, machined and wedges adjusted to exclude a 0.0 4"" thicknm gauge between the frame and disc suing surfaces. 'mac gate disc Will be folly opener( mW closed in its guide system to insure that it operates Freely, Floorstands and benchstands will be &hop operated to 1 W"4 FW fe vkiad ASC-65 M-244A Parallet{;a,Indor-Conitant 4 PART DA - ADDITIONAL SPECIAL CONDITIONS inswe proper assambly and operatiolI, R. installation and StoraLp The sluice gate ecluiprrk(-,Jit and appurtenances will be instalted in acoordance with the lnstaliatiork IVWual ri imished by the gate rnakn€ifactum. Extreme care should be used in the "idling, storage, and installation of this equipment to prevent dwnage or distortion of the equipment and to insure proper performance. Flush E1ottont C.'gsure The, flush bottom closure type of gate will have a compble iliont seal attached to the bottom of the disc (sliding rueniber) witty a stainless steal bar and fasteners. The seal Wili be of a spciully extrud(A shape, and designed to accurately fit to the bottom rib of the disc, Tice sol will be shVed to producer a wide sealiag area on a raeQhin,,d cast iron slop hku that is bolted to the Bata frame to f6mi a flush invert. The differential sealing pressure of dw msilient scaal on die stop bar will be vadahte by adjustment orthe side wedges on die gate. The flush bottom closure gates will be the 11y-Q design as f anufactumd by Rodney flunt Company or approvLA equal. T. p4yrell tt Cost of sluice gate, wall thimbles, appurtenances and installation shall be included irk the cost of ilii structure whem instal 1W. No wparr'ate,payment wa11 be,made far this gate, U. Self- antained Gates The self-contained sluice gate will have extended side guides to allow the gala to fully open. The heavily designed coaled cast iron yoke, uttav+W to machined pads on lhk; side/guides, will have a mar.hined bearing surface for the stun thrust collar or a mounting plate for the operator. The gate oljrrating thrust will lie tvmsFeTod to the yoko by the stem thrust collar or operator. The threaded operating stem wilt be hro€ze or stainless steel and furnished as part of the sluice gate assembly. Large s f-conWned sluice gates or self-contained sluice gates with extreme. o"mdng llkrust wick be errangcd for rising steni. opelrat#on, Optemtioa will be by handw heel, crank,or motor operated beachstand. Small self- ontaiircd sluice gates will be arranged for non- rising stein tkrrd operation by handwheel, T-handle wrench, floorstand, or benchsta nd. branxe direst nut u: a next packet at the tap of the disc shall engage ii: the stem tl tads aid open and close the gala disc as it travels up or down the apem(ing stein. `l`lie stem wilt not pmjeel into tixe clear ope=ng of tht! sluice gaw. Whoa the operating floor is above the self =taincd sluice ptc, a cold railed carbon steol or sminloss stmt cxtcuion stem coupled to the operating stein will bo provided. Operation will he by T-handle wrench and a " seluarc operating nkat located in a cast iron f wrbux with comet', or by ar floorstalnd. 1 flQ12ItM FW revd9gd ASC-66 W24AA ParoI144 Ccd1onlor-Contract 4 PART D - ADDITIONAL SPECIAL CONDITIONS DA-'140 I<LOWABLE FILL A. DESCRIPTION Flowable is to placed in abandoned utilities lines as stated in the plans. The material must he able to 1911 the indicated pipe with Ilia appropriate equipment. D. INSTALLATION Flowable till shall be installed into manholes or openings in the indicated locallons per supplier recommendations. I lawable till may mead to be vibrated to place tha material. Delivery of the material into the pipe could be by raixing truck or pump truck depencifng on the situation. C. MeteHal The material and ingredients of the 00wable fill shall be approved by the City. The material must be anon-hazardous. Acceptable mix designs are Southern Star mix X9034 or approved equal. The mix shat) have compressive strenglh of 250 psi at 28 days and an air entrainment of approximately 25%. The mix Includes: 50 lbs cement 300lbs ash 2400 lbs sand 2IS lbs water 3 az VVIR Grace Darafiil (air entralner) D. Payment Payment of Flowable fill is per cyd. UAL-141 CUT AND PLUG This section dedries cutting and pluclging on this project. The cutting and plugging of sewers includes ail related costs to brick bulkhead pipe, backfill-excavation and return area to the original or better condition. When a pipe is excavated for cutting and plugging pipe, the pays item "cot and plug" Includes cuffing through the entire existing pipe and Installing a brick bulkhead on both cut enols of the pipe. The bulkhead shall be brick with non-shrink gout that is spw�fled by the City for use in sanitary sealer canstruction, DA-142 DUCTILE IRON MPI` A. Gen I -This item is ror the iastalladon of duo tile, iron sewer tripe. Pipe sbaU he installed and supplied per Fort Worth Standards. F3. Coatings-1)ucdIe,iron pipe shall liavc an interim and Pxtenor coaang. 1. The exterior co4ng shall be asphaltic per Fort Warily Standard. The pipe shall be wrapped _ in 8 rrdl polyethylene hi accordance with AW WA 0:105. 2. The interior of the pipe shall be coated.with Protcclo 401 or approved equal. 11?0"4 FWrvvisad ASC-BT M- #,4 faraniml CD1180tM -cantrnct 4 PART Del - ADDITIONAL SPECIAL D NIATI N DA-143 ABANDON JUNCTION STRUCTURE Junctlan structures to be abandoned in place shall have all pipes entering or exiting the structure plugged with a brick bulkhead as in se€:tion DA141. Structum tap or cone section shall be removed to the top of the Full barrel diameter section, or to point not less than 18 indws betow final grade. The structure shall then be backfilled and carnpacted In acxe rdanoe with backfill mmthod as spedfied In Section E2-2.9 Backfill. luck€ill material may be either clean washed sand, Ro able fill or as approved by the Engineer. Surface iestoration shall be compatible YAth surrounding service surfal . Payment For waek invoNed In backfilling, plugging of pipes) and all other appurtenances requlred, shall be included in the appropriate bid (torn -Abandon Junclkm Structure. END Of SE TM f 1102104 FWyovise# ASC-68 M-;144A Parallel CollaoW-COMMM 4 t Part F Certificate of Insurance & Bonds (City of Fort Worth) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 5114 and City of port Worth Project Number P272-704170032383 William J.Schultz,Inc. d/b/a Circle"C" Construction Co. CONTRACTOR By. f Title Date S'�u. STATE OF TEXAS �; ;,'': ���� MICi1 I S. LANKFQRD Pu Notary ic a " ^ STATE()F: :TEIXAS COUNTY OF TARRANT �, 'Y- v cornet.F, to/a71aoo7 BEFORE ME,the undersigned authority,on this day personally appeared E)C},i}I fT , known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of William J.Schultz Inc.d/b/a Circle "C" Construction Co.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE th42_(eday of," .2006. 1 Notary Public in and for the State of Texas i i SEP-1--2006 12.32 FROM.CIRCLE C CONSTRUCTIO 8172931357 TO:8173927854 P.2 AC R-& CERTIFICATE OF LIABILITY INSURANCE 9 e 11/aoas PRODUCER THIS CERTIFICATE 19 ISSUED AS A MATTER OF INFORMATION Wm. RIGG CO, ONLY AND CONFERS NO PJ014TS UPON THE CERTIFICATE 777 WOK STRRZT SUITIS C-SD HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR FORT WORTH TR 76103 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (817) 820-8100 (07.7) 870-0310 INSURERS AFFORDING coVEr;;o,GE IaAIc 9 INSURrR1 T INSURERA: Tlait®d States Liabilitylasura 25895 Circle -Cm Coaot$uotim Company, LAVAL INSURER B: Twin elty Fir® xnmzraaCe Co. 39499 P.O. Box 40328 INSURER C: Hartgord 13AdAxNvritere ialeursaa 30104 Fork Worth TS; 76140 INSURER O: Hedxtrowd Inmurance o4 the liidw 37470 INSURER 8: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NO71W17HSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERELN IS SUBJECT TOALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOVWJ MAY HAVE BEEN REDUCED BY PAID CLAIMS. VVIR hmi _ POLICY mu Y LW YIQN LIMITS OENEAALLIJUALRY EACH OCCURRENCE f Ad-0-04929- x 000I Y COM MEFWLkL GENERAL LIABILITY 46CGT1405 8/12/2006 8/13/2009 f 100,000 CLAIMS MADE 5]OCCUR MEDE one on $ 10,000 PERSONAL dADV INJURY 5 1,000,000 GENERALAGGREGATE $ 21000,000 GENT,AGOREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG f 2,000,00 POLICY 8TALOC AUTOMOOILE Lh1WJTY COMBINED SINGLE LIMIT D x z ANY AUTO 0/12/2006 a/12/30v7 LEssadd0lK) a 0,000,000 ALL OWNEDAUTOS BODILY INJURY ; SCHEDULED AUTOS (Pofpora0n) 2 HIREDAUTOS BODILY INJURY ! (Pw mekhrd) A NON-OWNEDAUTOS PROPERTY DAMAGE f GARAGEUREWITI AUTO ONLY-EA ACCIDENT f ANY AUTO OTHER THAN R ACC S AUTO ONLY: AGO f EIICrmli NBIIRI I A LIABILITY — 4 EACH OCCURRMCE i 2,000,000 A x E OCCUR CLAIM$MADE 553-089446-S 6/12/1006 8/171/2007 AGGREGATE 2,000,000 DEDUCTIBLE f Y RETENTION S 10.090 f YNGSTwr C C30LCIOERSCOMPENMnMAND 46WMQT2404 9/12/2006 8/23/3007 X r R ENFLOYERYLLALISM E.LEACH ACCIDENT i 1,000,000 ANY PROPRIETORIPARTNEMEXECUTIVE OFACERA09MBEREXCLUDED? EL.DISEASE-EAEMPLOYEE 5 1.000,000 Ifyyaa�desdbaundar 6.L.OISEASE.POLICY LIMIT S 1,000,000 SPF ROVISIO be OTHER DEOCRWTM OP OpERAVONS I LOBATKM f VENICLEG I EXCLUSIGNSADDED UY F-MDRU ITI SPECIAL PROMON9 TM CITY OF FORT WORTH, IT'S OrFICKI�S, ZWLOYIWS IW SHR.VELiTS MW IPCLV09D A8 ADDITIOlm IlT mmj)S ON ALL POLICIES (IZCZpT t!7an=g'B COXpWjSATIOIT). TH8 POLICES PO wHICH T29 ADDITIONAL INSUREDS ARE ADDED APPLY ON A PRIMAY BASIS IN RBLATIOH TO TM ADDITIOMM INSTJRIFD99 OW 9SLp-PUR=D OR CO19MRCIAL COVW!Mng, WBICI3 WILL HH K=-COKTRYBVnN(7. A WAIVNR OF SWMOMTSON R!7 FAVOR OIF T= CI5Y OF SORT Wo]kT'H I8 11TCLUVZ ON T= V3OMn'H COWXNSATION POLICY. Sonitary Sawmr Wain 244-A Villggt Creek CERTIFICATE HOWER � � CANCELLATION SNOUL.D ANYOF THE A90VE DE5CP4KD rO MIM ME CANrIELLED VW(W&THE 0WIRATION DATE 7NBRi=0F,YNE ISSLMNG INSURER WILL ENDEAVOR TO MAlL 3D DRYS WRTTEN City of Tort 'North NOTICE;TO THE CERInI'POATE NOLDNR NAMED TO THE LEFT,BUT FAILUN TO DO 30 SNALL 1000 7ChTOCFzpOrCOa etweet IL7050 K0 OBUGAIMM OR LU%SUW OF ARIY mNa UPON TM€IMP-WE17,ITS AGENTS ON R£PREBFNTA7 FJL port worth TX 76102 AUTNMEDREPMENTATNE O COPWORATION 1988 ACORE)25(2001108) Page 34 Of 53 SEP-1-2006 12:33 FROM:CIRCLE C CONSTRUCTIO 8172931957 TO:8173927854 P.4 DESCRIPTION OF OPERATIONS SECTION CONTINUE® 8/li/2006 ROL1161� INSURED: city of vort north Circle RC" Construction Company. RTAL 1000 Y'hwocknovtoa Street F.O. Box 40398 Fort Worth T9; 76110 Fort gorth 1'E 76108 OESCWTION OF OPEPASIONSCO RO: Paralell Collector-Contract 4 DOR 5116 Page 36 of 53 ACORD. CERTIFICATE ®F LIABILITY INSURANCE' pATE(71/2610626106 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Wm. Rigg Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 777 Main St, Suite C-50 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Ft. Worth. TX 76102-5333 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I 817-820-8100 INSURERS AFFORDING COVERAGE "UREA INSURER A: Twin City Fire William J. Schultz, Inc. DBA Circle °C" Construction Co. ETAL. INSURER R: Hartford Ins of the Midwest R 0 Box 40328 INSURER C: United States Liability Ins Co Fort Worth TX 76140 INSURER 0: Hartford Underwriters INSURER E: Hartford Fire Ins Co COVERAGES IrHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 'ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEPOLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS MM DD Y DATE MM D➢YY GENERAL LIABILITY 46CQT1405 8/12/05 8/12106 EACH OCCURRENCE $ l000aoo X COMMERCIAL GENERAL LIABILITY Blanket Add'] FIRE DAMAGE lAny one fi(e) $ 100000 CLAIMS MADE 51OCCUR Insured/Blanket MED EXP)Any one person) $ 10000 Waiver of PERSONAL&ADV INJURY $ 1000000 i .I Subrogation Per GENERAL AGGREGATE S 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: Written contract PRODUCTS-COMP/OP AGG S 2000000 POLICY X jEQ Ll LDC AUTOMOBILE LIABILITY 46UWNQT1406 8112/05 8112106 COMBINED SINGLE LIMIT � 1004D�Q X ANY AUTO Blanket Addit'I (Ea accidents ALL OWNED AUTOS Insured/Blanket BODILY INJURY $ SCHEDULED AUTOS Waiver of (Per person) X HIRED AUTOS Subrogation Per BODILY INJURY $ X NON-OWNED AUTOS Written Contract leer accidentl 7 PROPERTY DAMAGE $ I )Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC $ i OTHER THAN AUTO ONLY: AGG $ EXCESS LIABILITY 5530877091 8/12/05 8/12106 EACH OCCURRENCE $ 2000000 OCCUR CLAIMS MADE AGGREGATE $ 2000000 g DEDUCTIBLE $ X RETENTION $ 10000 $ D WORKERS COMPENSATION AND 46WEQT1404 8/12/05 8/12/06 X ORY"'ITS I IDER EMPLOYERS'LIABILITY Blanket Waiver of E.L.EACH ACCIDENT $ 1000000 Subrogation PI E.E.DISEASE-EA EMPLOYEE $ 1000000 Contract E.L.DISEASE-POLICY LIMIT $ 1000000 OTHER f Contractors Leased/Rented 50,000 limit 1,000 Deductible E ui ment 25,000par item I I 15,000 DedlFheft ted DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ' SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALELL COLLECTOR-CONTRACT 4 DOE 5114 Named Ins.Includes:Schultz Roadmaster Automotive, Inc. Schultzies Inc.Schultz Trucking, Inc and William J. & Carol Schultz, Individ. CERTIFICATE HOLDER X LADDITIONAL INSURED; INSURER LETTER: CANCELLATION CITY OF FORT WORTH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 1000 THROCKMORTON ST NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.BUT FAILURE TO DO SO SHALL FORT WORTH TX 76102 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPR WrAT VE ACORD 25-S (7197) 2-64 0 ACORD CORPORATION 1988 , 7 IMPORTANT ' If the certificate holder is an ADDITIONAL INSURED, the policy{ies} must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 1 { DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insureds}, authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Z f z i 1 4 1 J i 1 f I AiCORD 25-S (7197) I kTTACH ENT FOR WILLIAM J. SCHULTZ, INC. DB.A CIRCLE "C" I r STRUCTION,ET AL DESCRIPTION OF .OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS IS f OMPLETED TO READ 11E CITY FOR FORT WORTH, IT ' S OFFICERS, EMPLOYEES AND SERVENTS ARE INCLUDED AS ADDITIONAL INSUREDS ON ALL POLICIES (EXCEPT WORKER' S ibMPENSATION) . THE .POLICES TO WHICH THE ADDITIONAL INSUREDS ARE � I)DED APPLY ON A PRIMARY BASIS IN RELATION TO THE ADDITIONAL IhSURED' S OWN SELF-FUNDED OR COMMERCIAL COVERAGES, WHICH WILL BE NN-CONTRIBUTING. A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF IRT WORTH IS INCLUDE ON THE WORKER' S COMPENSATION POLICY. i -c 'r l i I PERFORMANCE BOND Bond No.TXC55522 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William J. Schultz Inc. dba Circle "C" Construction Company, as Principal herein, and (2) Merchants Bonding Company (Mutual), a corporation organized under the laws of the State of(3) Iowa, 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 *Three Million Four Hundred Ninety-Seven Thousand Two Hundred Seventy-Three and No/100* Dollars ($*3,497,273.00*) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the day of , 2006,a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Sanitary Sewer Main 244-A Village Creek Parallel Collector—Contract 4•-DOE — 5114• Project Number: P272-541200-704170032383• File No. X-18039 NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length ' herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of , 2006. I William J. Schultz,Inc., dba Circle"C" Construction Company PRINCIPAL ATT By: -" 1 Name: William J. Schultz (Pnncipal) Secrct Address: P. O.Box 40328 Fort Worth,TX 76140 Witness as to Principal Merchants Bo Com an (Mutual) SURETY ATTEST: By: Name: Sheryl A.Mutts ,Attorney-in-Fact Secret Address: 2100 Fleur Drive (SEAL Des Moines,IA 50321-1158 Witness as to Surety,Jon Miller Telephone Number: 1-800-252-9656 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original 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. PAYMENT BOND Bond No. TXC55522 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS- COUNTY OF TARRANT § That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as Principal herein, and (2) Merchants Bonding Company (Mutual), a corporation organized and existing under the laws of the State of(3) Iowa, 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 *Three Million Four Hundred Nine -Seven Thousand Two Hundred Seventy-Three and No/100* Dollars ($*3,497,273.00*) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of , 2006, 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: Sanitary Sewer Main 244-A Village Creek Parallel Collector -- Contract 4; DOE — 5114; Project Number: P272-•541200-7014170032383; File Number X-18039 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of , 2006. William L Schultz,Inc., dba Circle"C"Construction Company PRINCIPAL i ATTES : By: Name: William J.Schultz,President 1 (Principal) Secretary Address: P. O.Box 40328 Fort Worth,TX 76140 , Witness as to Principal Merchants Bondin om an (Mutual) SURETY i ATTEST: By: Name: Sheryl A.Mutts,Attorney-in-Fact ' Secretary Address: 2100 Fleur Drive ' (SE Des Moines,IA 50321-1158 Witness as to Surety,J Mer Telephone Number: 1-800-252-9656 NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original 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 i i MAINTENANCE BOND Bond No.TXC55522 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That William J. Schultz, Inc., dha Circle G4C" Construction Company, ("Contractor"), as principal, and Merchants Bonding Company (Mutual), a corporation organized under the laws of the State of Iowa, ("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*Three Million, Four Hundred Ninety-Seven Thousand, Two Hundred Seventy- Three and No/100*Dollars ($*3 497 273.00* , lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs,executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however,that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the of 6006, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Sanitary Sewer Main 244-A Village Creek Parallel Collector—Contract 4 the same being referred to herein and in said contract as the Work and being designated as Project Number(s): P272-541200-704170032383; DOE-5114; File No. X-18039 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of 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 in good repair and condition for said term of two (2)years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of 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. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City. shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in S counterparts, each of which shall be deemed an original,this day of A.D.2006. ATTEST: William J. Schultz,Inc.,dba (SEAL) Circle"C"Construction Company Contractor 1 By: Secretary i Name: William J Schultz f Title: President r Address: P. O.Box 40328 Fort Worth,TX 76140 Witness as to Surety: Merchants Bond' Com an (Mutual) (SE Surety / By. John A.Miller Name: Sheryl A.Mutts Title: —Attorney-in-Fact i 2100 Fleur Drive Des Moines,IA 50321-1158 Address POWER OF ATT®RKkZY Merch,,antg Bonding Company (Mutual) Nations Bonding Company Bond No. TXC55522 KNOW ALL PERSONS BY THESE PRESENTS:That MERCHANTS BONDING COMPANY(MUTUAL)is a corporation duly organized under the laws of the State of Iowa,and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint John A.Miller, Sheryl A. Klutts,John A. Miller 11 and/or K.R.Harvey d of Fort Worth and State of Texas their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION(55,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies,and all the acts of said Attorney-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19,2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 1 sl day of May,2003. .•O ......c• .•�0���'• Q!l�,p•� MERCHANTS BONDING COMPANY(MUTUAL) •Q'.p�POAq.C) ;m4"O�P09q'9y NATIONS BONDING COMPANY '•Ui'• 2003 •�a; '.y 1933 ..ti By 'fib••.......• STATE OF IOWA ••....... ••`'•••' President COUNTY OF POLK ss. On this 1st day of May,2003,before me appeared Larry Taylor,to me personally known;who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL)and NATIONS BONDING COMPANY;and that the seals affixed to the foregoing instrument are the corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I.have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. MARILYN BOYD Commission Number 10012 c My Commission Expires November 4,2044 Notary Public,Pork County,lows STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and NATIONS BONDING COMPANY,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this bay of 2006 ...oN•DIN c., .,•Q�N� Cp�A• a 2 QF •Oi'. 2003 a 1933 ;'c• Secretary • .y' ; NBC 0103 (4103) • POWER OF ATTORNEY Merchants BoAding Company (Mutual) Nations Bonding Company Bond No.TXC55522 KNOW ALL PERSONS BY THESE PRESENTS:That MERCHANTS BONDING COMPANY(MUTUAL)is a corporation duly organized under the laws of the State of Iowa,and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint John A.Miller,Sheryl A.Klutts,John A. Miller H and/or K.R. Hat-Vey of Fort Worth and State of Texas their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FIVE MILLION($5,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies•and all the acts of said Attorney-in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19,2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 1st day of May,2003. •••0N°!N�;•.• .'�O�. ••���lp+• MERCHANTS BONDING COMPANY(MUTUAL.) �•'p�P09q .t?; ;44;i 0114 qy: NATIONS BONDING COMPANY ' �.�'•. 2043 ,aa; '.y'•. 1933 .:y: By STATE OF IOWA •+"•+ ••'• •••� President COUNTY OF POLK ss. On this 1 st day of May,2003,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL)and NATIONS BONDING COMPANY;and that the seals affixed to the foregoing instrument are the corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year first above written. —P +t, MARILYN ROYD �- Commission Number 10012 My Commission Expires November 4,2004 Notary Public,Polk County,Iowa STATE OF IOWA t COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and NATIONS BONDING COMPANY,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,1 have hereunto set my hand and affixed the seal of the Companies on this day of 2006 co ••� '4P0 .G'•, .•p�. �paR .�Oq• Z ' —O— d•�. :ti:2 —o— O; : is!YLf-••[/ `a�!!/�2(/7�. :�; •� _3. '4= Secretary •0' 2003 a 1933 y� :y d •� :'d;; •:qac• N �. .. .. ; ••. NBC 0103 (4103) ••'••...••• 1 39 -1 JILD Tease send all notices of claim on this bond to: r Merchants Bonding Company (Mutual) 6850 Austin Center Blvd. , Suite 200 P. O. Box 26720 Austin, TX 78755--0720 (512) 3439033 i� I ' PART G- CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT THIS CONTRACT, made and entered into day of , 2006 by and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and William J. Schultz, Inc., dba Circle "C" Construction Company of the City of Fort Worth, County of Tarrant and State of Texas, Party of the Second Part, hereinafter termed"CONTRACTOR". € WITNESSETH: That for and in consideration of payments and agreements hereinafter mentioned to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain improvements described as follows: Sanitary Sewer Main 244-A Village Creek Parallel Collector—Contract 4 DOE—5114; Project Number: P272-541200-704170032383; File Number X-18039 And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to compete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. i f r IN WITNESS WHEREOF, the Parties of these presents have executed this Contract in counterparts in the year and day first above written. CITY OF FORT WORTH, TEXAS (Owner) ATTEST: Party of the First Part C By: / ✓ /1Axqa)cl� Marc A. Ott, Assistant City Manager City Secretary ( SEAL) CONTRACTOR: v William J. Schultz, Inc., dba cont ract- h thorization Circle "C" Construction Company P. O. Box 40328 WITNESS: pit Fort Worth,TX 76140 - r By. William-'j. S ltz Title: President APPROVED: APPROVED AS TO FORM AND LEGALITY: A. Douglas Rademaker, P.E., Director Ass . City o ey Department of Engineering a CITY NC-7 Ii i F } W"UR TEX. Sanitary Sewer Main 244A Village Creek Parallel Collector TRA Indemnification Requirements This contract.will require the contractor to indemnify the Trinity.River Authority of Texas and shall contain the following indemnification.provision: Contractor shall indenuufy, defend and hold harfriless'Trinity River Authority of Texas (Authority), its officers, employees, directors and agents,- from and against all claims, causes of action, losses, damages, suits, liability, costs and expenses, including expenses of litigation, such as court costs and Authority's attorney fees, (a.) for loss of or damage to any property and for injuries to or sickness or death to any person(s), including but not limited to employees of Authority, caused by, arising out of,or which are related,directly or indirectly, to any work or services performed from tirne to time by Contractor, and (b.) darnage to any property of, or for injuries to or sickness or death of any of Contractor's employees or invitees, or of any of its contractors' or subcontractors' employees-or invitees of any of them, from any cause, which damage, injury, sickness or death occurs from time to time on or in the vicinity of Authority's premises. THIS INDEMNITY SHALL APPLY EVEN THOUGH THE LOSS OF OR DAMAGE TO PROPERTY OR THE INJURY TO OR SICKNESS OR DEATH OF A PERSON IS CAUSED BY, ARISES OUT OF OR IS RELATED, DIRECTLY OR INDIRECTLY,. T4 ANY DEFECT IN OR THE CONDITION OF AUTHORITY'S PREMISES OR TO ANY DEFECT IN OR THE CONDITION OF ANY FACILITIES, EQUIPMENT, TOOLS OR OTHER ITEMS WHICH MAY BE PROVIDED BY AUTHORITY: THIS INDEMNITY SHALL. APPLY REGARDLESS OF WHETHER OR NOT ANY SUCH DAMAGE:TO OR LOSS OF ANY PROPERTY OR ANY SUCH INJURY TO OR SICKNESS OR DEATH OF ANY PERSON IS CAUSED BY THE CONTRIBUTING OR CONCURRENT NEGLIGENCE OR FAULT OF AUTHORITY, ITS EMPLOYEES, OFFICERS, DIRECTORS OR AGENTS AND ALSO EVEN THOUGH AUTHORITY IS STRICTLY LIABLE FOR ANY SUCH INJURY SICKNESS, DEATH OR DAMAGE. UNDER THE PROVISIONS OF THIS INDEMNITY, CONTRACTOR . IS AGREEING TO INDEMNIFY AUTHORITY AND ITS EMPLOYEES, OFFICERS, DIRECTORS.AND AGENTS_ FROM THEIR OWN NEGLIGENCE OR FAULT. 5 r,1 i t PL X 940206 Form Approved,AVP-Law Folder No.02132-59 (Revised December 14,2005) PIPELINE CROSSING AGREEMENT Mile Post: 23 7.12,Dallas Subdivision Location: Fort Worth,Tarrant County,Texas a THIS AGREEMENT is'made and entered into 'as of December 14, 2005, by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, (hereinafter the"Licensor") and CITY OF FORT WORTH, TEXAS, _a Texas municipal corporation to be addressed at 1000 Throckmorton Street, Fort Worth,Texas 76201 (hereinafter the"Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article L ADNIINSTRATIVE HANDLING CHARGE. Upon 'execution.and delivery.of this Agreement, the Licensee shall pay to the Licensor an Administrative Handling Charge of One Thoxisaud DOLLARS ($1,000.00) for clerical, administrative and handling expense in connection with processing this Agreement, Article H. LICENSOR GRAFTS RIGHT. In consideration of the License Fee to be paid-by the Licensee and in f n-thefconsideration of the covenants and agreements herein contained to be by the.Licensee kept, observed and performed, the Licensor hereby grants to the Licensee the right to construct and thereafter, during the term hereof, to maintain and operate only a 78"sanitary sewer pipeline crossing(hereinafter the"Pipeline') in the location shown and in conformity With the dimensions and specifications indicated on the attached- print dated December 17, 2002, marked Exhibit A.. Under no circumstances shall Licensee.modify the use of the Pipeline for a purpose other than the above-mentioned, and said Pipeline shall not be used for any other use, whether'such use is currently technologically possible,or whether such use may come.into existence during the life.of this Agreement. Article M. CONSTRUCTION.MAINTENANCE AND OPERATION The grant of right herein made to the Licensee is subject to each and.all of the terms, provisions, - conditions,limitations and covenants set forth herein and in Exhibit B;hereto attached. Article 1V. 1F WORK 1S TO BE PERFORMED BY CONTRACTOR. If a contractor is to do any of the work performed on the Pipeline (including initial construction and subsequent relocation or substantial maintenance and repair work),then the Licensee shall require its contractor to execute the Railroad's form Contractor's Right of Entry Agreement. Licensee acknowledges receipt of a copy of the Contractor's Right of Entry Agreement and understanding of its terms,provisions, and requirements, and will inform its contractor of the need to execute the Agreement. Under no circumstances will Licensee's contractor be allowed onto Licensor's premises without first executing the Contractor's Right of Entry Agreement. Article V. INSURANCE. (SEE CITY'S EXHIBIT"&TQ BE ATTACHED) attached. -The Licensee will also Provide to the Licensor a Certificate of Insurance, identi .older No. 02132-59, issued by its insurancecarrierconfirming the existence of such in e and that the. Policy.or policies contain.the following endorsement: UNION PACIFIC RAILROAD COMPANY is named additional insured with respect_ to all liabilities arising out of the existence, y work performed on or associated with the 'Pipeline'_located on Rai right-of-way at Mile Post 237.12, on the Dallas Subdivision, at or near Fort W arrant County,Texas. B. If the L' e named in this Agreement is a public entity subject to any applicable statutory tort laws, th of insurance described in Exhibit B,1 shall be the limits the Licensee then.has in effee hich is required by applicable current or subsequent law, whichever is greater, a portion of C. All insurance correspondence shall be directed to: Tom Judkins Folder No. 021.32-59 Union Pacific Railroad Company Real Estate Department 1400 Douglas Street STOP 1690 Omaha,NE 68179-1690 Article VL - TERM. This Agreementshall take effect as of the date first herein written and shall continue in full force . and effect until terminated as herein provided. Article VII. SPECYAI.PROVISION—INSPECTOR. .A Railroad inspector is required to monitor the ground and track for movement during the drilling, reaming and pullback process. The installation process and all train movement must be immediately stopped if any movement is detected. The damaged area must be immediately repaired. The . -installation process must be reviewed and modified as required before the installation. may proceed" Licensee must pay expenses for review and.inspection. Article VIII. SPECIAL PROVISION. This agreement supersedes the executed Pipeline Crossing Agreement, effective date of August 28,2002. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed as of the date first herein written. UNION PACIFIC RAILROAD COMPANY CITY OF FORT WORTH,TEXAS By: By: Senior Manager-Contracts Title: I I _ J PLACE. ARROW INDICATING NORTH FORM DR--0404-B DIRECTION RELATIVE TO CROSSINA4 �� REV, 5-15-98 1 v ENCASED �11�j*�fTg(� [g7]�1i1 ��L��1 1(11 jh�{ �l��tl f��J�� 1IIf .T�1lAE�f,1NW.U�r.CORI QR J,% mac,`" NOTE= ALL AVAILABLE DIMENSIONS UST B. �- ' sty NO SCALE FILLED IN TO PROCESS THIS APP CATION. c ' lh,- RR'S R/w ` hJ2hr�C qtg ti $Fr. FT- f01�]FT_ fY1 (SEE Note.3 B 5) [SEE No7E 3 B 51 N SY Fr. - Q' - T. too - (NEAREST R.R. TOM91 �, {ANGLE OF CROSSING). a 70 O� MAIN TRACY [NEAREST R. IOHNI h [OESCRIBE FIXED OBJECT). [OE IBE FIXED OBJECT) - '�'=S [SEE NOT[6] - - (SEE NOTE sl - GilftsiEC� 5�b i \alb O�ah � [DISTANCE ALONG TRACK FROM $ECT CON'LINE CRO551 NG1 _ � ` FT - (NOTE: 7H75 DItAENS 10N REOUIR€D IN ALL Ca5E5:' - _ - AT LOCATIONS HOT USING SECTIONS, DISTANCE TD A LEGAL SURVEY LINE IS REOUIRED] _ - -- -- 0 FT. _FT. I ON" STEEL CASING-WALL IAtN- DIST SURFACE THICKNESS CHART c (See Not.21 - MINIMUM DIAMETER OF - _ 5uBGRADE I THICKNESS CASING PIPE ROADBED ii .2500" T/4; f2 OR LESS- " .3125- 5/f 6" OVER 12--18" - - Fr,. - .3750"-3/8" OVER'18--22' i - - .4375'- 71E6' OVER'22".-ZV _FT. ESO sr_ MAX.) ! FF. .5000" 1/2" OVER.2$'-34" seAi CASING 5625- 9rd6" OYER"34"-42" SERE CASING O CASING PIPq(Se N.Te A) {3 FT. UIQ .6250" 5/8" OVER 42"-48" --%----- ------------- --------.._.._.� ,-- OVER 48" h415T-8E / pp CARRIER PIPE \ APPROVED RY-R.R. CO.' f ( 1 NOTE: THIS CHART 15 ONLY P PEOR S SMOOTH f IEI.�IJLI YIELD CASING STRENGT-H OF 35,000 PSI. 4S F T.---r _FT. — > •------.-- —FT.. - _� FORMULA TO FIGURE CASING' LENGTH WITH ANLL£ OF _F F. CROSSING OTHER THAN 90- . —FT. 8 tir NOTES T (CASING LENGTH OMENMEASURED ALONG PIPELINE.) itALL HORIZONTAL DISTANCES TO BE MEA5URE0 AT RIGHT ANGLES FROM4 OF TRACK. 21.CASING YO EXTEND BEYOND THE Z OF TRACK AT RICHT ANGLES THE GREATER OF 21D- 20 FT.. OR 30 FT., .; Ek -AND BEYOND LIM11 OF RAILROAD RIGHT-OF WAY IF NECESSARY TO PROYIDE PROPER LENGTH OUTSIDE OF TRACK. _ MIN_O]ST. ' 31 UINMAGM OF�5W FROH THE END OF ANY RAILROAD ORIOLE,E OF ANY'CULYERT, OR FROM ANG Y SWITCHING AREA- �tL (NATE S - 41 SIGNAL REPRESEHTATIVE.MOST BE PRESENT DIMING InSTALLATION IF RAILROAD SIGNALS-ARE IH THE VICINITY OF CROSSING_ - _ TRACK St ALLOWABLE FIXED OBJECTS INCLUDE: BAC%WALLS OF BRIOG£S; E OF ROAD CROSSINGS B OVERHEAD VIADUCTS TGIVE ROAD NWEl, OH NA CULVERTS- it CASING ACARRIER PIPE MIST BE PLACEO A i1(HIUM OF 2 FEET BELOW THE EXISTING,FIBER OPTIC CABLE_ ANY EXCAvATION REOuIREO WITHIN S FEET OF THE EXJSTING'TIBER OPTIC CABLE MIST BE NAND DUG ' A1- 15 PIPELINE CROSSING WITHIN-DEOIWED STREET ? YES; N0; EXHIBIT'' „A» 81 IF YES, NAME OF STREET M/A .Fon ulLnoAa nsL aan 01 DISTRIBUTION LINE OR TRANSMISSION-LINE 0 CARRIER PIPE : " - UNION P.AC IF I C RAILROAD CO. COMMODITY 'TO BE CONVEYED S n;:fa Sett/Q-ie OPERATING PRESSUR '&- PSI f Q 0.S WALL 7HICKNE55 / // 'DIAMETERZf ^;MATERIAL 60NE+ ; NSRYatvtsNwu WALL THICKNESS' ;01AMETER01/4 .MATERiAL - NOTE :CASING. MUST HAVE -2" CLEARANCE BETWEEN GREATEST ENCASED ���I��; CROSSING AT OUTSIDE DIAMETER,OF CARRIER PIPE AND INTERIOR DIAMETER OF' CASING PIPE. WHEN FURNISHING DIMENSIONS, GIVE OUTSIDE OF CARRIER PIPE AND INSIDE OF CAVNG PIPE. F1 METH D ' INSTALLING CASING -PIPE UNDER TRACK(S): / DRY ODBORE AND JACK [WET BOftE NOT PERMITTED] A� a , f c��, {A>pLNCMH�L{ TUNNEL ; OTHER RR' f I LI NO. - - - DATE k 7-Z4e G1 WILL 'CONSTRUCTION BE BY AN OUTSIDE CONTRAEOR? YES;—."_.""N0; H1 DISTANCE FROM CENTER LINE OF TRACK TO NEAR FACE OF80 1 AND W A R N I N G :LACKING PITS WHEN MEASURED AT RIGHT ANGLES TO TRACK' 11 APPLICANT HAS CONTACTED 1-8001-336-9t93, ( o• MF N_1 IN ALL 0CCASIDMS, LL P_ COWdXiFCATIONS U. P. COMMUN]4;AT I ON DEPARTMENT, AND HAS DETERMINED FIBER O F ANY EHT tATg DETE BE 0N7ACT EXISTENCE o OPTIC CABLE v/ DOES aF AIIL MONK 7O FIBER EXISTENCE ANO ;—DOES NOT EXIST IN VICINITY OF LOCaTIDN OF FI$ER OPT iC CABLE. WORK TO BE PERFORMED _ TICKET NO. 667 10_31 1292-3 PHONE: 1-8DO-336-9t93 PL X 980(12 Form Approved,AVP-Law EXIMIT B Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. (a), The foregoing.grant of right is subject and subordinate to the prior and'continuing right and. obligation of the Licensor to use and maintain its entire property including the right andpower of the- Licensor to construct, maintain, repair, renew, use,.operate, change, modify or relocate railroad tracks, signal,communication,fiber optics,or other wirelines,pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by the Licensor without liability to the Licensee or to'any other party for compensation or damages. (b) The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of the Licensors,property, and others) and the right of the Licensor to renew and extend the same,and is made without covenant of title or for quiet enjoyment. - Section 2. CONSTRUCTION,.MAINTENANCE AND OPERATION. (a) The Pipeline shall be constructed, operated, maintained, repaired,'renewed, modified and/or. reconstructed by the Licensee in strict conformity with Union Pacific Railroad-Co. Common Standard- Specification 1029 adopted November 1949, and all amendments thereof and supplements thereto,which by this reference is hereby m de.a part hereof,except as may be modified and approved by the Licensor's Vice President-Engineering Services. In the event such Specification conflicts in any respect with the requirements of any federal, state or municipal law or regulation; such requirements shall govern on all points of conflict,but.in all other respects the Specification shall apply. (b) All work performed on property..of the Licensor in connection with the construction, maintenance, repair, renewal, modification or reconstruction of the Pipeline shall be done to the -satisfaction of the Licensor. (c) 'Prior io the commencement of any work in connection with the construction,maintenance,repair; renewal, modification, relocation; reconstruction or removal of the Pipeline where,it passes underneath the roadbed and track or tracks of the Licensor,the Licensee shall submit to the Licensor,.plans setting out_ the method and manner 'of handling the work, including the shoring and cribbing, if any, required to protect the Licensor's operations, and shall not proceed with the work until such playas have been approved by the Vice President-Engineering-Services of the Licensor and-then the work shall be done to the satisfaction of the Vice President Engineering Services or his authorized representative..The Licensor shall have the right, if it so elects, to provide such support as it may deem necessary.for.the safety of its track or tracks during the time of construction, maintenance, repair, renewal, modification, relocation,, reconstruction or removal' of the Pipeline, and, in the event the Licensor .provides such support, the Licensee shall pay.to the Licensor,within fifteen(15)days after bills shall have been rendered therefor,all expense incurred_ by the_Licensor in connection therewith, which expense .shall include all assignable . costs.. . (d) Jae Licensee shall keep and maintain the soil over the Pipeline thoroughly compacted and the 1 grade even with the adjacent surface of the ground. plx_exb IExhibit B PL X 980112 Form Approved,AVP-Law. Section 3. NOTICE OF COMMENCEMENT OF WORK. If an emergency should arise requiring immediate attention, the Licensee shall provide as much notice as practicable to Licensor before commencing any work In all other situations,the Licensee shall notify the Licensor at least ten(10) days (or such other time.as the Licensor may allow) in advance of the commencement of any work upon property of the Licensor in connection with the -construction, maintenance, repair, renewal, modification, reconstruction, relocation or removal of the Pipeline. All . such work shall be prosecuted diligently to completion. Section 4. LICENSEE TO BEAR ENTIRE EXPENSE. The Licensee shall bear the entire cost and expense incurred in.connectionwith the construction, maintenance, repair and renewal and .any and all modification, revision, .relocation, removal or reconstruction of the.Pipeline, including any and.all expense which may be incurred by the Licensor in connection therewith for supervision,inspection,flagging,or otherwise. Section 5. REINFORCEMENT RELOCATION OR REMOVAL OF PIPELINE. (a) The license herein granted is subject to the needs and requirementsof the Licensor.in. the operation of its railroad and in the improvement and use of its property,and the Licensee shall, at the sole expense of the Licensee, reinforce.the Pipeline, or move all or any portion of the Pipeline to such new location as the Licensor may designate, whenever; in the f n therance of its needs and requirements,-the Licensor shall find such action necessary or desirable. (b) All the terms, conditions and stipulations herein expressed.with reference to the Pipeline on property of the Licensor in the location hereinbefore described shall, so far as the Pipeline remains on the property, apply to the Pipeline as modified,changed or relocated within the contemplation of this.section. Section 6. NO INTERFERENCE WITH LICENSOR'S OPERATION. The Pipeline and all parts thereof within and outside of the limits of the propert}r of the Licensor shall be constructed and, at all times, maintained, repaired, renewed and operated in such manner as to cause no interference.whatsoever with the constant, continuous and uninterrupted use of the tracks, property.and " facilities.of the Licensor,and nothing shall be done or suffered to be done by the Licensee at any time that would in any manner impair the safety thereof. Section 7. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. (a) Fiber optic cable systems may be buried on the Licensor's property. Protection of the fiber,optic - cab]e systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Licensee shall telephone.the Licensor at 1-800-3.36-9193 (a 24-hour number) to determine if fiber optic cable.is buried anywhere on the Licenso-es premises to be used by the Licensee. If.it is, Licensee will telephone the telecommunications company(ies):involved, arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Licensees expense, and will commence no work on'the right of way until all such protection.or relocation has been accomplished_ To the extent permitted by law, Licensee shall indemnify and hold the Licensor harmless from and against all costs, liability and expense whatsoever (including, without limitation, attorneys' fees, court costs and expenses) arising out of or caused in any way by Licensee`s failure to comply with the provisions of this paragraph. Nothing contained herein shall ever be construed so as to require Licensee to assess,collect or levy any tax to fund its obligations hereunder. plx_exb Fxhtbit 13 PL X 980112 Form Approved,AVP-Law (b) In-addition to other indemnity provisions in this Agreement, to the extent permitted bylaw, the Licensee shall indemnify and hold the Licensor harmless from and against all costs, liability and expense whatsoever (including, without limitation, attorneys' fees, court costs and expenses) caused by the negligence of the Licensee, its contractor, agents and/or employees, resulting in (1) any damage to or destruction of any telecommunications system on Licensor's property, and/or(2)any injury to.or death of. any person employed by or,on behalf of any telecommunications company, and/or its contractor; agents and/or employees, on Licensor's property, except if such costs, liability or expenses are caused.solely.by the direct active negligence of the Licensor. Licensee further agrees that it shall not have or seek recourse against Licensor for any claim or cause of action for alleged loss of profits or revenue or loss of service or other consequential damage to a.telecommunication company using Licensor's property or a customer or user of services of the fiber optic cable on Licens'or's property. Nothing contained herein shall ever be construed so as to require Licensee to assess,collect or levy any tax to fund its obligations hereunder. Section S. CLAIMS AND LIENS FOR LABOR AND MATERIAL,;TAXES. (a) The Licensee shall fully pay for all materials-joined'or affixed to and.labor.performed upon property of the Licensor in connection with the construction;maintenance, repair, renewal, modification or reconstruction of the Pipeline, and shall not permit or suffer any mechanic's or materiahnan's lien of ' any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of the Licensee. The Licensee shall indemnify and hold harmless the Licensor against and from any and all liens,claims, demands, costs and expenses of whatsoever nature in any way connected with or growing,out of such work done, labor performed; or materials-furnished. Nothing contained herein shall ever,be-construed so as to require Licensee to assess, collect-or levy any tax to fund its obligations hereunder. (b) The Licensee shall promptly pay or discharge all taxes, charges and assessments levied upon, in. respect to, or on account of the Pipeline, to prevent the same from becoming a charge or lien.upon property of the Licensor, and so that the taxes,charges and assessments levied upon or in respect to such ' property shall not be increased because of the location,construction or maintenance of the Pipeline or any improvement, appliance or fixture connected therewith placed upon such property, or on account of the Licensee's interest therein: Where such tax,charge or assessment may not be separately made or assessed to the Licensee but shall be included in the assessment of the property of the Licensor,then the Licensee shall pay.to the Licensor an equitable proportion of such takes determined by the value of the Licensee's property upon property of the Licensor as compared with the entire value Of such property. Section 9. .-RESTORATRON OF LICENSOR'S PROPERTY. In the event the Licensor authorizes the Licensee to take down any fence of thelicensor or in any manner move or disturb- .any of the other property of the Licensor in connection with the:construction, maintenance,repair,renewal;modification,reconstruction, relocation or removal of the Pipeline, then in that event the Licensee shall, as soon as possible and at Licensee's sole expense, restore such fence and other property to the same condition as the same were in before such fence was taken down or such other property was moved or disturbed, and the Licensee, to the extent permitted by law, shall indemnify and 'hold harmless the Licensor,its officers,agents and employees,against and from any and all liability, loss, damages, claims, demands, costs.and expenses of whatsoever nature, including court costs and attorneys' fees,which may result from injury to or death of persons whomsoever, or damage to or loss or destruction of property whatsoever,when such injury, death, damage,loss or destruction grows out of or arises from the taking down of any fence or the moving or disturbance of any other property of.the Licensor. Nothinig. contained herein shall ever be construed so as to require Licensee to assess, collect or levy any tax to fund _its obligations hereunder_ Hxhibii B PL X 980112 Form Approved,AW-Law Section 14. INDENU'gM . (a) As used in this Section, "Licensor" includes other railroad. companies using the Licen.sor's property.at or near.the location of the Licensee's installation and their.officers, agents; and employees; "Loss"includes loss, damage,claims,demands,actions,causes of action;penalties,'costs,and expenses of ..whatsoever nature,including court costs and attorneys'fees,which-may result from:. (a)injury to or.death of persons whomsoever(including the Licensoe's officers, agents,and employees, the Licensee's officers; agents, and employees, as well as. any other person),'and/or (b)damage to or loss or destruction of _ property whatsoever (including Licenseds'property, damage to the roadbed, tracks; equipment, or other property of the Licensor;or property in its care or custody). (b) As a.major inducement and in consideration of the,license and permissionhereinii granted, the . Licensee, agrees.to indemnify and hold harmless the Licensor fi-om-any Loss .which is due to or arises from: I. The prosecution of any work contemplated by this Agreement'including the installation; construction, maintenance, repair, renewal, modification, reconstruction, relocation}, or removal of the Pipeline or any part thereof; or 2. The presence,operation,or use of the Pipeline or contents escaping therefrom; except to the extent that the Loss is caused by the sole and direct negligence of the Licensor. Nothing contained herein shall ever be construed so as to require Licensee to assess, collect or levy any tax to fumd its obligations hereunder. Section 11. REMOVAL OF PIPE LINE UPON TERMINATION OF AGREEMENT. Prior to the termination of this Agreement howsoever, the Licensee shall,..at.Licensee's sole.expense, remove the Pipeline from.those portions of the properly not occupied by the roadbed and track-or tracks of the Licensor and shall restore, to the satisfaction of the Licensor, such portions of such property to.as good a conditionas they were in at the time of the construction of the Pipeline. If the.Licensee fails to do the foregoing,the Licensor may do such work of removal.and restoration'at the cost and expense of the- Licensee. The Licensor may, at its option, uponsuchtermination, at the entire cost and expense of the Licensee, remove the portions of the Pipelinelocated.underneath its roadbed and track or tracks and restore such ioadbed to as good a condition as it was in at the time of the construction of the Pipeline,or it,.' may permit the Licenseeto do.such work of removal and restoration to the satisfaction of the Licensor.-In the event of the removal by the Licensor of the property of the Licensee and of the restoration of the. roadbed and property as herein provided,the Licensor shall in no manner be liable to the Licensee.for any damage sustained by the Licensee for or on account.thereof, and such removal and restoration shall in no manner prejudice or impair any right of action for damages, or otherwise,.that the Licensor may have against the Licensee_ Section 12. WAIVER OF BREACH. The waiver by the Licensor of the breach of any condition,covenant or agreement herein contained to be kept, obsetRired and performed-by the Licensee shall in no way impair-the right of the Licensor to avail itself of any remedy for.any subsequent breach thereof. plx.exb Exhibit B PL X 910112 Form Approved,AVP-Law I - Section 13. TERMINATION. f (a) If the Licensee does not use the right herein granted or the Pipeline for one (1) year, or if-the Licensee continues in default in the performance of any covenant or agreement herein contained for a period of thirty (30) days after written notice from the Licensor to the Licensee specifying such:default, the Licensor may, at its option,forthwith immediately terminate this Agreement by written:notice. (b) In addition to the provisions of subparagraph (a) above; this Agreement may be terminated by written notice given by either party hereto to the other on any date in_such notice stated, not less, however, than thirty(30)days subsequent to the date upon which such notice shall be given. (c) Notice of default and notice of termination may be served personally upon the Licensee or by mailing to the last known address of the.Licensee. Termination of this Agreement forany reason shall not affect any of the rights or obligations of the parties hereto which may have accrued, or liabilities, accrued or otherwise,which may have arisen prior thereto. . Section 14. AGREEMENT NOT TO BE ASSIGNED. The Licerisee shall not assign this Agreement, in whole'or in part, or any rights herein granted; without the written consent of the Licensor, and it is agreed that any transfer-or assignment or.attempted transfer or assignment of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise, without such consent in writing,.shall be absolutely void and, at the option of the. Licensor,shall terminate this Agreement. Section 15. SUCCESSORS AND ASSIGNS. Subject to the provisions of Section 14 hereof, this. Agreement shall be binding upon and inure to the benefit of the parties hereto,their heirs,executors,administrators, successors and assigns. pix.exb Exhibit B PL/WL/DRAINAGE INS. Form Approved,AVP-Law Updated 03/01/2003 EX "IT B-1 Unions Pacific Railroad Company Insurance Provisions For .Pipeline/Wireline!Drainage License Agreements Licensee shall,"at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverage: A.- Commercial General Liability insurance. This insurance shall contain broad .form. contractual liability with a single limit of at least$2,000,000 each occurrence or claim-and an aggregate limit of at least $4,000,000. Coverage must be purchased on a post 1998 ISO or equivalent form, including but not limited to coverage for the following: • Bodily injury including death and personal injury - • Property damage 0 Fire legal liability(Not less than the replacement value of the portion of the premises occupied) • Products and completed operations The policy shall also contain the following endorsements which shall be indicated on the certificate of assurance: • The.employee and worker's compensation related exclusions_ in the above policy apply only to Licensee's employees • The exclusions for railroads (except where the Job site is more than fifty feet(50') from any railroad including but not limited to tracks, bridges,trestles,'roadbeds, terminals, underpasses or crossings), and explosion,collapse and underground hazard shall be removed .Waiver,of subrogation B. Business Automobile Coverage insurance. This insurance shall contain a combined single,limit of at least$2,000,000 per occurrence or claim,including but not limited to coverage for the following.- Bodily ollowing:Bodily injury and property damage • Any and all motor vehicles including owned,hired and non-owned The policy shall also contain the following endorsements which shall be indicated on the certificate of insurance: • The-employee:and worker's compensation related exclusions in the abovepolicy apply only.to Licensee's employees • The exclusions for railroads (except where the Job site is more than fifty-feet(50).from any railroad including but not limited to tracks, bridges, trestles, roadbeds,-terminals, underpasses or crossings), and explosion,collapse and underground hazard shall be removed • Motor Carrier Act Endorsement-Hazardous materials clean up (MCS=90)if required by law. PLWLJDRAINAGE INS_ Form Approved,AVP-law Updated 03/01/2003 C. Workers Compensation and Employers Liiabili insurance including but not limited to: Licensee's statutory liability under the.workers' compensation laws of the state(s) affected by this Agreement * Employers'Liability(Part B)with limits of at least $500,000 each accident,_$500,000 disease policy.limit $500,000 each employee . ff.Workers Compensation insurance will.not cover the liability of Licensee in states. that require. . participation in state workers'compensation fund,Licensee shall comply with the laves of such states.. If Licensce.is self insured, evidence of state approval must be provided along with evidence of excess workers compensation coverage.-Coverage shall include liability arising out of the U. S: Longshoremen's and Harbor Workers'Act,the Jones Act,and the Outer Continental Shelf Land Act,if applicable. The pokey shall also contain the following endorsement which shall be indicated onthe certificate of insurance: • Alternate Employer Endorsement D. Umbrella or' Excess Polieies In the event. Licensee-utilizesUiubrella or excess policies, these policies shall"follow form"and afford no less coverage'than the primary policy. Other Requirements = E. Punitive damage exclusion must be deleted,which.deletion shall be indicated on the certificate of insurance. F. Licensee agrees to waive its right of recovery, and its insurers, through policy endorsement, agree to waive'their right of subrogation against Licensor. Licensee further waives its right of recovery, and its insurers also waive their right..of subrogation'against Licensor.-for loss of its. owned or leased . property or property under its care,custody and control. Licensee's insurance shallbe primary with respect to any insurance carried by Licensor. All waivers of subrogation shall be Wdicated on the certificate of insurance. G: Ali'policy(ks) required above (excluding Workers. Compensation).shall .provide severability.of interests and shall name Licensor as an additional insured. Severability of interest and naming Licensor as additional insured shall be indicated on the certificate of insurance. H. Prior to commencing the Work,Licensee shall furnish to Licensor original certificate(s) of insurance . evidencing the.required coverage;':endorsements, and amendments. The certificates) shall contain a. provision that obligates the insurance company(ies) issuing such policy(ies) to notify.Licensor in writing of any cancellation or material alteration. Upon request from Licensor, a. certified duplicate original of any required policy shall be furnished.- L Any insurance policy shall be writtenby a reputable :insurance company acceptable to. Licensor or with a current.Best's Insurance Guide Rating of.A.= and.Class VII or-better, and authorized to. do business in the state(s)in which the service is to be provided. i PUWLIDRAINAGE INS. Form Approved,AVP-Law Updated 03/01/2003 J. Licensee WARRANTS that this Agreement has been thoroughly reviewed by Licensee's insurance agent(s)/broker(s), who have been instructed by Licensee to procure the insurance coverage required by this Agreement and acknowledges that Licensee's insurance coverage will be primary. K: The fact that insurance is obtained by Licensee or Licensor on behalf of Licensee shall not be deemed "to "release..or" dirninish the liability of Licensee, including, without limitation, liability under the_ " indemnity provisions of this Agreement_ Daniages recoverable-by Licensor.shall not be limited'by the amount of the required insurance coverage: { CONTRACTORS RIGHT OF ENTRY INS_ INVOLVING PIPELINE,WIRELINE&DRAINAGE WORK Form Approved,AVP-Iaw Updated 03/01/2003 December 14,2005 Folder No. '02132-59 To the Contractor: Before the Railroad Company can permit you to perform work on its right-of-way for the.instaIlation of pipeline for CITY OF FORT WORTH, TEXAS, it. will be necessary to complete the enclosed Contractor's Right of Entry Agreement as follows: 1. Fill in the complete legal name of the contractor in the space providcd on Page 1 of the Contractor's Right of Entry Agreement. If a corporation, give the state of incorporation. If a partnership,give the names of all partners: 2. Fill in the date construction will begin and be.completed.in Article V,Paragraph A. 3. Fill in the naive of the contractor in the space provided in the signature block at the end of the Contractor's Right of Entry Agreement. If the-contractor is a corporation, the person signing on its behalf must be an elected corporate officer. 4. Return all copies of the Contractor's Right of Entry Agreement, together with your Certificate of Insurance, identifying Folder No' 02132-59,as required in.Exhibit B,..in- the attached self-addressed envelope_. 5. Check, with Folder No. 02132-59 written on the front, made payable to the Union Pacific Railroad Company in the amount of FIVE HUNDRED DOLLARS-($500.M). If you require formal billing,you_may consider this letter as,a formal bill. In compliance -with the Internal Revenue Service's policy regarding; their Form 1099, 1 certify that 94- 6001323 46001323 is the Railroad Company's Federal'Taxpaye'r Identification Number and that is doing business as a corporation 6. Under Exhibit B of the enclosed Contractors Right of Entry Agreement,you are required to procure Railroad Protective Liability Insurance(RPLI)for the duration of this project. .'As a service to you, Union Pacific's insurance carrier is making-this coverage available to you. You are not required.to purchases coverage from the.. Railroad's insurance carrier and are encouraged to shop the market for the best available' rate. If you decide, however, that acquiring this coverage from the Railroad's insurance carrier is of benefit to.you,simply follow the instructions on the enclosed form. After approval of the Contractor's Right of Entry Agreement and the Insurance Certificate, your fully- . executed document will be returned to you, with instructions to proceed. In.rio event should you begin work until you have received a copy of the signed Contractor's Right.of Entry Agreement. CONTRACT'OR'S RIGHT OF ENTRY IRIS. INVOLVING PIPELINE,WIRELINE&DRAINAGE WORK Form Approved,AVP-Law Updated 43/01/2003 If y©u have any questions,please contact me at(402)544-8546. You Y.. T Adkins. ger.-Contracts Contractor's Right of Entry--(Texas)5123/43 Folder No. 2132-59 Form Approved-AVP Law CONTRACTOR'S RIGHT OF ENTRY AGREEMENT (TEXAS) THIS AGREEMENT is made and entered into as o€the day of 20 by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation ("Railroad"); and a corporation("Contractor")to be addressed at RECITALS: Contractor has been hired by the CITY OF FORT WORTH,TEXAS.to perform work relating to installation of an encased 78"sanitary sewer pipeline crossing (the"work"),with all or a portion of such work to be performed on property of Railroad in the vicinity of Railroad's Milepost.237.12 on Railroad`s Dallas Subdivision located at or near t=ort Worth in Tarrant County, State of Texas, [which work is the subject of a contract dated December 14,2005 between Railroad and the CITY as such location i5 also shown on the print dated December 17,2002(*revised to 12/1412005) marked Exhibit D,attached hereto and hereby made a part hereof.] Railroad is willing to permit Contractor to perform the work described above at the location described above subject- to the terms and conditions contained in this Agreement AGREEMENT: NOW,THEREFORE, it is mutually agreed by and between Railroad and Contractor, as follows: ARTICLE'I - DEFINITION OF CONTRACTOR. For purposes of this.Agreemerrt,all references in this agreement to Contractor shall include,Contractoes contractors, subcontractors, officers-, agents and employees, and others acting under its or their authority. - ARTICLE 2 RIGHT GRANTED; PURPOSE. _ Railroad hereby grants to Contractor-the right,during the term hereinafter'stated arid upon and subject to each and all of the terns,provisions and conditions herein contained;to enter-upon and have ingress to and egress from the property described in the Recitals for the purpose of performing any work described in the Recitals above. The right herein granted to Contractor is limited to those portions of Railroad's properly specifically described herein,or as designated by the Railroad Representative named in Article 4. ARTICLE 3- TERMS AND CONDITIONS CONTAINED IN EXHIBITS"&B AND C. The terms and conditions contained in Exhibit A,Exhibit Bard.Exhibit C,attached hereto,are hereby made a part of this Agreement. ARTICLE 4- ALL EXPENSES TO BE BORNE BY'CONTRACTOR"! RAILROAD REPRESENTATIVE: A. Contractor shall bear any and all costs and expenses associated with any work performed by Cor:tractor,or any costs or expenses incurred by Railroad relating to this Agreement. H:ldata1Wordlfans1wada1 language fonmICROETexas.doc Contractor's Right of Entry—(Texas)05/23103 Folder No.2132-59 Form Approved--AVP Law B. Contractor shall coordinate all of its work with the following Railroad representative or his or her duly authorized representative(the"Railroad Representative"): Jasonr Rea MTM Union Pacific Railroad'Company _ 5701 W Vickery, Blvd Fort Worth TX 76107 Phone: 817-878--0843 Cell: 817-301-7990 Fax: '817-878.-0844 C. Contractor, at its own expense,shall adequately police and supervise all workto be performed by Contractor and shall ensure that such work is performed in a safe manner as set forth in Section 7 of Exhibit A The responsibility of Contractor for safe conduct and adequate policing and supervision of Contractor's'work shall not be lessened or otherwise affected by Railroad's approval of plans and specifications involving the work, or by Railroad's collaboration in performance of any work,or by the presence at the work site of a Railroad Representative,or by compliance by Contractor with any requests., or recommendations made by Railroad Representative. ARTICLE 5 - TERM;TERMINATION. A.. The grant of right herein made to Contractor shall commence on the tate of.this Agreement, and continue .until unless.sooner terminated: as herein `provided, or at such time as.Contractor has completed its work on Railroad's property,whichever is.earlier. Contractor agrees to notify the Railroad Representative in. writing when it has completed.its work on Railroad's property- . 8. roperty_. B. This Agreement may be terminated by either party on ten(10)days written notice to the other party- ARTICLE 6 - CERTIFICATE OF INSURANCE. A. . Before commencing any work;Contractor will provide Railroad with the insurariee binders,policies,certificates and/or endorsements set forth in Exhibit B of this Agreement. B. If Contractor will be using, storing and/or handling hazardous materials,Contractor, in addition to the other endorsements to be-obtained by Contractor as provided in Exhibit B,must also ensure that the Commercial General Liability Insurance policy contains a Designated Premises Pollution Coverage (CG00-39)endorsement. Evidence of the endorsement must also be indicated on the certificate of insurance that is provided to Railroad. C. All insurance correspondence, binders,policies,certificates and/or endorsements shall be sent to: Union Pacific Railroad Company ; Real Estate Department 1400 Douglas Street STOP 1690 Omaha NE 68179-1690 Attn:Tom Judkins ARTICLE 7- DISMISSAL OF CONTRACTOR`s EMPLOYEE. At the request of Railroad,Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to-the instructions of the Railroad Representative in connection with the work on Railroad's property, and any right Of Contractor shall be suspended until such removal has occurred_ Contractor shall indemnify Railroad against any claims arising from the removal of any;such employee from Railroad's property 11-WtalWOM%fomsLsPedal language fomis%ROETexas.doc Contractor's Right of Entry--(Texas)05123103 Folder No.2132-59 Form Approved-AVP Law. -ARTICLE 8 - ADMINISTRATIVE FEE. Upon the execution and deli ery of this Agreement,Contractor shall pay to Railroad Five Hundred Dollars ($500.00) as reitmbursement for'clerical, administrative and.handling expenses in connection with the processing of this Agreement. ARTICLE 9 CROSSINGS. -No additional vehicular crossings (including temporary haul roads)or pedestrian crossings Aver Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. ARTICLE 10.- ' .EXPLOSIVES. Explosives or other highly flammable substances shall not be stored on Railroad's property without the prior written approval of Railroad_ IN WITNESS WHEREOF,the parties hereto have duly executed this agreement in duplicate as of the date first herein - written. UNION PACIFIC-RAILROAD COMPANY By: -Title:- Senior Manager-Contracts (Name of Contractor) By. Title: 5 H:%data\WmdVix=1specW language SormNCROETexas.doc - r n Contractor's Right of Entry—(Texas)05/23/03 Folder No. 2132-59 Form Approved-AVP taw EXHIBIT A TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Section 1. NOTICE OF COMMENCEMENT OF WORK-FLAGGING. A. Contractor.agrees to notify the Railroad Representative at least ten(1(l)working days in advance of Contractor commencing its work and at least ten (10)working days in advance of proposed performanceofany work by Contractor in which any person or equipment Will be within twenty-five (25)feet of any track, or will be near enough to any track.that any equipment extension(such as,but not limited to, crane boom)will reach to within twenty-five(25)feet of any track. No work r of any kind shall be performed, and no person, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shall be located,operated,placed,or stored within twenty-five(25)feet of any of Railroad's track(s)at any time,for any reason,unless and until a..Railroad flagman is provided to watch for trains. Upon receipt of such ten (10)-day notice, the Railroad Representative will determine and inform Contractor whether a flagman need be present and whether Contractor needs to implement any special protective or safety measures. if flagging or other special protective or safety measures are performed ' - by Railroad, Railroad will bill Contractor for such expenses incurred by Railroad,.unless Railroad and a federal,state or local. governmental.entity have agreed that Railroad is to bill such expenses to the federal, state or local governmental entity- If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thirty(30)days of Contractor's receipt of billing. If Railroad performs any flagging;or other special protective or safety measures are performed by Railroad, Contractor agrees that Contractor is not relieved of any of its responsibilities or liabilities set forth in this Agreement. B. The rate of pay per hour for each flagman will be the prevailing hourly rate in effectfor ori eight-hour day for . the class-of flagmen used,during regularly assigned hours.and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition.to.the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees.Liability and Property Damage and Administration will be included,computed on actual payroll.- The composite charge-will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is.paid for overtime, Saturdays and Sundays,and two'and one-half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Railroad-arid its employees,and may be retroactive . as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. .If the wage rate or additional charges are-changed, Contractor(or the governmental entity,as applicable)-shall pay. on the.basis of the new rates and charges. C. Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad worts during a portion of such day, -in which event reimbursement will not be required for the portion of the day during which the flagman is engaged in other Railroad work. Reimbursement will also be required for any day not actualty worked by the flagman following the flagman's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by - assignment of such flagman to other work,even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee io a flagging position in compliance with union collective bargaining agreements, Contractor must provide Railroad a minimum of five (5) days.notice prior to the cessation of the need for a -flagman. If five(5)days notice of cessation is not given, Contractor will still be required to pay flagging charges for the five. (5)day notice period required by union agreement.to be givers to the employee, even though flagging is not required for that period_ An additional ten(10)days notice must then be given to Railroad if flagging services are needed again after such five day cessation notice has-been given to Railroad. Section 2. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED A. The foregoing grant of right is subject and subordinate to the prior and continuing right and obligation of the Railroad to use and maintain its entire property,including the right and power of Railroad to construct,maintain,repair, renew; use, operate,,change, modify or relocate railroad tracks, roadways;signal,.communication, fiber optics, or other wirelines, pipelines and other facilities upon,along or across ariy or.all parts of its property,all or any of which may be freely done at any time or times by Railroad without liability to Contractor or to any other party for compensation or damages_ Exhibit A Page 1 of 4. f ldatalwwdV m 1ftpeda!Fanguage fbum%CROErexa&doc Contractor's Right of Entry--(Texas).05123103 Folder No. 2132-59 Form Approved-AVP Law B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad's property, and others) and the right of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. Section 3. NO INTERFERENCE WITH OPERATIONS OF RAILROAD AND ITS TENANTS. A. Contractor shall conduct.its operations so as not to interfere with the continuous and uninterrupted use and operation of the railroad tracks and property of Railroad, including without limitation, the operations of.Railroad's lessees, licensees or others, unless.specifically authorized.in advance by the Railroad Representative. Nothing shall be done or permitted to be done by Contractor at any time that would in any manner impair the safety of such operations. When not in use,Contractor's machinery and materials shall be kept at least fifty(60)feet from,the centerline of Railroad's nearest track, and there shall be no vehicular crossings of Railroads tracks except.at existing.open public crossings. B. Operations of Railroad and work performed by Railroad personnel and delays in the work to be performed by Contractor caused by such railroad operations and work are expected by Contractor,and Contractor agrees that Railroad shall have no liability to Contractor,or any other person.'or entity for any such delays. The Contractor shall coordinate its acbvities.- with those of Railroad and third parties so as to avoid interference with railroad operations. The safe'operation of Railroad train : movements and other activities by Railroad takes precedence over.any work to be performed by Contractor Section 4. LIENS. Contractor shall pay in full all.persons who perform labor or provide materials for the work to be performed by Contractor. Contractor shall not create, permit or suffer any mechanic's or materialmen's lien's of any kind or nature to be created or enforced against any property of Railroad for any such work performed. Contractor shall indemnify and hold: harmless Railroad from-and against any and all liens,claims,.demands, costs or expenses of whatsoever nature in any way , connected with or growing oUt of such work done,labor performed,or materials furnished. If Contractor flails to promptly cause any lien to be released of record, Railroad may,at its election,discharge the lien or claim of lien.at Contractor`s expense:. Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. Fiber optic cable.systems may be buried on Railroad's property. Protection of'the fiber optic cable systems. is of extreme importance since any break could disrupt service to users resulting in business interruption and toss of revenue and profits. Contractor shall telephone Railroad during normal business:hours(7:00 a," .to 9:00 .m:Central Time,Monday through Friday,except holidays)at 1-800-336-9193(also a 24-Dour, 7-day number for emergency calls)to determine if fiber. optic cable is buried anywhere on. Railroad's property to be used by Contractor. If it is, Contractor will telephone the telecommunications.company(ies)involved,make arrangements for a.cable locator and, if applicable,for relocation or other protection of the fiber optic cable. Contractor shall not commence any wort until all such protection or relocation(if applicable): has been accomplished. B. In addition to.other indemnity provisions in this Agreement; Contractor shall indemnify, defend-and,hold Railroad harmless from and against all costs, liability and expense whatsoever(including,without[imitation,attorneys'fees, court costs and expenses) arising-out of any act or omission of Contractor, its agents-and/or employees, that causes.or contributes to(1)any damage to or destruction of any telecommunications system on Railroad's property,and/or(2)any injury to or death of any person employed by or on behalf of any telecommunications company;and/or its contractor,agents and/or employees, on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of service or other consequential damage to a telecommunicationcornpany using Railroad's property or a customer or user of services of the fiber optic cable on Railroads property- Section ropertySection 6. PERMITS-COMPLIANCE WITH LAWS. In the prosecution of the work covered by this Agreement,Contractor shall secure any and all-necessary:permits and shall compiy with all.applicable federal,state and local laws,regulations and enactments affeef ng the work including,Without'' limitation, all applicable Federal Railroad Administration regulations. Exhibit A Page 2 of 4 N:1dafa1WordVomisXspeaa1 language forrrr-lCROE7exas.doc f ' Contractor's Right of Entry—(Texas)05/23/03 Folder No. 2132-59 Form Approved-AVP Law Section 7. SAFETY. A. Safety of personnel, property,rail operations and the public is of pararnount importance in the prosecution of the work performed.by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all. safety, operations and programs in connection with the work. Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit.C, hereto attached, to ensure uniform' ity with the safety Standards followed by Railroad's own forces. As a part of Contractor's safety responsibilities,Contractor shall notify Railroad if Contractor determines that any of Railroad's safety standards are contrary to good safety practices: Contractor shall furnish copies of Exhibit C to each of its employees before . they enterthe job site. B. Without limitation of the provisions of paragraph A above, Contractor shall keep the job site free from safety ' and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job: C. Contractor shall have proper first aid supplies available on the job site so that prompt first aid_services may ! be provided to any person injured on the job site. Contractor shall promptly notify Railroad of any U-.S..Occupational,Safety " and Health Administration reportable injuries. Contractor shall have a.riondelegable duty to controf its employees while they s are on the job site or any other property of Railroad,and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage,drug or other substance that may inhibit the safe performance of any work.- D. If and when requested by Railroad, Contractor shall deliver to Railroad a copy of Contractor's safety plan for conducting the work (the"Safety Plan"). Railroad shalt have the right, but not the obligation, to require Contractor to correct - any deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this Agreement and the Safety Plan. ' Section 8. INDEMNITY. A. TO THE EXTENT NOT PROHIBITED BY APPLICABLE STATUTE,CONTRACTOR SHALL INDEMNIFY, DEFEND AND. HOLD HARMLESS RAILROAD, ITS AFFILIATES, AND ITS AND. TNEIR' OFFICERS, AGENTS AND EMPLOYEES("INDEMNIFIED PARTIES") FROM AND AGAINST ANY AND ALL LOSS,DAMAGE, INJURY,LIABILITY, CLAIM,DEMAND, COS_ T OR EXPENSE (INCLUDING, WITHOUT LIMITATION, ATTORNEY'S, CONSULTANT'S"AND EXPERT'S FEES,AND COURT COSTS),FINE OR PENALTY(COLLECTIVELY,"LOSS'! INCURRED BY ANY PERSON (INCLUDING, -WITHOUT LIMITATION, ANY INDEMNIFIED PARTY, CONTRACTOR, OR ANY EMPLOYEE OF CONTRACTOR OR OF ANY INDEMNIFIED PARTY)ARISING OUT OF OR IN ANY MANNER CONNECTED WITH(1)ANY: - WORK PERFORMED BY CONTRACTOR,OR(II)ANY ACT OR OMISSION OF CONTRACTOR,ITS OFFICERS,AGENTS OR EMPLOYEES, OR(ill)ANY BREACH OF THIS AGREEMENT BY CONTRACTOR. . B. THE RIGHT TO INDEMNITY UNDER.THIS SECTION 8 SHALL ACCRUE UPON OCCURRENCE OF THE- EVENT GIVING.RISE TO THE LOSS,AND SHALL APPLY REGARDLESS OF ANY NEGLIGENCE OR STRICT LIABILITY OF ANY INDEMNIFIED PARTY, EXCEPT WHERE THE LOSS IS CAUSED BY THE SOLE ACTIVE NEGLIGENCE OF AN INDEMNIFIED PARTY AS ESTABLISHED BY THE FINAL JUDGMENT OF A COURT OF COMPETENT JURISDICTION: THE SOLE ACTIVE NEGLIGENCE OF ANY INDEMNIFIED PARTY SHALL NOT BAR THE RECOVERY OF ANY OTHER INDEMNIFIED PARTY. -C. CONTRACTOR EXPRESSLY AND SPECIFICALLY ASSUMES POTENTIAL LIABILITY UNDER THIS SECTION 8 FOR CLAIMS OR ACTIONS BROUGHT BY CONTRACTOR'S OWN EMPLOYEES. CONTRACTOR WANES ANY IMMUNITY IT MAY HAVE UNDER "WORKER`S COMPENSATION OR INDUSTRIAL INSURANCE ACTS TO .. INDEMNIFY RAILROAD UNDER THIS SECTION 8.- CONTRACTOR ACKNOWLEDGES THAT THIS WAIVER WAS /MUTUALLY NEGOTIATED BY THE PARTIES HERETO. D. NO COURT OR JURY FINDINGS IN ANY EWIPLOYEE'S SUIT PURSUANT TO ANY WORKER'S COMPENSATION ACT OR THE FEDERAL EMPLOYERS' LIABILITY ACT AGAINST A PARTY TO THIS AGREEMENT MAY BE RELIED UPON OR USED BY CONTRACTOR IN ANY ATTEMPT TO ASSERT LIABILITY AGAINST RAILROAD. Mbit A Page 3 of 4 H:ldata\WordVonns%Wedal language forrns%ORQETaras.doc Contractor's Right of Entry—(Texas)05/23/03 Folder No.2132-59 Form Approved AVP Law E. THE PROVISIONS OF THIS SECTION 8.SHALL..SURVIVE.THE COMPLETION OF ANY t11,(ORK PERFORMED BY CONTRACTOR OR THE TERMINATION OR EXPIRATION OF THIS!AGREEMENT, IN NO EVENT SHALL THIS SECTION 8 OR ANY OTHER PROVISION OF THIS AGREEMENT BE DEEMED TO LIMIT ANY LIABILITY. COPITRACTOR.MAY HAVE TO ANY INDEMNIFIED PARTY BY STATUTE OR UNDER COMMON LAW Section 9. . RESTORATION OF PROPERTY. In the event Railroad authorizes Contractor to take down any fence of Railroad or in any manner move yr disturb any of the other property of Railroad in connection With the work to be performed b L Contractor,then i mann event Contractor shall, as soon as possible and at Contractor's sole expense,restore such fence"and other property to the same condition as-ths. same were in before such fence was taken down.or such other property was moved.or disturbed. Contractor shall remove all of Contractor's tools,.equipment,rubbish and other materials from Railroads property promptly upon completionof the work, restoring Railroad's property to the same state and condition as whey;Contractor entered thereon. Section.16. ' . WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition,covenant or agreement herein contained to be kept, observed and performed by Contractor shall in no way impair the right subsequent.breach or default. of Railroad-'to avail itself of any remedy'for any Section 19. MODIFICATION 4 ENTIRE AGREEMENT. No modification of this Agreement shall be effective unless made in.writing'and,signed:by_Contractor-and.Railroad: This Agreernent and the exhibits attached hereto and made..a' part hereof'constitute the entire understanding between. Contractor and Railroad and cancel and supersede any prior negotiations,understandings or agreements,whether written or oral,with respect-to the work to be performed by Contractor. Section 12. ASSIGNMENT-SUBCONTRACTING. . Contractor shall not'assign or subcontract this Agreement, or-any interest(herein,without.the written consent..pf the .Railroad. Contractor shall be responsible for the acts and omissions of all subcontractors,and shall require all subcontractors to maintain the insurance coverage required to be maintained by Contractor as provided in this Agreement,and to inderrrnify Contractor and Railroad to the same extent as Raiiroad is indemnified.by Contractor under.this Agreerrrent Exhibit A Page 4 of 4 hi-Ma[alwordWomisispecialIanwagef m 1CRpETexas_dac Contractor's Right of Entry—(Texas)05/23/03 Folder No.2132-59 . Form Approved-AVP Law EXHIBIT B TO. CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Union Pacific Railroad Company Insurance Provisions For Contractor's Right of.Entry Agreement Contractor shall, at its sole cost and expense,procure and maintain during the life of this Agreement the following-insurance - coverage: A Commercial General Liatafty insurance.This insurance shall contain broad form contractual liability with a.single limit of at least$5,000,000 reach occurrence or claim.and an aggregate limit of at least$10,000,000:Coverage must be purchased on.a post 9998 ISO or equivalent form, including but not limited to coverage for the following: Bodily injury including death and personal injury • - Property damage • Fire legal liability - • Products and completed operations The policy shall-also coritain the following endorsements which shall be indicated on the certificate.of Insurance: The.employee and-workers compensation related exclusions in the above policy apply.gnly to.Contractor's employees_ • The exclusions for railroads(except where the Job site is more than fifty feet(50')from any railroad Including, . but not limited to, tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings),:and explosion, collapse and underground hazard shall be removed. • Waiver of subrogation B. Business Automobile Covera a insurance.- .This insurance shall contain a combined single.firnit'of at least- $5,0t]D,000 per occurrence or claim, including.but not limited to coverage for the hollowing: • Bodily injury and property damage • Any and all motor vehicles including owned, hired and non-owned The policy shall also contain the following endorsements which shall be indicated on the certificate.of insurance: • The employee and workers compensation related exclusions in the above policy apply only to Contractor's employees: • Products and completed operations_ The exclusions for railroads(except where the Job site is more than fifty feet(50')from.any railroad including but not limited to tracks, bridges, trestles, roadbeds, terminals_, underpasses or crossings), andexplosion, collapse and underground hazard shall be removed. • Motor Carrier Act Endorsement-Hazardous materials clean up(MCS-90) if required by law. C. Workers Compensation and Employers Liability insurance including but not limited to: • Contractor's statutory liability under the workers'compensation-laws of the state(s)affected by this.—Agreement. Employers'Liability(Part B)with limits.of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee Exhibit B H,NdatalWorWo�Lspeda!fanguagefonnsXGROETexas.doc Contractor's Right of Entry—(Texas)05/23/03 Folder No. 2432-59 Form Approved-AVP Law If Workers Compensation insurance will not cover the liability of Contractor in states that require participation in state workers' compensation fund. Contractor shall comply with the laws of such states. If Contractor is self-insured, evidence of state approval.must be provided along with evidence of excess workers compensation coverage. Coverage shall include liability arising out of the U. S. Lon_gshoremen's and Harbor Workers'Act,the Jones Act;and the Outer Continental Shelf Land Act,if applicable. The policy shall also contain the following endorsement which shall be indicated on the certificate of insurance: Alternate Employer Endorsement D. Umbrella or Excess Policies In the event Contractor utilizes Umbrella or excess policies, these policies shall"follow. form"and afford no less.coverage than the primary policy. E. Railroad Protective Liability insurance'naming only_Railroad as the insured with a combinedsingle limit of $2,000,000 per occurrence with a $6,0.00,000 aggregate. The policy shall be bread form coverage for. "Physics! Damage to Property" (130 Form CG 00 35 07 98 or equivalent)_ A binder stating the policy is.in place must be submitted to Railroad until the-original policy is forwarded to'Railroad.. Other Requirements F; Punitive damage exclusion must be deleted, which deletion shall be indicated on the certificate of insurance. G. Contractor agrees to waive its right of recovery,and its insurers_,through policy endorsement,agree to waive their right of subrogation against Railroad. Contractor further waives its right of recovery, and its insurers also waive the' right . of subrogation against Railroad for loss of its owned or leased property'or property under its care,custody and control. Contractor's.insurance shall be.primary with respect to any insurance carried by Railroad,All waivers of subrogation shall be indicated on the certifica#e'of insurance, H. Ali policy(tes)required.above(excluding Workers Compensation)shall provide severability of interests and shall name Railroad as an additional insured. Severability of interest and naming'Railroad.as additional insured steall be indicated on the certificate of insurance:-- L Prior to commencing the work,Contractor shall furnish to'Raiiroad original certificates)of insurance evidencing the required coverage, endorsements,and amendments. The certificate(,} shall contain a provisiort that obligates the insurance company(ies).issuing such policy(les)to notify Railroad in writing of any cancellation or material alteration. Upon request from Railroad,a certified duplicate origiriat of any required policyshall be furnished; ,f. Any insurance policy shall be written by a repiltable insurance company acceptable to Railroad or with.a current Best's Insurance Guide Rating of A-and Class VII or better, and authorized to dobusiness in the state(s)in which the work is being performed. K. Contractor WARRANTS that this - Agreement .has been °thoroughly reviewed by. Contractor's insurance agent(s)/broker(s), who have been instructed by Contractor to procure.the insurance coverage required=by this Agreement and acknowledges that Contractors insurance coverage will be primary: L. If Contractor fails to procure and maintain insurance as required,`Rdiroad may elect to do so at the cost of Contractor, Pius a 25%administration fee. M. The fact that insurance is obtained by Contractor or Railroad on behalf of Contractor shall not be deem'ed to release or diminish the liability of Contractor, including, without limitation, liabill#y under the indemnity provisions of this Agreement.. Damages recoverable by Railroad shall not be limited by amount of the required insurance coverage. Exhibit 6 KidalalWordlf�lspedaf language tormslCRpETexasAlnc - - - - Contractor's Right of Entry—(Texas)05/23/03 Folder No. 2132-59 Form Approved-AVP Law EXHIBIT C , TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT MINIMUM SAFETY REQUIREMENTS The term"employees"as used herein refer to all employees of Contractor as well as-all employees of any subcontractor or agent of Contractor. L Clothing.- A. lothing.A. All employees of Contractor will be suitablydressed to perform their duties safely.and.in a manner:thatwill not interfere with.their vision, hearing,or free use of their hands.or feet. = Specifically,Contractor's employees must wear: (i)- Waist-length.shirts with sleeves. (ii) Trousers that cover the_entire leg. 'if flare-legged trousers are worn, the trouser bottoms must be tied -to prevent catching_ . (iii) Footwear that covers their ankles and has a defined heel: Employees working on.bridges.are required .. to wear safety-toed footwear that conforms to the American National Standards Institute(ANSI)and FRA footwear requirements. B: Employees shall not wear boots(otherthan work boots},sandals,canvas-type shoes,or other shoes that have thin soles or heels that are higher than normal. C. Employees must not wear loose or ragged clothing, neckties, finger rings; or other-loose jewelry while operating or working on machinery_ 11. Personal Protective,Equipment Contractor shall.require its employees to wear personal protective equipment as specified by Railroad rules, regulations,or recommended or requested by.the Railroad Representative. (i) Hard hat that meets the American National Standard (ANSI)Z89.1 =latest revision. :Hard fiats:should.be affixed with Contractor's company logo or name. . (ii) Eye protection that meets American National Standard(ANSI)for occupational and educational eye and face protection,Z87.1 --latest revision. Additional eye protection must be provided to meet specific job situations such as welding,grinding, etc.. (iii) Hearing protection,which affords enough-attenuation to give protection from noise levels that-willbe occurring on the job site. Hearing protection, in the form of plugs or muffs,roust be worn when employees are within: 100 feet of a locomotive or roadway/work equipment 15 feet of power operated tools 150 feet of jet blowers or pile drivers ■ 150 feet of retarders in use(when within 10 feet,employees must wear dual ear protection--.—plugs, and muffs) (iv) Other types of personal protective equipment,such-as respirators,fall protection equipment,and face,shields, must be worn as recommended.or requested by the:Raiiroad Representative. Exhibit C Pagel of 3 pages. H:WatalWordVomslspedal language formslCRQEfexas.doc Contractor's Right of Entry-05/23/03 Folder No. Form Approved-AVP Law On Track Safety Contractor is responsible for compliance with the Federal Railroad Administration's Roadway Worker Protection regulations—49CFR214,Subpart C and Railroad's On-Track Safety rules. Under 49CFR214; Subpart C, railroar' contractors are responsible for the.training of their employees on such regulations. In addition to the instruction: contained in Roadway Worker Protection regulations,all employees must: (i} Maintain a distance of twenty-five (25) feet to any track unless the Railroad Representative is present.tc authorize movements. (ii) Wean an orange,reflectorized workwear approved_by the Railroad Representative (iii) Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed Contractor must take special note of limits of track authority, which tracks mayor may not be fouled, and clearing the track. Contractor will also receive special instructions relating to the work zone around machines and minimum.distances between machines while working or traveling: IV. Equipment A. A is the responsibility of Contractor to ensure that all equipment is in a safe condition to operate: if, in the opinion of the Railroad Representative, any of Contractor's equipment is unsafe for use, Contractor shall remove such equipment from Railroad's property. to addition,Contractor roust ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment. in addition, operators must be: Familiar-and comply with Railroad's rules on lockout/tagout of equipment. -Trained in and comply with the applicable operating rules if operating any by-rail equipment on-track. Trained in and comply with the applicable air brake.rules if operating any equipment that moves rail cars or.any other railbound equipment:. B. All self-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and audible back-up warning device. C. Unless otherwise authorized by the Railroad Representative, all equipment must be parked a minimum of. - twenty-five(25)feet from any track. Before leaving any equipment unattended.- the operator must stop the engine and properly secure the equipment against movement. . D: Graney must be quipped with three orange cones that will be used to mark the working area of the crane and the minimum clearances to overhead powedines. i/. General Safety Requirements A -Contractor shall ensure that all waste is properly disposed of in -regulations. accordance with applicable federal and state B Contractor shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative,if applicable. During this briefing,the Railroad Representative will specify safe work procedures, (including On Track Safety) and the potential hazards of the job. if any employee has`any questions or concerns about the work, the employee must voice:them during the job briefing_ Additional job- briefings will be conducted during the work as conditions,work procedures, or personnel change. C. All track work performed by Contractor meets the minimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213. E Nt C Page 2 of 3 pages. F 1&1a1WordVorrmWpedaf language#a—%CROET—_dot Contractor's Right of Entry-05/23/03 Folder No.' Form Approved-AVP Law D. All employees-comply with the following safety procedures when working around any railroad track: (i) Always be on the alert-for moving equipment: Employees must always expect movement on any track; at any time, in either direction. (ii) Do not step or walk on the top of the rail,frog,switches, guardrails, or other track components.. (iii) In-passing around the ends of standing cars,engines, roadway machines or work equipment, leave at least 20 feet between yourself.and the end..of theequipment. Do not"go between pieces of equipment of the opening is less than one car length(50 feet). (iv) Avoid walking or standing on a track unless so authorized by the emptoyee in charge. (v) Before stepping'ove'r or crossing tracks,took in both directionsAfirst.. . (vi) Do not-sit on, tie under,or.cross between cars except as required in the performance-of your duties. and only when track and equipment have-been protected against movement. E. - All employees must comply with all federal and state- regulations concerning workplace safety. Exhibit G Page 3 of 3 pages. H ldatalWOWOFrm1-;pedaf tarrguage tmrnslCRDETexas.dac PLACE ARROW INDICATING NORTH ! FORM DR-0404-B . DIRECTION RELATIVE TO CROSSINCI( REV. $-15-98 �v ego VWVVV_(JpfT_COf(I ENCASED NON-FL413S E QQ yew PIPELINE CRam; �,0at NOTE: ALL AVAILABLE DIMENSIr--- �`\ NO SCALE to FILLED IN TOPROCESSTHIS A RR'S RAW - h=y (SEE NOTE 3 B 5) (SEE MUTE 3 8 5) Y FT _ -p4ZL •- - Ao T 1 a j (ANGLE OF CROSS ING[ "¢-f' - TDr NEAREST R, TOWN; 3NEAREST R.0. TOWN) 4l 3 fL MAIN TRACK 41 �� '� r bGfml [DESCRIBE FIXED OBJECT) .(GES IBE FIXED OBJECT) - 2`'� - - (SEE NOTE 6) (5£E NOTE 5) ,l I DISTANCE ALONG TRACK FROM SECTION LINE CROSS!NGL n 0C 7eC f'- 'ce) S F7_' h (!TOTE: -TN75 DIMENSION AEou1RfD IN ALL CASES- _ - AT LOCATIONS NOT USING SECTIONS. DISTANCE - - - TD a LEGAL QU SURVEY LINE 15 REWIRED] - 7�FT. —FT. STEEL CASING-WALL MIN_ DIST I SGR VAC THICKNESS CHART (sae Note 2J Ti - MINIMUM - [DIAMETER OF _ I SDGCRAOE _ _ I. THICKNESS- CASING PIPE - - ROADBED - .2500" 1/4", 12" OIT LESS .3325" 5116' OVER 72"-[8" 2� FT. - 13750- 3/B` 'OVER I8"-22` - {+,5 f1 MIN.[ l�\ .4375`- 7116' OVER 22--28" r2. _5000` I/2- OVER 28--34- FT. (20 FT. MAX-) FT. SEAL CASING 5525' 9/16" OYER-34'-42" SEAL CASING - D _ CAS INC;P[PF{{Sea Nate +)'- - (3 Ff_ M11\L) 1 .fi25O' S/8" OVER 42•'-487 ' . � L-F'R 48" M057 8ECARRIER PIPE \ VED6Y R.R. CO.- HIS CHART IS- ONLY OTH STEEL CASING 1TIi MINIMUM YIELD H OF 35,000 PSI. I ,! 2 D 15 F7. 5 FT- FORWLA TO FIGURE CASING LENGTH WITH ANGLE QF' FT. CROSSING OTHER THAN 90' FT. _ $ _. - i+ _ NOTE5: (CASING LENG7N WHEN MEASURED ALONG PIPELINE.) _ - -�4`¢ IFALL HORIZONTAL DISTANCES TO BE MEASURED ►T RIGHT ANGLES FRONIt OF TRACK. a S-[N 21 CASiTlG.TO"E%TEND BEYOND THE(L OF TRACK A.T RIGHT JINGLES THE GREATER OF20• 2O FT.. OR 30 FT:. ` ?C' E)AND BEYOND LIMIT OF RAILROAD RIGHF-OF-NAY IF NECESSARY TO PROVIDE PROPER LENGTH OUTSIDE OF TRACK. _ '�q MIN.{}(ST' _ ]f MI"JMuM OF.SO' FROM TWE END OC ANY RAILROAD DRIOGE, S OF ANY CULVERT. OR FROM ANY WITCHING AREA. � � - (NOTE 2) - 40 SIGNAL REPRESENTATIVE MUST BE PRESENT DURING INSTALLATION IF RAILROAD SIGNALS ARE IN F11E,VICINITY OF CROSSING. - Ld TRACK _ ST ALLOWABLE FITTED OBJECTS INCLUDE! BACKWALLS OF BRIDGES:4 Or ROAD CAOSS)NGS A CVCR14EAG VIAOUCTS EGIVE ROAD NAMEI. OR CULVERTS 61 CASING AND CARRIER PIPE LUST BE PLACED A MIN4MUl OF 2 FEET BEL01F THE EXISTING FIBER OPTIC CABLE. ANY EXCAVATION REQUIRED WITHIN S.FEET OF THE EXISTING FIBER OPTIC CABLE MUST BE HAND Out, - - - AI IS PIPELINE .CROSSING WITHIN DEDICATED STREET.? Y_ES; ND; EXHIBIT ",A III IF YES, NAME OF STREET — f� — "OR AAILNDAQ uSE 9N0.Yr DI DISTRIBUTION LINE OR TRANSMISSION LINE C-) CARRIER PIPE � � �Cef.VDR J UNION 'PAC I F[C. RAILROAD CO. COMMODITY TO BE CONVEYED P i OP'ERAT[NG PRESSUR -&- PSI r� , q CAS WALL THICK rJir55 ! tr ;DIAMETER z/ !! ;MATERIAL CINk5__., �weoiYrsroNr EI CASIPIG PIPE M. L3�•�Z E. S. WALL TRICKNESS�;OIAMETER 44 -MATERIAL-LV�'' `; NOTE :CASING MUST HAVE 2" CLEARANCE BE3WEEIV GREATEST ENCASED Lrf' e, CROSSING AT OUTSIDE .DIAMETER.OF CARRIER PIPE AND. INTERIOR_DIAMETER OF' CASING PIPE. WHEN FURNISHING DIMENSIONS, GIVE OUTSIDE OF -� 111,11TI nI`?iT� CARRIER PIPE AND INSIDE OF CASING PIPE_ e•kEsr ct rT -rCYIIAn STATES I F} METHOD OF INSTALLING CASING •PIPE; TINDER TRACKI S)- I�s�-� (� V DRY; BQRE AND JACK (WET BORE NOT PERMITTED)' ;. ,..rilEwT TUNNEL'; OTHER RR FILE NOAL_2 - DATE G) WILL CONSTRUCTION 8E BY .AN OUTSIDE CONTRACTOR? YES;�VO; HI DISTANCE FROM CENTER LINE OF TRACK TO NEAR FACE OF B0I1 � W-A R N 1 H.G JACKING PITS WHEN-MEASURED AT RIGHT ANGLES TO TRACK I) --APPLICANT HAS CONTACTED 1-800-3366-9193, 13br NI"-) IN ALL OCCASIONS, U. P_ COW&INICATIONS U. 'P. COM !UNICAT-EON.DEPARTMENT,. AND HAS DETERMINED FIBER DEPARTMENT MUST BE CONTACTED IN ADVANCE OPTIC CABLE V// DOES ; OF ANY KOFOC F0 DETERMINE O E%I CABLE.5TENCE AND DOES NOT EXIST IN VICINITY OF Lacwriol+.or FteER oeTir:Gaal-E• WORK TO BE PERI ORMED TICKET NO. 3�Fl � 2 i�¢_ � PHONE: 1-BOO 735-4393 REQUESTS FOR APPLICATION FORM . RAILROAD PROTECTIVE LL"MITY]INSURANCE ($2,000,000 per occurrence/$6,000,000 aggregate) Applications forms:for.inciiision in the Railroad's Blanket Railroad Protective Liability Insurance Policy may be obtained from Union Pacific's insurance carrier by contacting: Mike McGrade Marsh,USA -PO Box 419105 : Kansas City MO 64141-6105 Phone:(800).729=7001 . . Fax; (816)556-4362 Email.:znichael.mc ade arsh.coxz Email:ckdy.long(@mnarsh.com Email:iill.coliins sh_corn The RPLI'application form and premium should be sent directly to Marsh, USA at the address shown. &y checks forwarded to Marsh,USA should reference Union Pacific Railroad in the "Memo"section of the check. In addition,you may be able to access the application at: www.uurr'.con-i/reus/UgLi /rri�,s ire Form 1023(Rev.09-93) ' (Previous Versions Obsdete) APPROVAL T0: Att Gopal Sahu,P. E. Permit#220-SS-457-03 City of Fort Worth Hwy.No.US Hwy. 80 1000 Throckmorton St Maintenance Section No.04 Fort Worth,Texas 76102 County: Tarrant 817-871-7349 Date: -March 18,2003 Reviewed By:Clara Elliott The Texas Department of Transportation (TxDOT) offers no objection to the location on the fight-of-way of your proposed 78 INCH SANITARY SEWER as shown by accompanying drawings and notice dated 3-3-03.:except as noted below. It is expressly understood that the TxDOT does not purport, hereby,to grant any right,claim, title, or easement in or upon this highway:and it is further understood that the TxDOT may require the owner to relocate this line,.subject to provisions of governing laws, by giving thirty(30)days written notice. You are requested to notify this office prior to commencement of any routine of periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming,topping,tree balance,type cuts,painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate'provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the req uirements,as set forth herein,the State may take such action, as it deems appropriate to compel compliance. See special provisions tilted`Specifications for U61ity Installations', as applicable. ➢ Additional requirements:- q Please notify CLARA ELLIOTT at-817-370-6585 48 hours prior to starting construction of the fine in order that. we may have a representative present The spec sheets, state approved plans, and pennit approval shall be kept on the job site through the duration ofthe installation. Texas partment of Transportation-Fort Worth _ Mari t .Chavez,P.E. District gineer Pedyff 1B rnett Dist ict Right of Way Utility Supervisor Notice of (Proposed 1n'teallatlon Z Utility Line on Non-Controlled Access HighWay f ' (Rev X") (E[ectrcr is version GSD-FPC Word 9? Page 1 of 2 To the Texas Transportation Commission Date 3/03103 c%District Engineer Texas Department of Transportation Fort Worth ,Texas Formal notice is hereby given that City of Fort Worth Company proposes to place a 78"sanitary Sewer line within the right-of-way of US 80 (-Lancaster) In Tarrant County Texas as follows:(give location, length, general design, etc.) Install 180 If of 72"sewer by other than open cut or jacking under US 80 at the intersection of Cook Lane. Note: Construction along Dottie Lynn Parkway and Cooks Lane does not require a TxDOT permit. This land is owned by the`State of Texas', but TxDOT states that ROW is maintained and permitted by another entity. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TXDOT), and all governing laws, including but not limited to the "Federal Clean Water Act,"the"National Endangered Species Act,"and the"Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions-" Our firm wilt ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 4 complete sets of drawings attached to this notice. Construction of this line will begin on or after the 1 day of June 03. By signing below; I certify that 1 am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this permit. Firm City of Fort Worth f By(Print) Popal Sahu, P.E. SignatuIroject F Title Manager Address 1000 Throckmorton St. Fort Worth,TX 76102 Phone No. 8171871-7949 HE CITY OF FORT wORTA, rEYAS NATER DEPARTMENT & DEPARTMENT OF ENGINEERING SANITARY SEWER MAIN 244A VILLAGE CREEK PARALLEL COLLECTOR D.O.E.3295 SEWER PROJECT NO.P170-070170410020 LOCATION MAP STA 1.82.35 BEGN MAIN 244A OL MIL PARALLEL COLLECTOR wD VILLAGE Trinity River x CREEK WVVTP � O JOHN Y WHFTE - uJ I Y { Q w I .O EAST 0`5P- u4� - G�o TTrm STA 53+00 oa G EA15B DROO REQUEST -CONTROLLED o RE woo ACCESS PERMIT MEPDOWBROO-C OR- FORT WORTH ARLINGTON ir STA 223*00 REOUEST NON ca p CONTROLLED SG x ACCESS PERMIT UO pactf�c RR U + � � S11Qri�D 5. Da E NCA p�R US 84 Lj Joh STA 226-93.81 - END MAIN 244A PARALLEL COLLECTOR FoRTWORTH ��arsrEn i� - Cca►� Trolv�. MAPSCO PAGE 67 & 81 C 0 N S U L r A N r 5 s� n'c man P O ad a_ W 'aw o a�a EE§.r 0 E Y ` E a OR! z � cry Q . o o Q CD o r .00 i--r Q o . r`'O oFia C5 0 og WOO O w bf H A � Ad In � . . 4.¢ � r z >4N 1 Z t� > � � s aY = �� _ s s =-n,- yYR � Y L:gyp o I n 1t3�a'"C h•O .i I r 31 � gra aY$ �_{oa _n o s N a Y~ UL o'- Y z �--` *� �.. E Y� � � x TES 6yn' s n mN cai h iiyes ' 3...g z3r�' �5 ;;6;,� $sod m mow., .„-.0. P. Ea Z& N L fY 5J. SI'n < p< _ �_�ri In ° %E �``tc W Q ax `xa Yc - o gig °` i Lal o ��� '���V iao ae`�� �,��_¢ry ���K - - , -•�.�.._-r.-. ! � � • .o. 0. 33mc c � z govt/ �-mg �a Oq5z�•��nn" 1 tY .-_ f - - - ' CIL ¢v f (L > o.os ZFWacn.��zri�n J J V)Ztn •- - I�.d. L.__:_i. ._!.;. r "i -��- i W 1 J tiJ O� It e ww � O00 �t.t FF 77 I-j i _ �-- _ -- :� Y� - 1 1 1 � 111�•�'�—J I y.i� .mom t-.: ::. _i_ -- -- -ter:� '- rn -=C�S1- ��ft•j'WORS w.rv.l undoAl � i<Lit"�' ��c•�a��' w rv�'�`�'��,9no l� _._[tSte.6_ ��o-l9t ,�_�_._ SnSn•TRmnuts5 :.`. 'f'md�zlud _.� -=...1 I'SI__�t!7 -"_. IF __�•--m -E I 1... .1_. J - 1...{_ + i.J_ _" J-jam-•s_ ' ' -1 � Qzze. _ _-.�- � ill ..✓"~ - /'�, r ~-I :'E- c 1.- ENS_ ' _•-JT ._I i .i-'•.ry �-I-'�- asi �C��1= �E ``t !;i E fit:, nOP -; oats 1 i• ��'i ,1 jP r iii. o f i .. LJ ow ryFL 1' -i- `E-i- -€': -. i- 'j ,��oanon•=n Z IF} O.WZ t`a i ..{.. `- nFy»nom a .J E d KWfI. O)- u 1 a, • '� .` 1 OI ` -1 i I_ 1'� dU}O W1n !! _ 1 _o F !I 9As8+• °0tiu ax�ma�m U1 N -e '•�y�d a �2 - -��::.. Fy..dam _ .-�-:'1_ ._,�. - O 1 u`�uavzzWwOW Atjj CL V) S - �_ oCo:. .�.- �J• � �Y. i ot 'Sz dads 4, t Ze Qfl-flZZ'1liS 3NIl IiD.tVW a J 4 HFyy � ))) 4 O O p O O { ty x �1 i5 — — N+'a v » q( i wz JM _L� oh 0—i N s 63 0¢n.n r•" N - ■ 00- 00mOF .r � —N M �C � �s w/� S �• w-- • _ [ _w 2.-' N N h O I[a h r CTc �. [f y _w C E• 8. LL r r} �3� w a o�M MlQC Nh ONOF� s ®d u+ m m r # i X`� Sys ra L,Z x QQ M1 q w - a d Hxi hr 1F/1 X 1INr 'NiR ZII l=Ii �. 0c x $ a RFJaolNws • w s a 10 o N �- `• ` a IL " C C U :c J�PI�A16 a W % oro 6� cq _a Vzi - :gig g NN _ � iF •� 1.t � • � _ .SAS ex ams - - 3R m-•ti �1+ 3� � s• &�< T . % '1118 1��—A■ IR z/X/X 3 x x x Jantnw5 .Y �{ - `•o a*■■* - - - 'N� . ma ■ r c e a o a ■M■ _ p O N (D � F 0 in Nx •4an R41 LLOJi aulilnsai Sa6ounp Ja sy Eneaa{aiJJaau[ J•1 Jo sJcuJn{JwV{a,o1 VJUP>n{s s1N{10 •RISJihwa ay{ ✓oi x{13101Sua[ISaJ tlU saUliS40 Faa•F -Jinuoi{gyl asodJltl xw Jof 1oa%1 xV apour sl VHlal xnu JO x{I.aJ,ow ON '.laf _L4—d da[JawlOu3 soxaF-w{xq VauJa�op sl AJwaun4s YIN{ in aF^••IF .ala •31F3 n3MV-ossa •� •�FYa k 2 1 -•l 9 L?[2 .6 LtY31- I MVA Texas Department of Transportation Aw Specifications for utiliLy installations SPECIPICA°TIONS for UTILITY INSTALLATIONS r Fort Worth District. TxDOT DIRECTORY-FOR UTILITIES....a■.rr...R.,t.■\r..•....r..........a...,,.....r„. UTILITYOFFICE......:....:...r,........a;a.;......r........,;..*aaa.....an......uto...a aa...r-.a.3 TXDOT'S MISSION STATEMENT.......a,...ai.aaar.aa0aa..aaaIaaI......I..a:aa...[..a...1. 5 SAFETY..aa.a........{{;.aa a aa..;...a........... rR...,..,.r..............trrr...-{..fa..5 PROTECTION OF HIGHWAY FACILITIES!,.".slat.......1....a...age....l.r.t.f...i.r5 USE OF EXPLOSIVES.......a...:....;rR.rr.r1,..l,r,,.,.......,r:,....a,.a......R.,....:.ra.,...5 PROTECTION OF. EXISTING UTILITIES....:.r..a,,.aa..I.....r...I...I...\...RRa.I...is 'DEVIATION.-FROM APPROVED PLANS....„....... alY,aarr aa....low.I..I a.I...{,a..5 STAKING OF UTILITY LIMES IN ADVANCE OF CONSTRUCTION............6 FULL-TIME SUPERVISION AND INSPECTION...............R......\.*.l...iraa...rR6 _NOTIFICATION OF JOB START....lrr...., aar........a..�s....r..sw.a.....asaar..iiia.s6 TxDOTLOCATES......:.\..1.,.1.\ti........,[...........■■r...a.Bad......as.......r.s.r..a.r,...w6 STOCKPILES ON TxDOT ROW....aa...Rol. aaaa.......Ra..a.........r 1....r,l.....r a.{.....a1 COORDINATION OF WORK WITH HIGHWAY K CONTRACTOR OR STATE FORCES.....:a.rrr................ma....,..:,.Ri...,.{.{.......7 (R� RESTRICTIONS.... 1 WORK DAY ..R R{1'.'r.r.!.i....a r a....w"..-.1\ 1"R.../7 INCLE.MtN"f l 1EATHER..Rer..sa.,ars...ri .I...V PITS.a..rR.a...rl..ra.{.lar.l.■ls.rar.\R.R{el,far.r..s...a[..rR.[■.l!latr r....a•R...........rarr....r.rLJ BORE AND TUNNELING OPERATIONS...........................[ir.r.i...RR.Boom.....5 MARKERS.........ti......................1./.:...... *awe..a.................a R,.{.2...[.aaaflla...9 ABOVE—GROUND.APPU RTENANCES.............r............................... .,.......9 BACK—FILL OF UTILITY "TRENCHES........aa.........[....................a..[rra.......9 SI ■ E �LEANmV�...a...i..e.,ra sa.r..R..a....0.0.09 s.. ..r.....s....,..rrrrr.......ia REPAIR AND REPLACEMENT.OF RIP—RAP AND E�kRTH SLOPES......;... 10 SPECIAL-PRECAUTIONS:FOR EROSION CONTROL.......a....1.[,[.f...r.......10 SEEDING SPECIFICATIONS..:...l..\,........r,r....•.•er. rl.eR.Rrt.uae.{.fa..s,lrararii AESTHETICS........,., s...•,rr.._R.rir,■ .a.ow...ra.......afal.,.a......fi..Ri....rl....12 REQUIRED PRUNING PRACTICES......a....gas....a....ars..0.........a. aa.rr..s.a..12 ! PRUNING SUGGESTIONS.....R.....f...R#f..lr....ea....aa...r..... ....a..13 pt-vitirstis.ee%fni'I Wilk Imiallaliu°` 2 Fort«'nrtli I)i,tricl 1 TXDOT DIRECTORY FOR UTILITIES 7 L, UTILITY OFFICE PERRY.BURNETT SUPERVISOR 8171370-6589 NEW UTILITY INSTALLATIONS PERMITS r JOHN. BAXTER• N TARRANT, PARKER, PALO PINTO 817/370-6697 JACK, WISE CLARA ELLIOTT GRAVES S TARRANT, 30HNSON, ERATH, HOOD 817/370-6585 p SOMERVELL UTILITY INSPECTORS JIM VAUGHAN INSPECTOR for N. TARRANT M0. Si7/307-1617x= PAUL FIERRO INSPECTOR for S. TARRANT MO: 817/313_3873 . UTILITY ADJUSTMENTS FOR HIGHWAY PROJECTS JEREMY TYSON NORTH TARRANT COUNTY CHARLES KITCHENS SOUTH TARRANT.COUNTY 817/370`6590. - . 817/37.0-6583 'ERATH, HOOD, SOMERVELL - J.D. GREENHILL PARKER, PALO PINTO;JACK,JOHNSON, WISE 817/370-6588 NORTH TARRANT COUNTYAREA OFFICEN. OFI!-130 . ".MARK-SCHLUTER AREA ENGINEER 817/238-5902 OSCAR CHAVEZ ASSISTANT AREA.ENGINEER . 817/238-5903 3 ROBERT HOOKS -NW MAINT. SUPERVISOR (MS10-W of 135) 817/232-1304 ZACH SESSIONS NE MAINT. SUPERVISOR (MS13-E of 135) 817/283-2731 S ' SOUTH TARR41VT COUNTYAREA OFFICE S. OFIH30 JOE FOSSETT AREA ENGINEER 817/370-6638 ALBERT DURANT ASSISTANT AREA ENGINEER 817/370-6803 GARY PHILLIPS SW MAINT. SUPERVISOR (MS3-W of 135) 817/3 -0-6903 BOBBY ETHEREDGE SE MAINT. SUPERVISOR (MS4--E of 135) 817/275-1921 ERATH HOOD&SOMERVELL COUN7YARE4 OFFICES MARC McENDREE AREA ENGINEER 254/965-3511 DAVID BULLARD ASSISTANT AREA ENGINEER 254/965-3511 . JAMES PARKER MAINTENANCE SUPERVISOR (MS11) 254/965-35 .1 * VACANT . UTILITY INSPECTOR 254/955-3511 HOOD S0MERVELL i' WILLIAM.GARTRELL MAINTENANCE.SUPERVISOR (MS05) 254/897-2647 Spccificaldolli rur Utility Installnlivarti 3 Fort Worth District I' I t STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facifities.- FULLTIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility.installations. NOTIFICATION. OF JOB START 48 Hour notification is required for utility installations. Upon notification, the utility . Will receive a confirmation number. This number must remain on the.job site With the Permit at all times. Please have the following information ready when you call: APPROVED PERMIT NO. STATE HIGHWAY NO: UTILITY COMPANY UTILITY SUPERVISOR OR INSPECTOR'S NAME rt and UTILITY MOBILE NO. GENERAL CONTRACTORS NAME NAME OF FOREMAN and MOBILE PHONE-NO. START DATE TXDOT LOCATES 48 Hour notification its required for TXDOT locates, BE AWAREH TXDOT. has a considerable investment in traffic signals, lighting, and traffic rnanagernent._system . These systems include 'underground electric and fiber optic lines. If any.of the above.facilities.-are within 'the limits of the utility project, the Utility is required to.call the phone numbers listed below: Signals and lighting: Phone # (817) 370-6671 Traffic Management: Phone # (81.7) 370-6745 Spccificatiuni fur Utility ti►it:1Uatk1ni 6 Fust Worth District AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday,- between the hours of 3 a.m. to 7 a.m. with police assistance and traffic control. Crossings on non-controlled access.roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9. a.m...and 4 p.m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817/370-6697. A traffic-control plan must be submitted and approved by TXDOT prior to lane closures., Note: An Engineer's seal may be required for lane closures on controlled access highways and K high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will-be allowed with permission-from TxDOT. Once; permission has been granted, stockpiling can start forty-eight hours prior to construction. -The stockpile shall. be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF.'WORK WITH. HIGHWAY CONTRACTOR OR.STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not_ to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency,g cy, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY ` XDOT IF the Utility shows, that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to _the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on-the job to efficiently SperiftatiErn,Ipr 1-tilitr 11k,taltathm". tort�►'orth District - S execute the work. The utility will have a supervisor or inspector present on the job at all times. while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor andhis crew and TxDOT agents, no work shall be allowed during inclement weather such-as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING`OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by boring or tunneling,'uniess otherwise specifically authorized by TxDOT. Boring or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and .also prevent collapse of supporting soil .between hole and roadway. Boring.and tunneling operations shall extend outside of the: front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and. will. be subject.to caving, the hole for. the casing shalt be bored and cased simultaneously and .bored material removed through casing. Cutting face of auger or drill shall not. project more than six (6) inches ahead of casing and no water shall be used in connection with drilling; Where material beneath pavement is stable and not:subject to caving, and.allowed by TxDOT, the hole for.the casing may be bored first and casing inserted in the hole immediately :. after completion_of boring. If allowed by TxDOT, water-may be_used in conjunction with- boring. Bore,Pit Location Pits excavated for boring or tunneling operations shall be located so that anypossible . sloughing of sides of pit will not endanger shoulders or pavements.and so that barricades.can be placed as.specified in the TMUTCD. Bore pits should be located at least thirty.feet from the edge of the nearest through traffic lane and not less than twenty feet from the'edge of pavement-on ramps. On low_traffic roadways. and frontage roads, bore pits should not be less than ten.feet from the edge of pavement or five feet from face of curb. S>>cr4ti0101PUN fnr l 1111ty 611.111:16011% 8 Fort Warth r)ishict . Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing bymore than two and one half(2 ) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall-consisting of .Portland Cement and washed sand and containing not less that six-(6) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability,and/or stability cannot.be obtained. An air-'entraining agent may also be added to the-grout'mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed. in-hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be..provided for proving that voids are filled around 24". diameter-and larger casings in the event there is some doubt by TxDOT. - TxDOT manstall y require the Utility d large removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each'right-of-way line for highway crossings. Utilities that parallel the right-of way shall-place a marker every 1500 feet, ' at intersecting streets, and highway drainage culverts. ABOVE-GROUND APPURTENANCES Above-ground appurtencances, such as pedestals, fire hydrants, meters, etc., shall be' located at the right-of-way line. - BACKFILL OF UTILITY TRENCHES- DESCRIPTION This specification shall govern backfill of.trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits -of highway' right ofi way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil_ 'excavated from the trench, or 'from sources outside the highway right-of-Way. Material shall'be'free of rock, lumps, or clods that will not break down under.compaction. Backfill material shall be placed in the trench -in layers not to exceed 6" in de th .and' compacted. Water shall be added as required to facilitate compaction.. P Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type'of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps.shall be I used along Spcciticutiusi-i for I'lilit}-Iuctatlatiurn 9 Furfli'urth District the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent,.undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock TxDOT may require V of concrete backfi11, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the.utilityconstruction site shall. be kept free from debris, construction materials, and mud. At the end of each day, construction'equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at .any time, the roadway shall :be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its.original condition and the.area reseeded or resodded to reduce erosion: Should. settlement-or erosion occur within one (1).year of the utility Installation, TxDOT may specify prompt.replacement at the utility's expense for bringing the construction site lo, a satisfactory condition. -TxDOT will restore sites that are left at an.unsatisfactory condition after notification has been.` sent to the utility. These sites -will be. restored to original condition. The utility shall fully reimburse all costs incurred .by TxDOT for all repairs'made by TxDbT. These costs include, but are-not limited to matters-of traffic safety, right of:way contour, restoration and repairs to all highWay structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing..riprap cut by trenching operations shall be-replaced and surface of new riprap finished to match that of-existing riprap. Concrete riprap shall contain not less than -three (3) sacks of cement per cubic yard of concrete. . Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions .should be taken during utility. installations.to avoid disturbing -existing drainage courses.. - In addition, soil erosion should be held to a minimum and -sediment from the construction site-should be kept away from the roadway and drain inlets. During construction the roadbed and ditches.shall be maintained in such condition.to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised. and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay, bails,- rock'filter. dams, etc.)..-ton detour soil from eroding. into roadway, ditches, and adjacent property. . tiperilicactiriiix Nr.l tiiity !q ctalE�tinn10 : Fort Worth i)istrict i i SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE: In pounds,.Pure Live Seed (PLS. ^ Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern SectionWestern Seiction All Sections Feb 1 Green Sprangletop 0.6- Green Sprangletop 0.6. Green Sprangleton . 0.7 . To Sideoats Grama(EI Reno)1.8 Sideoats Grama (Haskell or EI Reno) 1.8- Sideoats Grama(Haskell),. 2.2. May 1' Bermudagrass 0.8 Little Bluestein . 1.1 Bertnudagrass_. 0.9. Littie Bluestem 1.1 Indiangrass-(t•.orneta or Cheyeinne) 1.5 Litt K-R Bluestele Be1.4 in 0.7 K-R Bluestein luestin . 0.7 Sand Bluest en 0.2 Switchgrass 1.2 Switcl)grass(Alamo or Blackwell) 1.2 Total 6.2 1 TO 6.9, Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE: - - In Pounds Pure Live Seed PLS Mixture for Clay or Tight Soils I+ ixture for Sandy Soils Dates Eastern SectionWestern Section Al! Sections Feb Green Sprangletop 0.9 Green Sprangletop 1A Green-Sprangletop. 1.T To. Bermudagrass 1.2 K-R Bluestem 1.3 K-R-Bluestein 1.3' May 1 K-RBluestem 1.0 Buffalograss 10.7. Buffaiograss 1.5.. Buffalograss . 8,0 Total 11.1 Total 13.1` Total 3.9 TEMPORARY COOL-SEASON SEEDING RATE: = In pounds, Pure Live Seed PLS Dates All Sections . Feb 1. Tali Fescue 4: .. To Western Wheatgrass 5.0. May 1'. Wheat(Red, Winter) 30.0 Total i 39.0 TEMPORARY COOL-SEASON LEGUME SEEDING RATE: In pounds Pure Live Seed PLS Dates All Sections Atrg 15 Crirrlson.Clover - 7.0 to Nov 30 Total 7.0 TEMPORARY WARM-SEASON SEEDING_ RATE:: In-Rounds, Pure Live Seed PLS fates All Sections Ma.Y1 Foxtaff Millet 30.0 to Nov 30 Total .30..0 Note:Names In parenthesis()represent"improved"varieties of the species shown. Specifications liar I tilit in.taltaliulm I Earl!4'urth I)isirici i AESTHETICS- To ESTHET°ICS- To preserve and protect trees, shrubbery, and other_aesthetic features on the highway right- of-way, TxDOT may specify,the extent and methods of tree removal, tree trimming, or their -_ replacement. TxDOT may, also. specify the installation methods of the underground or overhead utility in order.to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES NRIOR;TO CUTTING. Locate utility lines w,th.the least possible interference with trees. e Amount clearance should'be determined by the rate of tree growth. Remove minimum number of branches to provide adequate clearance. Maintain adequate clearance for lines,.NOT EXCESSIVE CLEARANCE. ALL pruning shall conform to recognized tree surgery practice. Preserve natural character of tree. - W H ERE.TO CUT in removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter ofthe one removed. LIMB.REMOVAT_ 1. In removing branches the cut should be made at_a.fork'with the remaining branch at least one-- third the diameter ofthe one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to.b inches out from the first cut. 4. Remove stub Wiih an even cutso that a.trace (called a "collar's 'stili protrudes (about:/a inch); 5. All cuts two (2) inches.or over shall be painted with an approved tree dressing or paint. * See pg 14. Y DISPOSAL OE CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with : the laws and regulations of the community, county, and state. Disease branches (especially-those infected with oak wilt} must be properly disposed of to prevent the further spread.of the disease. . �2 iicatiottr for l tinty it a rnationr I•'art!forth District C PRUNING SUGGESTIONS S�sp,•..•m >o Far.• 023 ~+ { 5• -moi :.:t:: ., f�' z°`k_--. - - .' y •fa may_ �:r` a - •A% r ' 'k' r - f�i'�%�'l. `�}Y���°'-E'-G, --•as. - .1T M MIt:{_ aYiws•:.. ��.Y: .�;'���n,c.::c-r . Y - r . .W P '47;•-!".-_A }�I711,' DEStR42LE- TREE (uODIFtGATiONS PRESERVING SYMMETRY. z. UNOESIRAOLE YREE MODIFICATIONS Such tree line retatiortships as illustrated per peluateS high L- morntenance taSIS and right-of-wee unsightliness. _ � r � _ .S ��'� "1 fes' -= _ - 'y, L•�fr_ k -: \*4`tom.-i S:'^ �'�•fer.1- ?'r �t�- sem':-..'- �•.. - +�/' ��. - _ _ DESIRABLE • - DESIRABLE UNDESIRABLE •* ��`��}r=` iR UNDESIRABLE DESIRABLE limbr i3! cut.. -:5;---'"•' L l •uvf: •� • �- - l -_ .fir. � �} x = . .- v'• ,til: _. r:t - I Undercut' r+ tnthrough i tirnh S-i2� from h, - 'rf ^_ * main stem. 3� Remove stub [4r' Finished cut with an ere a, \with no trace r hush cut. . of st,rb. j �r DESIRABLE DESIRABLE UNDES.IRARLE PROPER LIM$-REMOVAL (Vdiv. ormo•e) tiperitiehtiun�filr['lilit�'Iustaflalinnt 13 Fart Worth District i TERRA-MAR, INC Consulting--Geotechnical-Environmental Construction Materials Testing GEOTECHNICAL INVESTIGATION PROPOSED SANITARY SEWER MAINTtELIEF FORT WORTH, TEXAS TMI REPORT NO. FE02-169 TO TRANSYSTEMS CORPORATION CONSULTANTS FORT WORTH, TEXAS BY TERRA-MAR, INC. DALLAS I FORT WORTH I HOUSTON I AUSTIN FEBRUARY 28, 2003 TERRA-MAR Consulting Engineers-Geotechnical•Environrnental•Construction Materials Testing DALLAS•FORT WORTH-14OUSTON-AUSTIN July 7, 2603 TMI Report Na_ FE62-169 TranSystems Corporation Consultants 660 West Seventh St., Suite 600 Fort Worth, Texas 76102 Attn: Mr_ Kent A. Lunski, P.E. Re: -Geotechnical Investigation Sanitary Sewer Main 442 Relief Fort Worth, Texas - Dear Mr. Lunski: Submitted here is our geotechnical report for-the above referenced project. -The .study was performed in accordance with our proposal P02-2261FE dated October 18, 2002. This report- describes the results of our field and laboratory investigations together with recommendations for the design and construction of the various project elements. Three bound copies and. one unbound copy of the report have been provided. We appreciate the opportunity to assist on this project and trust that our field and laboratory data- and engineering recommendations will be of assistance in your design efforts. Do not hesitate to call if there are questions, or when we may be of further service. OF Respectfully, , TERRA-1VIAR, INC. GARRETT E. WJfx.A S.. f/ 5 Leonel Ruiz, E-I.T. Garrett E. Williams, P. x�� b Graduate Engineer Fort Worth Office Man age�'�*+ 2400 Gravel Drive, Bldg. 25, FartWorth,Texas 76113 Phone:817-284-9363 Fax: 817-z84-943v Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-INAR, INC. TMl No.FE02-169 _ February,2003 = = Consulting--Geotechnical-Environmental = construction Materials Testing : TABLE OF CONTENTS Page 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE---------------------------------____=__--1- 2.0 FIELD AND LABORATORY INVESTIGATIONS---------_-_____ 3.0 SITE AND SUBSURFACE CONDITIONS------------=---------------------__-..-----------------2 . 3.1 Site Geology --------- _ - _ - - _ _ - --------2 3.2 General Stratigraphy-----------------------------___..._-------------------------------------------------2 3.3 Groundwater---------------------------------------------------------------_----------------------------3 4.0 TRENCH/BORE PIT EXCAVATIONS--------------------___ 4.1 Expected Subsurface Conditions------ --------- 4.2 Open Cut--_----------------------------------____� �_��.Y-_---____ __ _________-------=-----4 4.3 Trench 5 4.4 Jack Allowable Bearing Pressure--------------__ __ ___--_--_ __-___�_----__^-_6 4.5 Trench/Bore Pit Dewatering-----------------___-_.�_-_------------_�__-_________ 4.6 Soft Trench Bottom Conditions ----=--- 7 4.7 Excavation Considerations-----------------------------------------------------------w-----____��wg 4.8 Trench Backfill------------------_�___-___-�w_____-_______�___ __ ��__� g 4.9 Trench Backfill Settlement---_-_-_____ - ____----��_ 4.10 Provisions to Reduce Backfill Settlement10 -4.11 BorefTunnel Considerations-------___-_-------_- 10 5.0 PIPE DESIGN RECOMMENDATIONS ----r -----___ 5.1 Flexible Pipe Deflection-----------�------------------=-----------__�-_� _-_ _-___ 12 5.2 Vertical Soil Loads ---___�________-_�_13 5.3 Live --------- 14 5.4 Deflection Lag ---___----------------------14 5.5 Bedding Coefficient--------_--____T_-_ 14 5.6 Modulus of Soil Reaction- ____------------------1q 5.7 Corrosion Potential --------_ ------------ -x.15 6.0 MANHOLE &JUNCTION BOX DESIGN RECOMMENDATIONS-------7----_-----------.17 6.1 Allowable Bearing Pressure____ ____________ 17 6.2 Manhole and Junction Box Backfill-------------------------- ---------------------------=-----17 6.3 Lateral Earth Pressures------------------------_-------------________---------- ---_---_17 6AWall Backfill---------------_---------------------------------=--------__-_ _------____-------- 18 6.5 Backfill Settlement------------_..-------------___--------- 19 7.0 . INSPECTION AND TESTING ---------------------__ r_ __---------------------M_..---------19 19 8.0 LIMITATIONS -----------------------------------------------_---- _w-__ __ _--------_------- Sanitary Sewer Main 442 Relief.Fort Worth,Texas TERGA-MAf?, INC. TMI No.FE02-169 – ___ February,2D03 _ _— Cvnsuttiny--Geotechnical-Environmental - Construction Materials Testing ILLUSTRATIONS Figure -----------------------------------------------_---_----------------------_ Plan of Barings ------- --------------------- 1 �-_..-_--------------------------_-------------_------------------- -2 - 21 Lags of Borings------------- -- Legend for Log of Borings------------------------------------------------_-------�---__-_-------------- 22- 23 Results of Sieve Analysis---–-----------------------------------=--�-------- ---------=-------------- 24, 25 Corrosion Potential Test Results------------------------------------- _r---------- ------..,______--__-26 Key to Corrosion Potential Test Results------------------------- ------ ------------------- 27 - 28 Field and Laboratory Procedures —---------Appendix A Sanitary seiner Dain 442 Relief.'Forl worth.Texas rER A-mAj?, nvc. TMI No.FE02-169 February,2DO3 =__= consulting—Geotechnical-Environmental _ - Construction Materials Testing 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE The project consists of the installation of 72-inch and 90-inch diameter, 23,000. foot long sanitary sewer pipeline. The sanitary sewer main alignment is generally located from the Village Creek VVVVTP south to West Division Street (Highway 80)_ The project includes about 33 manhole structures and 18 to 20 other.major structures including siphons and special boxes. Five long sewer bores are presently planned at the following locations: along Meadowbrook Boulevard and beneath Village Creek, 1-30, Dottie Lynn Parkway and West.Division Street. These bore locations could be accomplished by pipe jacking or tunneling_ -The bottom of the pipe and/or manholes Varies from 15 to 27 feet deep in open cut trenches' and from 20 to 53 feet deep.in the bore locations. The sewer mains are expected-to consist of fiberglass pipe or concrete rigid- pipe-The investigation was designed to explore subsurface conditions along the proposed pipeline alignment, and from the results of the exploration, develop engineering parameters and recommendations to be used in its design and construction. Our.services included: • A detailed description of subsurface and groundwater conditions at the project site, and their effect on design and-construction, including a description of the soil stratigraphy, underlying rock formation, and any noteworthy geological conditions. • The effects of groundwater on the design and installation of the project elements. Recommendations regarding pipe embedment and trench construction. e .Recommendations for pipe design including deflection and modulus of subgrade reaction; and • Corrosion potential of subgrade materials- 2.0 FIELD.AND LABORATORY INVESTIGATIONS Subsurface conditions were evaluated by a total of 16 borings drilled from October 20, 2002 to January 7, 2003 to depths of 21 to 60 feet below the existing grades. Approximate. boring locations are indicated on the Plan of Borings, Figure 1- .A detailed description of the field and laboratory procedures used in the.drilling and. testing of the soil samples can be found in the Appendix. The results of the field and laboratory testing procedures; along with the soil classification by the Unified Soii Classification System, can be found at the appropriate depths on the Logs of Borings, Page i of 13 Sanitary Sewer Main 9-02 Refier Fort Worth,'texas TERRA-MAR, INC- SMi No,FE02-169. February,2003 =—= Consulting--Geotechnicat-Environmental Construction Materials Testing Figures 2 through 21, A key to the boring log terms and symbols is presented on Figures 22 and 23. Results of sieve analysis tests are. presented on Figures 24 and 25. 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of. the Geo10 is -Atlas of Texas, the proposed alignment is geologically located in.the Woodbine Formation of the Upper Cretaceous Age. The overburden soils are Alluvial and Terrace deposits associated with the flood plain 'of the Trinity River and Village Creek. The Woodbine Formation, in its unweathered state, consists primarily of shale, cemented sand and extremely hard sandstone boulders. Significant groundwater seepage can be encountered in the Woodbine, Alluvial and Terrace deposits, particularly in the more granular materials. 3.2 General Stratigraphy The stratigraphy along the alignment was noted as being variable, due mainly to.the.length of the alignment and changes in geology along the project alignment. This makes a broad generalization of the subsurface conditions for the entire project difficult. Therefore, we have provided generalized subsurface conditions for the following segments of the alignment: Borings B-1 through B-6, B-10 acrd B-16: These borings were typically characterized by the presence of clays with some silty and sandy clays and occasional sands and gravel. The clays were generally dark brown, dark gray, brown and gray and contained sand and calcareous nodules. These soils were fill in Borings 1371, B-4, B-6 and B-16 above depths of 2 to 7 feet. They had Liquid Limits (LL) varying from 52 to 65 percent and Plasticity Indices (Pl) varying from 35 to'.44 and classified as CH by the Unified Soil Classification System (USCS). The silty and sandy clays were generally brown, tan and gray with LL's varying from 29 to 49 percent and Pi's varying from 16 to 32 and classified -as CL by the USCS. Dense reddish brown sands with clay and. gravel were encountered in Boring: B-1 . between the depths of 18 and 24 feet and were underlain by tan and gray shaley clays. . .Borings B-1, B-3, B-4 and B-16 were terminated in the clays and silty clays at depths of 29 to 47 feet. Page 2 of 19 Sanitary Sewer Main 442 Relief.t=ort Worth.Texas TERRA-MAR, INC„ TMI No:FE02-159 February.2003 Consorting—GeotechnicaE-Envlronmen#al = Construction Materials Testing Gray shale was present in Borings B-5 and B-6 at a depth of about 18 feet and continued to termination at depths of 25 to 26 feet. Gray shale was encountered in Boring B-2 at a depth of 38 feet and continued to termination at a depth of 50 feet. Bonngs,B-7, B-8& B-9. and B-1 1,through B-15.' The subsurface conditions in this portion of the alignment were typically characterized by silty and sandy clays with some layers of clays and sandS.r The silty and sandy clays were dark brown, brown and reddish brown in color near the surface and became brow, tan_ and gray in color with ands arid clayey sands were present near the surface in depth. Brown, reddish brawn and tan s Borings B-7 and B-9. extending to depths of 17 and 31 feet, respectively, and in Boring B-8 Between the'depths of 26 and 41 feet. Boring B-9-was terminated in the.sands ata depth of 31 feet. The sands were underlain by clays in Boring B-7 and by shale in Boring B-8 at a depth of 41 feet, which continued to boring termination ata depth of 60 feet. Shale was also encountered in Boring B-12 at a depth of 11 feet and continued to termination at a depth of 28 feet. The remaining borings were terminated in the various sandy and silty clays at depths of 21 to 55 feet.- The sandy and silty clays had LL's varying from 19 to 47 percent and PI's varying from 6 to 30 and classified as CL by the USCS_ The clays had LL's varying from 50 to 71 percent and Pi's varying from 31 to 41 percent and classified as CH by the USCS. 3.3 Groundwater The Barings were. advanced using continuous fight augers which allows. relatively accurate measurement of seepage-during drilling. Groundwater seepage was encountered during drilling in all the Barings, except in Borings B-4, B-6, B-11, B-12 and B-15, at depths ranging from 8.5 to 38 feet below existing grade. Water levels at completion were typically measured within a few feet of the observed seepage levels. It is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, and.it should be recognized that groundwater levels will fluctuate with variations in seasonal precipitation and 'surficial runoff. However, we anticipate that groundwater levels near the observed levels will be present throughout the year where the granular.materials are present. If there is a noticeable change from the conditions reported herein, Terra-Mar should be notified immediately to review the effects it may have on the design. Page 3 of 19 Sanitary Sewer Main 442 Relief.Fort Worth,Texas —mm?A�mAR, /PVC. TMI No.FE02-169 T� February,2003 Consulting—Geotechnical-Environmental Construction Materials.Testing 4.0 TRENCH/BORE PIT EXCAVATIONS 4.1 Expected Subsurface Conditions The majority,(approximately 75%) of the sewer main will be constructed using open cut trenches. Approximately 5,100 feet will be constructed using bores for the various crossings and about 820 feet will be constructed using a siphon structure. The trench excavations will generally extend to depths on the order of 15 to 27 feet. The bore.locations typically extend to depths of. 20 to 28 feet except for the long bore beneath Meadowbrook Boulevard, which extends up to 53 feet below grade. The approximate-excavation depths, manhole depth and anticipated soil conditions at each boring location are summarized in the following Table 1. TABLE 1 --ANTICIPATED SOIL CONDITIONS AT THE PIPE ELEVATION STATION BORING STRUCTURE ANTICIPATED STRATA NO. NO. DEPTH (FT.) 2+00 B-1 24 Sand near contact with clay 20+00 B-2 44 Shale 28+00 B-3 42 Clay 42+50 B-16 25 Silty Clay 49+00 B-4 24 Clay 57x-35 B-5 20 Shale 69+70 B-6 21 Shale 86+70 B-7 50 Shale 94+00 B-6 53 Shale 102+00 B-9 26 Clayey Sand 133+00 B-10 21 Clay '169+00 B-11 20 Sandy Clay 180+00 B-12 21 Shale ' 206+50 B-13 22 Silty Clay 221+00 B-14 22 Silty Clay 226+45 B-15 16 Sandy Clay 4.2 Open Cut The trench excavations should be performed in accordance with OSHA, Safety and Health.- Standards (29 CFR 192611919), Subpart P For excavations less than 5 feet deep through the Page 4 of 19 Sanitary sewer Main 442 i2eliei;Fort Worth,Texas TERRA-MAR,11VC TMIFeb No.uar .202-159 Consulting Geotechnical-Environmental February,2003 === g— Construction Materials Testing various clays, silty clays and sandy clays, it is expected that near vertical excavation walls will be possible_ However, for excavations through soft clays, granular soils, non-compacted fill, or submerged soil it will be necessary to either.slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be.provided, regardless of the soil conditions encountered. According to OSHA standards, the stiff to hard naturally occurring clays are classified as Type A deposits and the silty and sandy clays are classified as Type. B deposits. The granular soils, soft clays, nort-compact fills, and soils which occur below the groundwater table or through which seepage water.is encountered, are classified as Type C deposits. Excavated slopes should be no steeper than. 1 H:1 V in clays above the groundwater level, or 2H:1V in granular soils and submerged soil conditions. A 2HAV slope is recommended in clays overlying sands. For sloped excavations, surcharge loads, such as those resulting from excavation spoil or equipment should be placed no closer than 2 feet from the crest of the slope in accordance with OSHA regulations. In addition, vehicle traffic should be maintained at least 5 feet from the edge of the slope crest. Open-cut slope excavations should take into account any existing utilities in: order to avoid undermining pipelines. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water. does not pond within 15 feet of the crest, nor drain into the excavation. . 2. Heavy material stockpiles should not be placed near- the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 4.3 Trench Bracing Where site limitations require excavations to have vertical sidewalls, an internal bracing system will be necessary. Bracing may consist of steel sheet piling, timber, or steel shoring or Page 5 of 19 Sanitary Sewer Main 442 Relief Fort Worth,Texas T"E"RRA-MAJ , 1NC TMI No.FE02-169 — February,2003. ___ Consulting-Geotechnical-Environmental Construction Materials Testing manufactured steel trench braces. The trench bracing and bore pit shoring should be designed for a constant lateral earth pressure of`30W. in psf; where, . H is the excavation height in feet; n equals 1.3 for excavations in clays and sandy clays; and n equals 1.0 for excavations in clayey sands and sands_ Surcharge loads and traffic live loads, if present, must be included in bracing design.-.In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit, adequate to . withstand anticipated lateral pressures, may be used where lateral movements will.not affect.the . stability of the existing pipelines. Trench excavation in the area of Baring B-1 and bore pits in the area of Borings 8-7, B-8 and-B-9 . will extend into loose to dense sands. Sand could also be present in other areas. of the, alignment. Vertical trench wails are not expected to have sufficient. standup time to allow placement of trench boxes or shields where sands and clayey sands are present in the trench walls. For these conditions, the trench walls will need to be sloped or have a driven sheet piling system or some other type of shoring that maintains continuous shoring against the soil. Depending upon the conditions encountered during construction, it may also be. necessary to dewater the sand deposit in order to control excavation wall and base stability. 4.4 Jack Allowable Bearing Pressure Surficial clays and sandy clays encountered along the alignment are generally stiff to hard'in consistency exhibiting unconfined compressive strengths of about 1 to 2.5 tsf with sortie harder zones. An allowable bearing pressure of 2,000 psf may be used for .jack supports if the. supporting soils are dry and relatively undisturbed. The bearing value includes a safety factor of 2, and assumes that jack supports are at least 8 feet below adjacent grade. Clayey sands and sands could be encountered at jacking locations. These. materials will not . provide comparable bearing pressures unless they are confined_ Page 6 of 19 Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-MA j7, fPIC, TMI No.FE02--169 - February,.2[)03 —__= Consulting-Geotechnical-Environmenfal construction Materials Testing 4.5 Trench/Bore Pit Dewatering Based on the groundwater observations it is expected that groundwater seepage will occur in a majority of the excavations. Controlling groundwater is essential to construction of the pipeline.. Failure to control the groundwater level could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling. Groundwater levels should be maintained at least two feet below the bases of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered. level until the pipe trench is backfilled. It is likely that seepage in the clays may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. In some areas, water-bearing sand layers may.be encountered during construction. A system of wells or well. points will likely be required where. water-bearing sands are present in the trench excavation in order to maintain the trench wall and bottom stability. Dewatering methods should consider the difficulty associated with the relatively. low permeability of the clayey sands present at some locations. Dewatering of the sands is not necessary for sheet pile walls, provided the walls are designed for both earth and water pressures. Seepage from sheet pile joints should be anticipated. This seepage water should be collected and removed from the- excavation-The Contractor should verify the presence and depth to groundwater prior to construction in order to determine dewatering requirements_ The design of the actual dewatering system. required:is the contractor's responsibility. The groundwater control system should provide.continuous system operation at all times. This includes the control of tailwater flow through the backfilled sections of previous utility construction. 4.6 Soft Trench Bottom Conditions Soft trench bottom conditioris may be encountered. Unstable trench bottoms are considered to be unsuitable for support of the pipe. Sands, clayey sands and soft clays could be present that when exposed become unstable due to construction activity, improperly dewatering water bearing Page 7 of 19 Sanitary Sewer Main 442 Relief;Fort worth.Texas TERRA-MAR, INC. TMI No.FE02-169 February,2003 __x= Consulting Geotechnical-Environmental Construction Materials Testing sands or the presence of saturated low PI sandy clays or clayey sands that cannot be effectively devwatered. In any areas where unsuitable bearing deposits are encountered at the planned invert elevation the trench bottom can be prepared using one of the following methods: 1. Under cut to a suitable bearing subgrade and replace with a structural compacted fill. The over excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for.every1.5 feet of fill required beneath the pipe_ The overexcavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140NL, Amoco 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e. sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer_ The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM 4253 and 4254. 2. Casting a F-inch thick reinforced concrete slab. The concrete should have a minimum 3,000 psi compressive strength at 28 days. Exposed shale in the bottom of the pipe trench,or bore pit can deteriorate rapidly_ Should the- surface of the shale breakdown .to a soft consistericy prior to placing the pipe embedment material, the softened shale should be undercut and replaced with a thicker-bedding layer. 4.7 Excavation Considerations If open trench cuts are performed within 125 times the trench depth of any surface structure, trench shoring (not trench boxes).should be used Within open trench cuts }performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and-thereby, help reduce lateral.ground movements near existing structures. A pre-construction condition survey should. be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to. construction_ Construction monitoring should be performed to verify- that existing structures are not impacted or damaged by construction operations. Conventional earth moving equipment is expected to.be suitable forexcavating the overburden soils and most shales. However,.heavy-duty excavation equipment consisting of hoe-rams or backhoes with buckets withrock teeth may be required.to .excavate harder shale layers_ While not encountered in the borings lightly to highly cemented sands and extremely hard sandstones can be encountered along the alignment. This material will .require heavy-duty excavation equipment to excavate. Page 8 of 19 Sanitary Sewer Main 442 Belief;t=ort Worth.Texas ]"FR ,?A-mAj?, mc. TME No.FE02-169 February,20x3 =_= Consulting- GeolechnicaE-Environmental Construction Materials Testing 4.8 Trench Backfill Pipe embedment should be a coarse-grained cohesion-less material that will properly fill the area below the spring line- of the pipe. This bedding should extend above the pipe a minimum of 6 inches.to provide protection of the'pipe during placement of the trench backfill.. . Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials_ All trench backfill should be free of deleterious materials.. -However, significant processing of shales or cemented sands and sandstones (if encountered) will be required to use this material as fill. Excavated rock used as fill, should be pulverized to a maximum size of 6 - inches.with at least 50 percent passing a No. 4 sieve. Use.of rock fragments greater.than-.6 ' inches in any,dimension should be prohibited, since attaining a' uniform moisture and density without voids would be difficult. Shale and rock fragments larger than 6 inches in diameter should be crushed by tracking over the material with a dozer. It may be necessary to remove`larger hard rock fragments that will not crush under the loads of,the construction equipment. Backfill should be compacted in maximum 9 inch loose lifts at a minimum of 95% of the Standard Proctor density (ASTM D698). Shale should not be used for backfill if large settlements area concern. The shale will weather in place to a soil_ This weathering can result in larger ground subsidence as discussed in the next report section. Clay soils having a PI over 20 should be.compacted at a moisture content ranging from 0 to + 4 : percent above the optimum moisture content. Granular soils having.a PI less than 20 should be compacted at a moisture content ranging from ---3 to +3 percent of the optimum moisture..content. ,letting.to compact the pipe. backfill should not be allowed. In areas where settlement of the- backfill hebackfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or consideration can also be given to flowable concrete having -a 28-day ' compressive strength ranging between 50 and 200 psi as an alternative. 4.9 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated.that properly compacted on site clay fill soils will settle.between about 1 and 2 percent-of the fill thickness.: For example, 25 feet of fill would be expected to settle on the order of 30o 6.inches. A greater amount of fill settlement could occur if shale fragments are'used as fill due to the breakdown 'of the shale Page 9 of 19 Sanitary Sewer Main 442 Relief;Fort worth.Texas rERRA-MAR, 1NC. i Ml No,FE02-169 February,2003 Consulting—Geotechnical-Environmental ' Construction Materials Testing fragments into individual clay-size particlesover time. These settlements could approach 3 to 5 percent of the fill thickness depending on the thickness of shale placed as backfill. The trench backfill could be overbuilt in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill .be crowned. The centerline of the excavation should be over built one foot and sloped down to match grade at the edge of the excavation_ 4.10 Provisions to Reduce Backfill Seftlement Fieid. testing .will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall:include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the.testing/inspection personnel while working in the trenches, and shall move the protective shield/sharing such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift-of fill placed, during construction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed, In addition, to limit settlement, where Class 1 and Class 2 crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material. 4.11 Bore/Tunnel Considerations The sanitary sewer line has 6 bores which total approximately 5,100 feet. The approximate bore depths, bore length and anticipated soil conditions at the representative boring location(s) is summarized in the fallowing Table 2_ TABLE 2 -ANTICIPATED SOIL CONDITIONS AT BORE LOCATIONS LENGTH BORE ANTICIPATED STATION NO. BORING NOS. - (FT.) DEPTH (FT.) STRATA . 50+34 to 57+33 700 B-4, B-5 20 to 21 'Clay and Shale -Page 100f t3 Sanitary Sewer Main 442 Relief;Fort worth.Texas TERRA-MAR, INC. TMI No.FE02-169 February,2003 =_= Consulting—Geotechnical-Environmental - construction Materials Testing 69+10 to 101+99 3289 B-6 thru B-9 21 It 53 . Sand, Clay and Shale 169+9510 240 B-11 20 Clay . 172+35 208+00 to 260 B-13 . 22 Clay 210+60 213+39 144 B=13 26. Clay - 221+88 to 466 B-14, B-15 16 to 22 Clay 226+46 The four smaller bores are anticipated to encounter clays, silty clays and sandy clays. The.70.0 foot bore will encounter clay at the invert elevation in the vicinity of Boring B-4 changing fro.m clay to shale at the invert elevation between Baring B-4 and B-5, to the south with significant water seepage in Boring B-5. The strata at the invert elevation for the 3289 foot bore varies from shale in the vicinity of.Borings B-6 and;B-8; shaley clays in the vicinity of Boring B-7; and clayey sands in the vicinity of Boring B-9. Seepage was present in the sandy clays in Baring B-8 and in the sands in Borings B-7 and B-9. Boring and tunneling in the clayey sands and sands will be difficult because: the clayey sands and sands are not expected to have sufficient standup time to allow open face excavations. In addition, tunnel roof stability and floor stability problems may develop in boring and tunneling in the sands. Dewatering prior to, boring/tunneling operations and/or special boring/tunneling techniques will be required to control excavation instability associated with the clayey sands and sands to prevent ground loss and subsequdnt settlement of structures overlying the funnel. Joints present in the shale can result in separation with rock falls into bore/tunnel excavations. Groundwater could seep into bore/tunnel excavations. Joints in'the shale and shaley clays can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. The shales and highly active clays.are expansive and will swell when water.is available-to them subjecting the pipe to uplift pressures. The swell pressures will reduce as the material swells. Page i 1 of 19 Sanitary Sewer Main 442 Relief.Fort'Worth.Texas ALAA� 7-ERRA-MAR, 1JVC. TMl MD.FE02-169 February,2003 —= Consulting-Geotechnical-E nVironmental Construction Materials Testing 5.0 PIPE DESIGN RECOMMENDATIONS 5.1 Flexible Pipe Deflection The modified Iowa formula is typically used to estimate vertical deflection of flexible pipe: One form of the modifed Iowa formula is given below: ❑y_ OI~ xWS +WL)<Kx . a — x100fo D 0.149xPS +0.061xEd Where: dy/D predicted vertical pipe deflection as a percent of the outside pipe diameter. &y. = change in vertical diameter of pipe, inches. D diameter of pipe, inches Ws . 7 vertical soil load on pipe, psi. WL , = live load ori pipe from trucks or construction equipment, psi. DL = deflection lag factor to adjust for changes in bedding stiffness or trench fill settlement, dimensionless. K,, bedding coefficient, dimensionless. Ed = design modulus of soil reaction, psi. PS pipe stiffness, lbfin.fin., psi. The modified Iowa formula models the major factors,influencing pipe-soil interaction resulting.from soil and-live loads acting on the pipe and support provided by the bedding material surrounding the pipe. Pipe deflections due to-self-weight and due to placement and compaction of backfill are not addressed by the modified Iowa formula. The actual deflections may vary from the deflections calculated using the modified Iowa formula due to variations soil loads, live loads, embedment materials, methods of construction, and the inherent variability of subsurface conditions alongthe'pipeline alignment. Reasonable predictions of pipe deflections can be made using the modified Iowa formula if pipe bedding and backfill materials are properly placed and compacted lasing good construction practices and appropriate equipment. Page 12 of 19 Sanitary Sewer Main 442 Relief.Fort Worth.Texas TERRA,!-i1 AR, m TMI No.FE02-189 = - February,2OD8 — Consulting-Geotechnical-Environmental = Construction Materials'resting 5.2 Vertical Sail Loads We recommend that the long-term vertical soil.pressure, Ws, acting on the top of flexible pipe be taken as the soil unit weight times the depth.of cover above the pipe. The soil pressure can be computed from the following relationship: _ ys xH 125xH W5 144 144 psi Where: Ws vertical soil pressure. psi ys 4 unit weight of soil above top of pipe, pcf. A soil unit weight of 125 pcf is recommended for design H = depth from ground surface to top of pipe, feet. Cautionary.Note: The vertical soil pressures computed using the above equation should not be used to estimate the sliding frictional resistance for the design of restrained pressure pipe joints for pipes installed in trenches. The vertical soil pressure may be less than computed by the above equation when the pipe is .pressure tested. The vertical soil pressures may be less because of soil arching on the sidewall of the trench will prevent the full -overburden pressure from acting on the force main pipe. } The vertical loads acting on a rigid pipe can be computed :using' Marston's equations for - computing the estimated soil: loads on rigid pipe installed in trenches or in embankment conditions.' A soil unit weight of. 125 pcf is ,recommended for design. . If the trench will be backfilled primarily with shaley clays and/or shale, we recommend that the vertical earth load be based on the full weight of the soil above the pipe. This recommendation is made because the shaley clays and shales placed as trench back fill will deteriorate'and soften. This softening will result in large backfill settlements and that could result in complete or partial Loss of soil arching effects. Forthis reason, shaley clay or shale arching should not be relied upon for computing soil loads on rigid pipe. la�vc.;aur- � D. IV f u 1�� ! vu:l Page 13 of 19 � v � Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-AfAA, !NC_ TMI No.FE02 169 February.2003- —r_ Consulting-Geolechnical-Environmental Construction Materials Testing 5.3 'Live Loads Live loads, WL, from trucks and construction equipment should be included in the pipe deflection calculations. Live loads from trucks do not need to be included where the top of the pipe is 8 or more feet below finished grade. Impact loads from trucks should.be included where the top of the pipe is less than 3 feet below the truck tire. An impact factor of 1.35 is recommended for depths less than or equal to two fleet and an impact factor of 1.15 is recommended for depths between two and tutee feet. The impact factor should be applied to the wheel load. 5.4 Deflection ;Lag Factor The deflection tag factor, Dr, is a coefficient to correct for long term deflection of the pipe. A deflection lag factor of 1 is recommended if the vertical soil pressure is computed as recommended in Section 5.2 and the pipe is constructed above the water table. A deflection lag factor of 1.5 is recommended where groundwater will rise above granular pipe embedment in the pipe zone for pipe embedment backfill placed at less than 70 percent relative density.. A deflection lag factor of 1.0 is recommended for Class 3 pipe Embedment Backfill. 5.5 Bedding Coefficient The bedding coefficient, Kx, is a factor that takes into account the degree of support the bedding material provides under the pipe. Abedding coefficient of 0.1 is recommended for use for granular bedding layers. A bedding coefficient of 0.083 is recommended for use with flowable backfill: 5.6 Modulus of Soil Reaction The modulus of soil reaction, Ea, is a measure of the lateral stiffness-of the pipe zone backfill. material and the native soil in the sidewall of the trench resisting horizontal movement of the pipe. The moduli of soil reaction are dependent on the material type and amount of compaction in the pipe-zone; native soil characteristics, trench width, and cover depth. The design modulus, Ea, can be'computed from the following relationship: - . Ed = E6 x SG, psi r Sanitary Sewer Main 442 Relief.Fort Worth.Texas TERRA-MAR, INC. MAI No.FE02-169 = — Consulting—Geotechnical-Environmental ' February. -- 2003 Construction Materials Testing Where:. Eb.is the estimated pipe backfill modulus of soil reaction- Recommended backfill modulus of soil reactions are presented in Table 3 for various types of pipe backfill_ S, is a-stiffness correction factor to account for.trench soils with a lower stiffness than the pipe backfill materials: We recommend a stiffness correction factor of 1.0. 5.7 Corrosion Potential Various.laboratory tests were performed to evaluate the soil corrosion potential to buried iron and metals including soil resistivity, pH, oxidation-reduction {redox} potential and . 'sulfides determinations. The results of these tests are reported on Figure 26. The tests indicate that the subsurface.soils are considered to be nearly non-corrosive to buried ductile iron'or cast iron pipe. The tests also indicate the soils are nearly non-corrosive to buried concrete structures in the tested areas. } Methodology outlined in the Handbook: Ductile Iron Pie Cast Iron Pi e, 5th Edition, published by the Cast fron Pipe Research Association was used to evaluate .the cbrrosivity of`the subgrade soils with respect to buried pipe. The American Concrete institute methodology was used to establish corrosion potential of buried concrete structures. A key to test results and point system summary is given on Figures 27 and 28. Page IS of 19 Sanitary Sewer Plain 442 Refief;Fort Worth,Texas rERRA-MAR, 1NC. TMI No. FE02-169 _-_ February,2CO3 _-- Consulting-Geotechaicat-Environmental Construction Materials Testing TABLE 3 --- PIPE BACKFILL MODULUS OF SOIL REACTION, El, Modulus Ee for Degree of Cornpaction of Pipe Zone Backfill Backfill Class Pipe Backfill Material in Pipe Zone <40% 400%0- 70%a Dumped Relative Relative Relative Density Density Density Class -1 Pipe Embedment Backfill Coarse Crushed Stone: Wear loss of not more than 40 percent when tested in accordance with Tx DOT Test Method Tex-490-A. Gradation Requirements., Retained on 1.5--inch sieve: 4 Percent 1,0€10 3,000 3,000 . 3,000 Retained on 1 —inch sieve: 0 to 5 Percent psi psi psi . psi Retained on Y2 - inch sieve: 40 to 75 Percent Retained on No.4 sieve: 90 to 100 Percent Retained on No. 8 sieve: 95 to 100 Percent Retained on No. 200 sieve: 95 to 100 Percent Fines passing No. 200 sieve: non-plastic Class 2—Pipe Embedment Backfill Fine Crushed Stone: Wear loss of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. 200 1,000 21000 3,000 Gradation Requirements: Retained on"/Z- inch sieve: 0 Percent psi psi psi psi Retained on No. 318 sieve- 0 to 5 Percent Retained on No. 4 sieve: 35 to 65 Percent. Retained on No- 8 sieve: 90 to 100 Percent Retained on No. 200 sieve: 95 to 100 Percent Fines passing No.200 sieve: non-plastic Class - 3 Pipe Embedment Backfill Flowabie Backfill or Cement Treated Sand— Plowable backfill should consist of a mixture of fine aggregate, cement, flyash, and air entraining material to create a consistency that will result in a flowable material that does not require manual methods to distribute.. The 25,000 25,000 -2 5,000 25,000 flowable backfill should have a minimum 28-day compressive strength greater than 200 psi. The flowable psi psi psi psi backfill should not subside more than 4/4-inch per foot of depth after placement with bleed water less than 98 percent as measured in accordance with Section 10, ASTM 0940. Cement treated sands should consist of a mixture,of fine aggregate with sufficient cement to produce a minimum . compressive strength of 200 psi at 28 days. Panp 16 of 19 - - - i Sanitary Sewer Main 442 Relief;Fort worth."Texas T=)?)? _M mc. INC. TMI No.FE02-169 __ February,2009 _ =_= Consulting--Geotechnical,-Environmental Construction Materials Testing 6.0 MANHOLE & JUNCTION BOX DESIGN RECOMMENDATIONS 6.1 Allowable Bearing Pressure The proposed manholes and..junction boxes will be supported. in clays, shale and occasionally sands and clayey sands_ These structure foundations can be designed using a maximum net allowable bearing pressure of 2,000 psf. This allowable bearing pressure includes a .factor of: safety -of at least 3. It is expected that the total settlement will not exceed 1 inch where the bearing .materials are undisturbed. At least half of the settlement is expected to occur as. the manholes are constructed. Clays and shales at-the bottom of the structure can soften when exposed to water. In addition, sands and clayey sands and clays, if near the zone of seepage, are subject to bottom instability f k where influenced by groundwater. The bearing surface of the structure foundation should be protected as.previously described in Section 4.6. .6,2 Manhole and Junction Box Backfill The,manhole and junction box excavations along the cut and cover sections of the alignment can be backfilled with on-site soils. The -manhole and junction box excavations along the i bore/tunneled sections of the line are recommended to be backfilled with flowable fill or cement- treated sand. Qn-site clays,are not recommended for use as. backfill along the bored/tunneled sections of the line since excessive settlement of these soils is expected. 9 6.3 Lateral Earth_ Pressures The manhole and junction box walls will be restrained from movement and should therefore be. designed for-an at-rest earth pressure condition. We understand the ground elevations for all structures are below the 100-year flood level except for structures near Borings-13-6, B-7 and B-8 i which are about 1 to-2.5 feet above.the 100-year flood level. Therefore, undrained conditions.are assumed for all structures. Recommended equivalent fluid pressures for a level ground surface.and undrained walls are presented 'below in Table 4, The undrained conditions incfiude f hydrostatic pressures_ The equivalent fluid pressures for the.flowabie backfill are applicable only after the fill has set=up. Immediately following fill placement, when the fill is in a plastic state, it is expected to have an f Page 17 of 19 5anifary Sewer Main 442 Relief.1`101t Worth.Texas TERf?A-MAR, lAtC. TMI No.FE02-169 February,2003 ___= Consulting Geotechnical-Environmental` Construction Materials Testing equivalent fluid pressure of about 150 pcf. If the fill is to be placed in a single pour, the walls should be designed to resist the lateral pressures induced by the full column of fill. As an alternate, the fill could be placed in several lifts, allowing each lift to.harden prior to the placement of the next lift. The plans should specify the allowable lift thickness so that the lateral pressures induced by the-fill do not exceed the design lateral pressures. TABLE 4 — RECOMMENDED EQUIVALENT FLUID PRESSURE Type of Backfill Equivalent Fluid Pressure (pcf) Flowable Fill 70 pcf Cement Treated Sand 80 pcf - Site Clays 114 pcf Surcharge loads should be included in the wall design. A lateral earth pressure coefficient of 0.5 is recommended for design if site clays are used. Surcharge loads do not need to be,included if flowable fill is used. 6.4.Wall Backfill The flowable -fill should have a 28-day compressive strength ranging between 50 and 200 psi. The on-site shale is not recommended for use as fill due to the potential for large backfill settlement caused by.a softening of the shale and increased lateral wall loads with time: The site clays should be placer{ in maximum 8-inch lifts and uniformly compacted to at least 95 percent of the Standard Proctor density (ASTM D 698) for cohesive soils. The moisture content for cohesive soils should be within 2 to 5 percentage points above the optimum moisture content (ASTM D-698). Heavy compaction equipment should not. be used directly against the walls. Hand operated equipment should be used within 4 feet of the walls. The backfill should be.brought up in a relatively uniform rate to avoid differential fill heights of greater than two feet. Page 18 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas 'TERRA-JWAJ?, INC. TMi No.FED2-1 fig _-— Consulting—Geotechnical-Environmental February,2DO3 — construction Materials Testing 6.5 Backfill Settlement It is estimated that settlement of the flowable fill or cement stabilized -sand is expected-to be less than about 1 inch. Site clary is expected to settle on the order of up to 2 percent of the total height of the fill. 7.0 INSPECTION AND TESTING Many problems can be.avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all field operations related to soil placement and compaction be monitored by a qualified engineering technician. Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per lift per 200 linear feet of trench backfill- Terra-Mar, Inc. employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 8.0 LIMITATIONS The recommendations presented in this report are based on a discrete number of .soil test borings: Although our field personnel visually survey the site for surface features indicative of variable soil conditions, subsurface conditions may be encountered that differ from these data. In this case, our office should be .notified immediately so that the effects of these conditions on design and construction can be addressed_ This study was conducted for the exclusive use of TranSystems Corporation Consultants and their design consultants. The reproduction of this report or any part thereof, in plans or other documents supplied to persons other than the owner, should bear language indicating that the info-oration contained therein is for general design purposes. All contractors referring to this geotechnical report should draw their own conclusions forbidding purposes._ k . Paae 19 of 19 Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-*YAR, livc. TMI No.FE02-1s-4 —_== Consulting–Geotechnical-Environmental February,2003 – Construction Materials Testing ILLUSTRATIONS WORM est fork 7rrr;fy River Scale: T"= 2250' t l j &Th� �F ' 1 1 Odd 1 1 OP � 1 � ohn T. White Rd 11,3* o Waterchose O o ( r 1 Coifqj 1 fi `'Course &16► ti a4 `° ` .J Interstate 30 E. Freeway Ederville Rd Mevdowbroak Blvd !B / � �-7 �Blyd mks � Brentwood Stair Rd t3 9J US�;ne K r ' J �l 1 l_J Meodowbrook Blvd B-I0 CL v ----------- A? -- ----` - o r Village r 1# 11 Creek ,_ Pork r r r 1] zi r �. &1 ------------- Division Street W. B- _. L).P. Roarood B-141 B-15 r----------- J 1 � - 1 Shvdy- 1 Volley 1 Golf 1 Aa # Course i ; Proposed SanitarySewer Une TERf 4--111 R Fort Wortt-L Texas 1 Plan of Borings - Boring Location Figure 1. TMI No. FE02--169 LOG OF BORING BORING B-1 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TK Project No.:'FE02-169 Date: 32-16-02 Elev.: 477.61 Location: See Figure 1 Depthtowater at completion of boring: 27.0' Depth to wateF when checked: . NIA was: NIA Depth to.caving when checked: NIA was: NIA ELEVATIONi SOIL SYMBOLSMC LL PL PI -200 _13.13•. P.PEN UNCON. DEPTFI SAMPLER SYMBOLS- DESCRIPTION % % % % pcf tsE tsf {feet] a FIELD TEST DATA o Very stiff dark brown and brown _ - - -- -- - -- - -- 2-5 --- - CLAY wlsand and calcareous a.a nodules 3.0 475 (FILL)(CH) - - - - - - —� IS 61 19 42 112.3 4.5+ = Hard dark brown CLAY wllimestone. 4.5+ fragments s i (FILL)(CH) 47a Very stiff dark brown and brawn 4-0 CLAY wlsand lenses and calcareous nodules 26 64 22 42 96 4.0 10 r ] -yr/calcareous nodules above 11' t 465 i - C ] 27 37.0 3.0 2.27 y '- 15 1 ; _ r J (CH) — — 466; --- - - 1-7 1716" -- Dense reddish brown SAND w/ . 1s NIP 19 } 2015- traces of clay and gravel 20 455 SSW} Very stiff to hard tan and gray — - - - - -- - -- 2.5 -- - 25 _ SHALEY CLAY wltraces of gravel 4 450 1 _ (CH) 4.5 30 f - 4451 F - i ,-35 ' a Notes: Completion Depth: 29.0' Seepage Encountered @ 23.0' Station: 2-l-00 - FIGURE NO.: 2 LOG OF BORING ? BORING B-2 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TK Project No.: FE02-1.69 1 Date: 1-7-03 Elev.: 470.18 Location: See Figure 1 Depth to waterat-completionof boring: 28.0' Depth to water when checked:- NIA was: NIA Depth to caving when checked: NIA was: NIA f ELEVATION! SOEL SYMBOLS MC LL. PE P1 -200 D.D. P.PEN ilNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION 6 g % pcf I- tit tsr . (feet) &FiEL©TEST DATA - -- - - t --- i —'470 s ° Firm to very stiff dark brown and gray CLAY 2.0 y 1-75 2.5 } 2.0 465t 5 — —CLA— — —l _ - - - - -- -- __ - (CH) Ver stiff brawn Y wlcacareous - - - - - x y 26 97.4 2.5 1.27 k[ nodules - I i 1.75 4 60 T 2© i 24 65 21 44 95 103.8 3.0 ' 5 455. 15 i 3.5 450 2D' ' } I , T f 22 105.9 3.0 2.65 445$'25 } i i (CH) - - '-- Stiff tart and gray SANDY CLAY Calcareous nodules and iron lenses 16 173.0 1.5 0.94- _ z 440 } 30 J- - - - - wFgrauel layers below 34.0' 2•zs 435 35 _ - "- (CL)- Notes: Completion Depth: 50.0' Seepage Encountered @ 25.0' Station: 20+00 FIGURE-NO.: 3 '1"FRRA-MAR I!\ff'_ . LOG OF BORING BORING B-2 Project: Sanitary Sewer Main'442 Relief; Fort Worth.TX Project NO.: FE02-169 ELEVATION/ =-SAMPLER BOLS . Mc LL PL -200 D.D. P.PEN UNCON. DEPTHYMBOLS ©ESCRII'TION_ °6 0� e� off, pct tet tsf {testi T DATA Hard to very hard gray SHALE T10013.25 " 430 r 40 j t` i 4 10012.5' 425 45 w r � — 420 �50 �._. i10011.s" . t 415 'S i - r i 410-� 60 1 i 405 i 59 i - 400 70 } y k ! - k t 395 k . r iso so FIGURE NO.: 4 - - TE13 f]A Henn falf LOG OF BORING BORING. B-3 Project: Sanitary Seaver Main 442 Relief; Fort Worth,'TX. Project No.: FE02-169 Date: 10-20-02 Elev.: 475.40 Location: See Figure.1 �- Depth to water at completion of boring: DRY Depth to water when checked: N/A' was: NIA Depth to caving when checked: NIA was: .NIA ELEVA'r1ON1 SOIL SYMBOLS �MC LL PL PI •200 D-D. �P.PEN UNCON. DEPTH SAMPLER sYMBOL5 DESCRIPTFON % o� % % pcf of Id (feet) &FIELD TEST DATA — — — � — - — ..-. — - - -- - - - -- - - - - -- - a75 o 'L I Very stiff to hard dark Brown SILTY - a.s+ 3.0 �IIII I CLAY - - --- ------ - - - _ . _ {CL} _ _ _ _ _: 2-0 Very stiff to hard dark brown and 3.0 .dark gray CLAY 4.5+ - 5 4'10 T 1 i 19 58 21 37 4:5+ l F - 3.0. 455 (CH) - Very stiff brawn, tan and.gray CLAY w/calcareous and iron modules . 3.5 715 { 460 -, - p 20 1080 3.25 1.94 _ -2Q } ' 21 57 19 38 93 107.5 3.5_ 450 } 2.5 -30 Jf 445 � I I 4.0 440 - i (QW. I Notes: Completion.Depth: 47.0' Seepage Encountered @ 38.0' Sta-Uon:.28+00 F}GkJRE'NO.: b LOG OF BORING BORINGB-3 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS- DESCRIPTION MC LL PLP! -200 D.D. P.PENt UN1CONl. (feet) &FIELD TEST.DATA % % '� % Pct tst tst Very stiff tan and gray CLAY wAron nodules h 23 1 Q3:4 2.5 1.25 i--40 435 t i 3.5 430 s 45 1 F (CH) 4-0 r = . 50 �. 425 { . i S5 ata i 60 915- 1 4 r j] I kk 410 J 65 { r 405-i 70 -75 E ao0- I E i r n FIGURE NO.: 6 LOG OF BORING BORING B-4 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: 1 E02-169 Date: 12-20-02 Elev.. 476.67 Location: See figure 1 Depth to water at completion of boring: DRY Depth to water when checked:- -NIA was: NIA Depth.to caving. when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS Mc LL PL PI' -200 Q.O. P.PEN UNG.ON. DEPTH SAMPLER symBOLs DESCRIPTION % % % % pct - tsf tsf &FIELD TEST DATA 0 3;';I l V Stiff to very stiff dark brown and— z.s - I I„I I brown SILTY CLAY w1 iron oxide 475 I I nodules and traces of sand ' 1.75 (FILL)(CH) - — — — — — — - 2.2s i Very stiff dark brown and dark gray z2 sz 17 35 2-25 t CLAY wliron oxide nodules F S , 470 zo 109.1 3.0• 2.66 I E i t 4.0 t I _ 465-I i (CH) 1 1 Very stiff brown and gray CLAY w! - - - - -- - - - - --- ---- calcareous and iron oxide nodules - 3.25 460 r - i 1a 114.5 2.5 2.28. = 20 455 �-25 450 4 - 2.75 {r ` f - 35 440— Notes: Completion,Depth: 29.0' No Seepage Encountered Station: 49+00' FIGURE NO.: 7 LOG OF BORING BORING B-5 Project: Sanitary Sewer Main 442 Relief; Fort Worth; TX Project No., FE02-169 Date: 12-20-02 Elev.: 477.20 Location: See Figure 1 Depth to.water at completion of boring: 4.0* Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATIONI SOIL SYMBOLS MC LL PL 200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % PI % {feet) & FIELD TEST DATA Pd tsi tsf ° Stiff to very stiff dark brown and brown SANDY CLAY w1 calcareous 4.0 475 and iron oxide nodules 14 28 13- 16 37 11,2-6 2.5 (CL) - - - - -- - - 2.0 7 — Firm to stiff brown SANDY CLAY w 12Q 1=oY `o=so- fi$ E traces of gravel 474- :I 17 179.8 2.0 0.66 _ (CL) F Soft tan and gray SANDY CLAY w1 14 - - - -- - - - o.s- ~ 14 gravel I (CL) 465 Hard tan and gray SILTY CLAY wi 11 G I calcareous deposits JI i i 16 43 15 28 116.9 4.5+ 5.46 zs I� 464 - i 111 (CL) gray SHALE - - - - - - -- -- - - -- - - -- -- - - -- - t C _ - 9 Y } i _ _ 10013.5' 24 _ 4, 17 131.9 20,68 - - Run=5' {RPC=5o% �l1Rgd=40 M, L2 - 10012.5" - - - - - - - - - - - _ - - - - - - - - - --- i 454 ' I 34 L � 445-1 35 Notes: Completion Depth: 25.0' Seepage Encountered 8.5' Station: 574 35 FIGURE NO`: 8 TERRA-MAR, INC- I LOG OF BORING BORING B-6 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-21-02 Elev.: 481.4{1 Location: See Figure 1 Depth to water at Completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA P-PEN iJN[ON. ELEVATIONI SOIL SYMBOLS MC LL PL PI •200 D.D. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pct tst tsr (feet) &FIELD TEST DATA j o - Stiff #a very stiff brown and reddish 480 brown SANDY CLAY w/gravet -5- --- - i _ _ _ _(CL)(FILL) _ _ 2.5 Very stiff brown, tan and gray 2.5 SANDY CLAY w/calcareous and iron F 2.5 y nodules 475 - - - - - Hard tan and gray SHALEY CLAYwi 21 108.7 3.0 2.36 - - iron oxide lenses w/rock layers below 7.0` - � 20 54 39 35 4.5+ i I- 2D 470 - } _ J F _ ( 4.5+ 465-; (CH) T T 1Dun.s- - Hard to very hard gray SHALE �2D -Run=5' i1 i31.9 46.02 Rec= 460 W - - - 4x.100% _1.R4d=28% Run=2' Rec=5096 25 - - - =1Rgd=35 - - - - --_ ))) _ 10010.7 5 - - - - - - - - --- -- - - - --- - - 455 - � I t-30 , 456 r ))7� f-35 I 4451 Notes: Completion Depth: 26:[3' �- No Seepage Encountered -Station: 69-1-70 FIGURE NO.. 9 rcoo A t A A D En[( LOG OF BORING BORING B-7 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-21-02 Elev.: 511.78 Location: See Figure 1 Depth to water at completion of boring: 16.0' Depth to water when checked: NIA was: NIA Depth to caving when checked: At Completion was: 16.0' , ELEVATION] SOIL SYMBOLS MC LL PL 200 D.D. P_PEN [JNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION PI °.e-. °16 % % PCI tst -est Meet► & FIELD TEST DATA ' aK Stiff brown SANDY CLAY wftraces -- - ofiron nodules (FILL)(CL} _ _ sra I-.:: Medium dense brown SAND w/ -716- or6" traces of clay {SW) if "- -- -- - - - -- -- �- -_- 5 11716" — --- — — — — — — Medium dense brown and reddish brown SAND wltraces of clay and Sas 616.. I 1116- gravel C =[ 1215- 17 NIP 9.7 1 1315' io I t JaSoo _- .. 2016- . 1716" ISM 177. .... --Very.stiff brown CLAY whron oxide i tenses ' 3.5 ' 20 j 490-- (CH) Soft to stiff brown and tan SAN DY - - - - - - CLAY 17 115.7. 2.0 1..03 2s 485 Y.. 17 19 10 9 134.2 0.5, 480 - .- whron lenses below 34.0' 19 I z a 33 47 "X' I (C L) Notes: Completion Depth: 55.0' Seepage Encountered @ 17.0` Station: 86+70. FIGURE NO.: 10 i a LOG OF BORING BORING B-7 Project: Sanitary Sewer Main 442 belief; Dort Worth, TX Project No.: FFU2-tG5 ' ELEVATIONI SOIL SYMBOLS MC LL PL PI -200 D.�NUNtClfDN.DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pc (feet) &FIELD TEST DATA J. toorz.o- Hard tan and gray SHALEY CLAY w 40 _ limestone fragments J 470. L 45 = _ :10011.5- (CH) 465 — I Hard to very hard gray SHALEso _ I D011.25 " 460 E - L r��J - - - - - - - - - -. - - - -- - -- -- -.. - 10012.0- r 455 1 l " I 60 - 450 j a i 4454 r 70 1 440 i - 1 1 ' F 435 i 80 FIGURE NO.: 1 1 LOG OF BORING BORING B-8 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date:' 1-3-03 Elev.. 507.22 Location: See Figure 1 Depth to water at completion of boring: 36.0' Depth to water when checked: 3 Hours After Completion was: 23'' Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS Mc LL I PL I PI 1-200! D.D. P-PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION ]I (feet) &FIELD TEST DATA '1' �' 'o" PC( tsf ts( ° Stiff to very stiff dark brown, brawn -- - - - - - - -- 2.0 ---- r and reddish brown SANDY CLAY 1 s SD5 2.25 13 26 13 13 3.0 3.5 $ (CL) —-'Hard tan and brown ,SANDY CLAY -- -- -- -- - - - -- - -- -- - 5DD wlsmall gravel - 4.5- _ 16 116.7 4.5+ 7.07 t In 495 S i 4.5+ ' ZS i (CL) ago - Stiff tan and gray SANDY CLAY 16 19 13 6 51 2.0 2D 485= l - 16 111:1 1.5- 0.72 -25 (CL) -- Medium dense tan CLAYEY SAND - - - - - - -- - -- - -- 980 wfclay and small gravel 1116- ) 1116" 3DB 475 - r _ 1016' {SC) rt 19 29 13 16 31 1416- I 35 f Notes: Completion Depth: 60.0' Seepage Encountered @ 22.0' Station: 94f 00 FIGURE NO.: 12 LOG OF BORING BORING 8-8 Project: Sanitary Sewer Main 442 Relief: Fort `North. TX . Project No.: FE02-169 - [!ELF-vAT10N1 SOIL SYMBOLS Mc LL PL ZOO D.D. P.PEN Ut}CON_ DEPTH SAMPLER SYMBOLS DESCRIPTION % % % Pt % pct ts1 tsr (feet) &FIELD TEST DATA _ Medium to dense tan CLAYEY I ;. 470 SAND wlCLAY and small gravel ! s 1. ...: r -r 1416" r •pit }316" 1 40 - (SQ - ` - Hard to very hard gray SHALE t _ -_ - I l I 465 - :Jr 10012.0" - 45 I _ 460 _ — - 1 _ _ Z 10011.75 I J 455 S 55 ��T _ 10011.8" 450 10019-0" - - - - — —. _ - - - - - - - - -- - --- - 60 445 a 65 440 i i 4 435 1 I I . 75 - 430 _ - 1 T BO FI-CURE NO.: 13 -rr-DDA 11AAX7 Wf_ —= LOG OF BORING BORING B-9 Project: Sanitary Sewer Main 442 Relief; Fort Wotth, TX Project No.: FE02-169 Date: 1-6-03 Elev.: 487.67 Location: See Figure 1 Depth to water at completion of boring: 10.0' Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION/ So ft 5Yt�36OLS Mc LL PL P) •200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % .% % % PCI tsi tSf (feet) &FIELD TEST DATA i D --Firm to.stiff dark brown SANDY _ - 0.75. i CLAY 1.5 (CL) _ -- -- - - - - --- -©- __ 7- 485- Firm to very stiff dark reddish_ brown 4-0 and brown SANDY CLAY to 74 24 72 12 31 . 122.0 2.25 CLAYEY SAND 4 3a 11 a.7 7.25 0.54 490 1 J {CL-SC} 7.a �ia - - — — — — — — — — — — - - - - - - -- - - - - - - - .., Loose to medium dense reddish .". brown CLAYEY SAND/SANDY CLAY wliron oxide nodules 4-r5-i :a " 1 316" 416" , . i 47D i' k i4r6- •1 1416" - 2a 465 t :1 21 21 15 5. 29 1 416 516" s 25 460 ) - I —30 " :=.: 616- (CL-SC) I 1 6J6 - - - -- ` 455 - 1 35 E Notes: Completion Depth: 31.0' Seepage Encountered @ 10.0' Station: 102+00 FIGURE NO.: 14 ---n A Ax-A n 11,1r - - LOG OF BORING BORING B-10 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 i Date: 1-06-03 Elev.: 479.34 Location: See Figure 1 Depth to water at completion of boring: 26.0' Depth to water when checked: NIA was: NIA Depth to caving-when checked: NIA was.: NIA 1 ELEVATION! SOIL SYMBOLS Mc LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS- DESCRIPTION �, % % PI'� % pct I tsf tst (feet} &FIELD TEST DATA a v Very stiff to hard dark brown and - - - - - -- - - 3-5 -- brown CLAY w/traces of sand .3.5 3.0 1 I 4.5+ Ij _ 17 53 18 35 94' 110,3 4.5'+ 4754 f ! _ 4.5+ r � ! ! 4.5+ 476 i 1-to ! (CH) 465 , _^Very stiff brawn and gray CLAY -- - -- -- - 2'25 ! 19 112.5 2.5 2.52 460- 20 = E r l � ! r 455-� , 25 (CH) 3.0 L 1 450 i r I 445 y 35 Notes: Completion Depth: 26.0' Seepage Encountered @ 14.0' Station: 133+00 FIGURE NO.: 115 Tnt�t�e_nhnf� IIV(' LOG OF .BORING BORING B-11 Project: Sanitary Sewer'Main 442 Relief; Fort Worth, TX Project No.: FE02-159 Date: 12-1-02 Elev.: 494.34 Location: See Figure 1 Depth to water at completion of boring: 25.01 Depth to water when checked: N/A was: NIA Depth to caving when checked: N/A was: NIA ELEVATION/ sOIL SYMBOLS- MC LL PL D. P-PEN lfA3CON. DEPTH, SAMPLER SYMBOLS DESCRIPTION � � q;- yb PI .206 D. /o (feet) & FIELD TEST DATA ° Prf Esf tsf Stiff to very stiff dark brown and - z I brown_ SILTY CLAY wl traces of I'5 i sand 1.5 L _ _ _ _ (CL) - ---- 2.5 Very stiff brown, reddish brown and - - -- - -- 4.0 490 7 tan SANDY CLAY w1iron oxide a.o s nodules and stains (CL) — — - -- _- - } Very stiff dark brown SILTY CLAY I w/traces of sand 23 102.4 3.5 3.10 I 485 �I 20 47 18 29 as 4.D i8 (CL) i - - a — - --Stiff to hard reddish tan, tan and - - -- - - -- -- - gray SANDY CLAY w/calcareous I - 4e0 _ nodules 4.25 ; r — L 6 r - 4754 _ 16 117.4 2.75 2.50 F 470 - ICL} 1.�s 25 465 — — 30 _ I 46o — = 35 t Notes: Completion Depth: 25.0' No Seepage Encountered Station: 169+00 FIGURE NO.: 15 TizPPa-MAR INN LOG of BORING i BORING B-12 Project: Sanitary Sewer-Main 442 Relief: Fort Worth, TX Project No.: FE02-169 Date: 1-3-03 Elev.: 499.25 Location: See Figure 1 . Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA- was: NIA ELEVA7lONl SO1L SYIJl13C LS MC LL PL. PI -200 D.D_ P:PEN VNCON, DEPTH SAMPLER SYMBOLS DESCRIPTION % op % % Qcf tsf tsf_ (teet) &FIELD TEST DATA EEE r o = _ Very stiff to hard tan and gray- — - --- - - - -- - - 3.0` - - 4.5 - I � - SHALEY CLAY w/traces of silt — 21 56 25 41 4.5 _ 4.5 Y _ L - zo 108.0 a.s+ 2:14 445 { _ _ i r — i i - — 4.5+ ' 4.5 1D _ (CH) _ _ _ _ _ _ _ _ — -- ----- Hard --Hard to very hard gray SHALE 7 7 485 t 10013.0- 480 10012.25 - 47S-1 _ — - - - 110011.75 — — — — — - — — — — — - - -- -- -- - -- r 470 -- 3D f 455- — 35 1 Notes: Completion Depth: 26.0' No Seepage Encountered Station: 180+00 FIGURE.NO.:. 1:7 TERRA-MAR, INC. LOG OF BORING BORING B-13 Project: Sanitary Sewer Main 442 Relief; Port Worth,,TX Project No.- PE02-169 Date: 12-1-02 Elev.: 498.62 Location: See Figure 1 Depth to water at completion of boring: 18.0' Depth to water when checked: N/A was: NIA Depth. to caving when checked: NIA .. was: NIA ELEVATIONf. 50[LSYMBDLS MC LL PL 200 p.Q, P.PE1 UNCON. DEPTH SAMPLER SYMBOLS' DESCRIPTION yy ,� ..P( (feet) &FIELD TEST DATA pct tst to ° Very stiff to hard dark brawn, brown and tan SANDY CLAY w/ 3.0- calcareous nodules. 4.25 w/gravel and iron oxide nodules a.o 4ss-� _ - below 3.0' 4.5 s (CL) i -'Hard reddish brown and tan SANDY - CLAY w/calcareous and iron nodules 12 29 12 17, 50 - 4.5-+ and iron stains K. 12 125.6 4.5 4.41 10 (CL) j I Very stiff tan and gray SILTY CLAY i f I wlcalcareous nodules and sand oo 485 16 41 14 27 3.25 15 480 16 118.2. 4:0 4.22 . i. I� 475 I ' f 2.75 25 I tCL) - 4-0 1 I l 470�r 1 - 30 465 l J 35 Nates., Completion Depth: 27.0` Seepage Encountered P 21.0` Station: 206+50- FIGURE NO.: 18 TFRRA•-MAR_ INC. LOG OF BORING ' BORING B-14 Project: Sanitary ewer Maim 442 Relief; f=ort Worth, TX Project No.: FE02-769 Date: 12-1-02 Elev.: 500.18 Location: See Figure 1 Depth to water.at completion of boring: 21.0' was: NIA Depth to Water when checked: N1A Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS Mc LL- PL Pi •200 O.D. I P.PEN UNCOW. DEPTH SAMPLER SYMBOLS DESCRIPTION % .% % % pct tst:. tst lfeet! &MELD TEST DATA sav Hard dark.brown, reddish brown - - - - i - tan and gray SHALEY CLAY-w/ 4.z5 gravel and calcareous nodules ' 14.5+ ' (CH) 21 71 23 4a 4.5+ - - M- Hard reddish brown-Jan and gray 16 - - - -- --- 112.3 a.s+- -7.57: 495;5 SHALEY CLAY wlcalcareous and - w , iron nodules Hard dark brown and brown SANDY - - - - - -- - - -- - ---- t CLAY wlcalcareous nodules a.'s+ I - 490 10 - {CL} - --- ' Hard brgwrl, tan and gray SILTY - -- -- - - - - - _ CLAY w/traces of sand I117.2 4.5+ 6.31 i I 465-I {CL} 17 46 16 30, BB I4.5+ -Stiff tan SANDY CLAY wlgravel 13 2.0 475 f 25 � I � I l 470.; 30 - 1 i - f ' .465 35 Notes: Completion Depth:.27.0' Seepage Encounteed @ 22.0' -13 Station: 221 +00 FIGURE NO.: LOG OF BORING BORING B-15 Project:. Sanitary Sewer-Main 442 Relief; Fort Worth, TX Project No.: FE02-159 Date: 12-1-02 Elev.: 499.26 Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA . was: NIA Depth to caving when checked: N1A_ was. NIA ELEVATION) SOIL SYMBOLS !Mc LL PL PI •200 'D.D. P.PEN UNCON, DEPTH SAMPLER SYMBOLS_ DESCRIPTION- } % % % ry pcf tst. tsi (feet) &FIELD TEST DATA ]]] k 3 { . - I fl Stiff to hard dark brown, brown, tan - - - - - - - - -- -4:5+ ---and gray SANDY CLAY w! 3.0 calcareous nodules and gravel 2.0 . 4.5+ 4135 r 12 r 124.2 4:5+ 10.99 t . 1 h (CL) _ 3.75 LL 4 Hard dark brown CLAY wftraces of - - - 490= Sand 17 50 19 31 ! 4.5+ ifl (CH) ! Very y stiff brown, tan and gray SANDY CLAY 16 917.3 3.0 3.23 .485 is 1 (CL) 496 r , 20 3.25 - - 475 25 470= ! { - 30 7 l I 4654 35 Notes: Completion Depth: 21.0' No.Seepage Encountered Station:226+45 FIGURE NO.. 20 TERRA-MAR, INC. LOG OF BORING BORING B-16 Protect: Sanitary Sewer Main 442 Relief; Fort Waith, TX Project No:: 1 ED2-169 Date: 12-20-02 Elev.: 476.11 Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVAT1QN/ SOIL SYM60LS MC LL PL PI -200 P-d]. P.PEN VNCON. DEPTH SYMBOLS DESCRIPTION % % p�f t. tsf (feet) &FIELD TEST DATA a -—Very stiff to.Hard dark brown, ^ -- - - ^ - - - -- -- 2.-0 - - - - 475 reddish brown, tan and gray SANDY a.s+ - CLAY w/iron nodules- (FILL)(CL) 4.5+ I Hard dark brown, brown, tan and 16 47 16 37 - - --- 4.5+ - ! gray SILTY CLAY w/calcareous and iron nodules 470 �(�h 14 11&6 4.5+ 11.24 I f ;1(•(I;I - � ' 1{ 4.5+ 10 465 (CL) _ - - - - - - -- - Very stiff tan and gray SILTY CLAY - - I III w/some sand 11 I it 22 49 17 32 64 2.0 i 460 - - .� 21. los's 1.0 1.43 455 1 - - ''i F) '30 -25 �II 450 — _ (CL) - - — -� - - -t - - - - r 30 _ _ - 445 f I - ! 111 111 r 35 440 Notes: Completion.Depth: 30'.0' Seepage Encountered-@ 23.5'. Station: 42+50 NGURE NO.: 21 TFRRA-RAAR INC- BORING LOG SYMBOLS AND TERMS FOR SOIL SOIL AND MATERIAL* TYPES* SAMPLER AND INDICATOR TYPES r i Clay / Shaley Clay i Thin Walled Rock i , (CH,CL) (CH,CL)' Shelby Tube Core Silt / Silty Clay ® Standard THD Cane j (MH,ML) Z (CL.CH)- Penetration Penetrometer { Sand / ~t Sandy Clay Bulk/Grab Solid or Hollow. E (SP,SW) (CL: CH)' Sample Stem Auger sS- Gravel —- Clayey Water level T Water Level on the (GP,GW) Sand(SC)' at Completion Date Indicated Asphalt ` Concrete Depth to Caving Boring Paving t'`a.:;:' Paving at Completion Continues 'Note: Dual symbols are used to indicate borderline and mixed soil ctassifications: STRENGTH OF COHESIVE SOILS DENSITY OF GRANULAR SOILS SoiC Pocket Penetrometer SPT Blows Relative Consistency Reading, tsf er fUoot Density, Very Soft <0.25 0 to 4 Very Loose Soft 0.25 to 0.50 4 to 10 Loose Firm 0.50 to '1.00 10 to 30 Medium Dense Stiff 1.00 to 2.00 30 to 50 Dense Very Stiff 2.00 to 4.00 >.50 Very Dense Hard > 4.00 DESCRIPTIVE TERMS FOR SOIL Description Criteria Inclusions Stratified Allernating layers of material or color Parting Inclusion< 118 thick with layers at least 1/4"thick Seam Inclusion 1/8"to 3`thick Laminated Alternating layers of material or color Layer Inclusion>3"thick With layers at least 114"thick Trace <5%of sample- -Fissured Breaks along definite planes of fracture pew 5%to 10%of sample with little resistance Some 10%to 25%of sample Slitkensided Fracture planes appear polished or Numerous 25%to 50%of sample glossy, sometimes striated Blocky Cohesive soil that can be broken down Soil Moisture into small hard angular lumps Calcareous Containing appreciable quantities of Dry Na obvious water in sample calcium carbonate.(Reactive with HCl) Moist Sample is damp without excess water Ferrous Containing appreciable quantities of Very Moist Sample is Clamp and water is visible ferrous.oxide(ron nodules and/or stains Vliet Sample bears free water SOIL GRAIN SIZE Soil Grain Size in Millimeters 152 76_2 19.1 4.76 2.00 0.420 0.074 0.002 G Boulders Cobbles raven . Sand Silt Clay � Coarse Fine # Coarse Medium . Fine 6" . 3" 314" 4 10 40 200 270 U.S-Standard Sieve Size T',ERRA-MAR FIGURE NO.: 22 s BORING LOG SYMBOLS AND TERMS FOR ROCK l ROCK TYPES 1 LimestoneShale i Sandstone Mudslone Weathered = Weathered -=_: Siltstone Dolomite Limestone _ ::�: Shale Severely _- 1 Severely y._ -Wealhered ,-r r, WeatheredIrA i Claystone =.� . Granite .Limestone Shale ROCK HARDNESS ROCK HARDNESS BY THD CONE Friable Crumbles under hard pressure Penetration., .Very Soft - Dented w/moderate finger pressure Descri tion er 100 Blows Soft Scratched easily with fingernail Very Soft > 6" Moderately hard Can be scratched easily with knife Soft 5" to 6" but not fingernail Soft to Hard 4" to 5" Hard Can be scratched with knife.,with Hard 2"to 4" some difficulty and broken with light Hard to Very Hard 1"to 2" to moderate hammer blow Very Hard Cannot-be scratched with knife and Very Hard D" to 1" can be broken by one to several hard hammer blows WEATHERING GRADES OF ROCK MASS Slightly Weathered Some discoloration indicates weathering of rock, may be some small decomposed rock.pockets, layers and/or seams f Weathered Discoloration of majority to all of the rock mass, with trace to some of decomposed rockpockets, layers and/or seams Severely Weathered All of the rock material is discolored and most of the rock mass has . . decomposed into a soil with the original-mass structure still largely intact JOINT DESCRIPTION Spa Inclination (degrees) Surfaces Very Close <2" Horizontal 0-5 Slickensided Polished Close '2"-92" Shallow 5-35 Smooth Planar Close to Wide 12'•-3' Moderate 35-65 Irregular Granular )` Wide >3' Steep 65-85 Rough Jagged Vertical 85-90 BEDDING THICKNESS Very Thick >4' Thick 2' to 4' Thin 2" to 2' `Very Thin 0.5" to 2" Laminated 0-08".to 0.5" Thinly Laminated <0.08" J1 TERRA-MAR FIGURE NO.: 23 SUMMARY OF TEST RESULTS FOR SOIL CORROSION POTENTIAL TESTING SANITARY SEWER MAIN 244 RELIEF FORT WORTH, TEXAS TMI NO. FE02-169 Boring No. B-4 . B-9 ] B-14 Depth (ft.) 19' —20' 24' —25' 19' —20' Soil Type Clay (CH) Clayey Silty Clay Sand (SC) (CL) . Moisture Content {%) 18 21 17 Resistivity (ohm--Gm)* 13000 39000 17000 - pH reading 7:9 8.4 7.9 . Oxidation-Reduction 430 440 440 - Potential (mV) Chloride (mg/kg) . 34 38 17 Water Soluble Sulfates ND** ND** ND** (mg/kg) Total Sulfides (mg/kg) ND** ND** ND** I Presence of Sulfides Negative Negative .Negative Moisture (Drainage) 0 0 0 Total Points ! 0 0 0 Corrosion Potential: Nearly Non- Nearly Non- Nearly Non- Ductile Iron/Cast Iron �. Corrosive Corrosive Corrosive Pipes Corrosion Potential: Nearly Non- Nearly Non- Nearly Non- concrete Corrosive Corrosive Corrosive * Soil resistivity values would be approximately 25% lower in a saturated condition.. "* ND Indicates below the detectable level TERRA-MAR Figure 26 KEY TO SOIL_ CORROSION POTENTIAL_ TEST RESULTS SOILS POTENTIAL TO CORRODE DUCTILE IRON AND CAST IRON PIPES Description Points Resistivity (ohm-cm) <r00 10 700- 1,000 a 1.000 1,200 5 1.200 - 1,500 2 1,500 - 2,000 1 >2,000 0 pH 0 - 2 5 2 -4 3 4 -6.5 0 6.5 - 7.5 0' 7.5 - 8.5 0 >8.5 3 i Redox Potential 1 >+100 mV 0 +50 to+100 mV 3.5 0 to +50 mV 4 Negative 5 Presence of Sulfides" Positive (strong bubbling or foaming) 3.5 Trace (slight bubbling or foaming) 2 Negative (no bubbling or foaming) 0 1 Moisture (Drainage) Poor Drainage (continuously wet) 2 Fair Drainage (generally moist) 1 Good Drainage (generally dry) 0 If sulfides are present and low or negative redox potential results are obtained, add 3.points to this range. Sodiurri azide-iodine qualitative test. Note: Sum the points from each test procedure. Use total sura and table below to find the soils potential to corrode ductile iron and cast iron pipes. Nearly Non-Corrosive Mildly Corrosive Corrosive Highly Corrosive . { 0- 3 ] -4 4 = 10 >10 Reference: Handbook: Ductile Iron Pi e. Cast Iron Pipe, 5th edition published by the Cast Iron Pipe Research Association TEMIZA-MAR Figure 27 KEY TO SOIL CORROSION POTENTIAL TEST RESULTS SOILS POTENTIAL TO CORRODE CONCRETE Description. Mildly Very Corrosive Corrosive Corrosive Water Soluble Sulfates (mglkg) 0- 150 150- 1,500. >1,500 Nearly Very Non-Corrosive Corrosive Corrosive pH 7.5- 14 3 -.6.5 0_ 3 6.5 -7.5" ' If sulfides are present within this pH range a potentially corrosive environment exists due to the presence of bacterial growth and activity, thus reducing the.pH. RECOMMENDATIONS FOR NORMAL WEIGHT CONCRETE SUBJECT TO SULFATE ATTACK Water Soluble Sulfate Maximum* Sulfate (SO,) (SOS) in Recommended Water-Cement Exposure in Soil f°/a) Water(Pprn) Cement Type Ratio Mild 000 - 0.10 0-150 -- Moderate" 0.10 -0.20 150- 1,500 Type 11, 0.50 IP(MS),-IS (MS) Severe 0-20 -2.00 1,500- 10,000 Type V 0.45 Very Severe >2.00 >10,000 Type V + 0.45 Pozzalan"" A lower water-cement ratio may be necessary to prevent corrosion of ernbedded items. Seawater also falls in this category. Use a pozzalan which has been.determined by tests to improve sulfate resistance when used in concrete containing Type V cement- References: ACI 21 0R-67(4.3) ACI Manual of Goncrete Practice Part 1. 1988. Table 2:2.3 TERRA-MAR Figure 28 REQUESTS FOR APPLICATION FORM RAILROAD PROTECTIVE LLABILITY INSURANCE ($2,000,000 per occurrence/$6,000,000 aggregate) Applications forms for inclusion in the Railroad's Blanket Railroad Protective Liability Insurance Policy may be obtained from Union Pacific's insurance carrier by contacting: Mike McGrade Marsh,USA PO Box 419105 Kansas City MO 64141-6105 Phone:(800)729-7001 Fax; (816)5564362 Email: michael.mcp-rade@,marsb.com Email: Kind .lonmarsh.com Email:iill_collinsQmarsh.com The RPLI application form and premium should be sent directly to Marsh, USA at the address shown. Any checks forwarded to Marsh,USA should reference Union Pacific Railroad in the"Memo" section of the check. In addition,you may be able to access the application at: www.u,prr.coin/rcus/arouD/rrinsure d Sanitary Seaver Main 442 Relief;Fort Worth,Texas TERRA-h}'AR,, INC. TMI No.FE02-159 =_ February,2003 —_= Consulting–Geotechnical-Environmental - Construction Materials Testing 4 APPENDIX A STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES Sanitary Sewer Main 442 Relief;Fort worth,Texas TERRA-MAR, /NC. TMi No.FE02-1.69 =_ February,20D3 =__= Consulting—Geotechnical-Environmental Construction Materials Testing APPENDIX - STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES FIELD INVESTIGATION PROCEDURES The borings for this investigation were staked in the field by a Terra-Mar engineer using simple taping procedures from reference points noted on the site plan provided by the client. A field log of each boring was recorded during field drilling operations. .These .field logs and soil classifications were'reviewedfverified by a geotechnical engineer in the laboratory through visual classification. Samples were visually classified according to color, texture, predominant material type, consistency and density. Results from the laboratory testing program along with the visual classification of each soil stratum were used in the determination of the USCS classification for each soil stratum (ASTM D-2487). Finalized boring logs are provided in the report, as noted in the table of contents. Please note that the lines of soil demarcation represent the. approximate soil boundary between differing material types, and that the actual transition between the soil strata in the field may be gradual. Truck mounted drilling equipment was used to advance the boririgs to the completion depths using solid stem auger procedures. Soil samples were foil wrapped and sealed in plastic bags, for moisture control, and were-marked to identify the boring number, sample depth, and job number. Unless notified to the contrary, soillrock samples/cores will be. stored for 90 days, and then discarded. Field soillrock sampling procedures were performed in accordance with the following standards, Thin Walled "Shelby" Tube Sampling ASTM D-158 This sampling method consists of pushing thin walled steel tubes, with an approximate 3 inch outside diameter, into the soil to be sampled using pressure provided hydraulically by the.drilling rig, or manually by the field technicians. This sampling method is typically used on cohesive soil samples, and produces samples that are relatively undisturbed and suitable for shear strength testing, consolidation testing, permeability testing, and in-situ density approximation. TxDOT Cone Penetrometer Test "THD" TEX-132E The THD Cone Penetrometer Test is a- field test established by the Texas Department of Transportation to determine the relative density and load carrying capacity of deep ,foundation materials (typically rock formations). In this test, a 3 inch diameter penetrometer cone is seated into the strata to be sampled. The cone is then drivers into the strata using a 170 pound weight freely failing over a distance of 24 inches. The cone is driven until either the blow count reaches 50, or the penetrometer has been driven 6 inches. The number of blows and the distance driven is then recorded on the field logs. The results of the field test are then used in a table that correlates the load carrying capacity and skin friction of the proposed bearing strata. to the field test results. Sampling by Auger Boring Method "Grab Sample" ASTM D-1452 This sampling method consists of sampling the soil samples by removing representative soil samples from the continuous flight augers used.to drill the boring, or by removing. soil samples. from the cuttings brought to the surface by the augers: This method provides highly disturbed samples that are appropriate for classification purposes only. Sanitary Sewer Main 442 Relief:Fort Worth,Texas TERRA-MAIZ, /R(C_ TMI No.FE02-169 February,2003 ==_= Consulting-Geotechnical-Environmental Construction Materials Testing Standard Penetration Test SPT and Split Barrel Sampling of Soils ASTM D-1586 This sampling method consists of driving a 2-inch outside diameter split barrel sampler into the soil strata using a 140 pound hammer freely falling through a distance of 30 inches. The sampler is first seated 6 inches into the soil to be sampled, and is then driven an additional 12 inches in 6 inch increments. The number of blows required to drive the sampler the final 12 inches is then known as the Standard Penetration Resistance. The results of the SPT tests are given in blow counts per 6 inches on the boring logs. This sampling method is typically used for sampling non- cohesive or low cohesion soils, and gives an indication of the relative density of the in-situ soils, which can then be used to estimate allowable bearing.capacities and.potential elastic settlement within the soil mass. Diamond or Carbide Care Drilling for Site Investi ation ASTM D-2113 This sampling method consists of sampling very hard strata (typically rock formations) by advancing a rotating double tube core barrel equipped with a diamond or carbide cutting bit. During this procedure, wash water or highly compressed air is used to remove excess material cuttings, and to cool the cutting bit. Typically, a 3 inch outside diameter by 2-118 inch inside diameter coring bit is used, unless otherwise noted. The recovered material is then examined in the field and stored according to the procedures riaentioned at the beginning of this section. The soundness of the recovered cores were evaluated in two ways. These.included calculating the Recovery Ratio (REC) and the Rock Quality Designation (RQD). These values are calculated according to the following formulas: REC = (Total Length of Core Recovered / Length of Core Run) x 100 RQD = (Total Length of Cores Rec. Greater than 4 inches rLength of Core Run) x 100 Higher REC and RQD values are an indication of the cored material quality and its suitability as a bearing material. Generally speaking, the closer the REC and RQD values are to 100%, the higher the quality of the cored material. These values are recording on the boring logs next to the sample run when appropriate. Please note that RQD values can sometimes be rather low.due to the presence of hard layers in the rock strata and/or mechanical breakage in the coring tube. In these instances, the REC and RQD values are not recorded on the boring logs. Groundwater Observations Groundwater observations were made during drilling operations, and after a period of at least 24 hours, unless otherwise noted on the boring logs. It should be noted that the use of water during coring operations can make the determination of groundwater conditions difficult_ When necessary, wash water was bailed out of the borehole to a depth below the depth of seepage observed during drilling operations. LABORATORY INVESTIGATION PROCEDURES Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-AFAR, PVC. TMI No.FE02-169 =_ February,2003 —__ consulting--Geotechnical-Environmental Construction Materials Testing The laboratory-testing program was .directed primarily toward the evaluation of the physical and engineering characteristics of the underlying site soils. A' Geotechnical Engineer performed identification tests, unless otheR,vise noted. The results of this laboratory-testing program are shown at the appropriate sample depths on the boring logs, or on the appropriate figures. Unless otherwise noted, laboratory procedures were performed according to the following procedures: Moisture Content ASTM D-2214 Natural moisture contents of the soil samples (based on the dry weight of the soil) were determined for selected samples at selected depths. These moisture contents are useful in delineating the depth of the zone of moisture change with an increase in subsurface depth, and can be useful in locating the groundwater table. The moisture content can also be useful in analyzing and evaluating the expansion potential and/or shear strength of soil samples. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). Atterber Limits "Liquid and Plastic Limits" ASTM D-4318 The Atterberg Limits are given as the particular moisture contents of fine grained soil materials when they meet the requirements of a predefined test. In particular, the Plastic Limit (PL) is given as the approximate moisture content.at which the soil material begins to behave more like. a plastic material than a semi-solid material. Similarly, the Liquid Limit (LL) is given as the moisture content at which the soil material begins to behave more like a liquid material than a plastic material. The difference of these two test values can then be calculated, and is known as the Plasticity Index (PI). Larger PI values indicate an increased ability of the soil material to remain in a plastic state with changes in the moisture content. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). The Atterberg Limits can then be used in conjunction with other parameters to classify the soil according to the Unified Soil Classification System (USCS). These parameters are also useful in evaluating the expansion potential of the fine grained soil materials with fluctuations in the moisture content. Unconfined Compressive Strength of Soil Samples ASTM D-2166 The unconfined compressive strength testing of the soil sample(s) was performed in order to evaluate the undrained shear strength of the soil material(s). For this test, a sample with a minimum length to diameter ratio of.2:1 was used whenever possible in order to reduce end effects during testing. If the ratio was less than 2, a correction was applied according to standards listed in the ASTM manual_ The results of the unconfined compressive strength test is useful in evaluating the shear strength of soil materials in undrained conditions and can also be used to determine the amounts of cohesion present. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). Unconfined Compressive Strength of Rock Cores (ASTM D-2938 The unconfined compressive strength of the rock materials} was determined in order to evaluate the soundness of the rock material, and give a general indication of the ultimate bearing capacity of the bearing formation. For this test, the sample(s), with a minimum length to-diameter ratio of 1 J Sanitary Sewer Main 442 Relief;Fort Worth,Texas _ TFRHA"MA R, I C' TMi No.FE02-169 _–= Consulting–Geotechnical-Environmental February,2003 — _ construction Materials'resting 2:1, was used whenever possible in order to reduce end effects during testing. if the ratio was less than 2, a correction was applied according to standards. listed in the ASTM manual. The results of the test(s) are reported at the appropriate depth(s).on the boring log(s). Pocket Penetrometer Shear Strength Evaluation A small hand held penetrometer device was used in the laboratory to evaluate the shear strength of relatively undisturbed cohesive soil samples. In this test, the flat tip of the device is placed on a flat portion of the undisturbed sample. A constant pressure is then applied until the device penetrates the sample a predetermined amount. The approximate shear strength developed is then read on the side of the device in tons per square foot, and is reported at the appropriate his test is valuable in developing relative correlations of the depth an the boring log(s). T consistency of soils across the site, and can also be used as an indication of the in-situ moisture content relative to other samples. - Percentage Passing the Number 2010 Sieve ASTM D=1140 The amount of material passing a Standard Number 200 sieve was determined by wet washing the material over a number 200 sieve nested with a number $. sieve (to protect the No. 200 mesh). The results of the test(s) are useful in the classification of the soil material, and are shown at the appropriate depth(s) on the boring log(s). Grain Size Anal sis ASTM D-422 Grain size analysis tests were performed on selected samples to determine the particle size and distribution of selected soil samples. The distribution of the soils coarser than the Standard Number 200 Sieve were determined by washing and dry sieving the sall materials over a set of nested wire cloth sieves. When necessary, the distribution of the soil materials finer than e Standard Number 2DD sieve were determined using a hydrometer sedimentation process. The results of the test(s) are given on the Grain Size Distribution Report as noted in the Table of Contents. Appendix A Easements Documents and Permits i Sanitary Sewer Main 244A Village Creek Parallel Collector--Contract 4 Easement List i Owner Permanent Construction Easement Easement Jake and Don Cook x x Earl R,Earl R Jr. and x x Lloyd S.Waddell Arlington ISD x x JSCP Partners,L.P. (Pantego Sewer) Pending Pending f GA2001018841SpccsNContmct 41C4 easement summary.doc F-/"6 /O/(v STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT SANITARY SEWER EASEMENT DATE:January 31,2003 GRANTORS: Jake Cook and Don Cook, Individually, and Jake Cook, as Independent Executor of the Estates of Blanche Cook,Arvy B.Cook and Frances N.Cook GRANTOR'S MAILING ADDRESS:9414 Ravenswood(cfo Jake Cook) Granbury,Texas 76049 GRANTEE:The City of Fort Worth GRANTEE'S MAtLING ADDRESS, 1000 Throckinorton Street Fort Worth,Texas 76102 CONSIDERATION: Ten Dollafs ($10.00) and ather good and valuable considefafion, the receipt and sufficiency of which is hereby acknowledged_ PROPERTY. (See Attached Exhibits"A"and"B") GRANTORS, for the CONSIDERATION paid to GRANTORS, hereby grants, sells, and conveys to GRANTEE,its successors and assigns,an exclusive,perpetual easement for the construction_,operation, maintenance, replacement, upgrade, repair and removal of a utility line in, upon under and across that portion of the PROPERTY more fully described in Exhibft'A"attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at-any and all purposes,together with the right and privilege at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, repairing and removing said utility line, and making connections therewith. TO HAVE AND TO "OLD the above-described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever, and GRANTOR does hereby bind itself and Its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the sante,or any part thereof: GRANTORS: GRANTORS: ACKNOWLEI)G ENTS rustee o the oo am y us STATE OF TEXAS § COUNTYOF# rpB § BEFORE ME, the undersigned authority, a Notary public in and for rhe State of Texas, on this day i personally appeared ZrAtc� — know to me to be the same persons whose name is subscribed to the foregoing instrument,and acknowledged to me thatjile.same was the act of Cao and thattWgxecuted the same a the act of sag /fir p�,1rAF ; STIIr� w for the purpose an(1 consideration therein expressed and in the capacity therein stated_ ' 11, GIVEN UNDER MY HAND AND SEAL_ OF OFFICE this lay of 20_6_S__._.-. cHLO9 E-HANSARD lLiLQ pt¢ M.COMMSVON EXPIRES Notary Public in and for the State of Texas MARCH 21 2006 Page i of 3 -GORRON UONARASSOC-INC 6707BRENtWO065rAIRM SME50 FORTWORT$TEXAS 76112 817496-1424 FAX817-496-1768 3~ S a4 SANITARY SEWER MAIN 244A _ VILLAGE CREEK PARALLEL COLLECTOR PARCEL No.24-PE DOE No_3295 2701 COOKS LANE R R RAMEY SURVEY,ABSTRACT No .1341 EDIT"A" Being a Permanent Sanitary Sewer Easemen#situated' ofFort nrt WO E Tarrant Cou in the K R Ra,,y Survey Abstract No.1341,City described as Tract I deeded Texas and being a portion.of#Iie•west remainder of a tract of land Executor of the Estates 0f Blanche Cook k and Dan Cools IndividuMly,and Jake Coo 12933, Pa k'Arvy 13.Cooie and Frances N.Cook as k, as Independent 'Page 500 of the Deed Records of Tarrant County,Franc,, recorded in Volume Easement being more particularly described by metes and Texas, said Permanent .' bounds as f�oilows: Sanitary Sewer COMMENCING at a 112 inch Iran rod found in west right-of-way line of Cooks Lane the nam line of said Tract 1;said iron rod found for the intersection of the Road(a variable yvidth ri t ieO ��g inie line of said Tract i with thecasty),�which a 1/2 inch Lane(a variable width right-of-way)bears South 72 de 352.00 fee ngkt of-way line of Coolrs �THEAICE South 19 de grecs 06 minutes 44 seconds West,a distance of said Cooks Lane Access R green 46 minutes SS secunda East,with the wesf right-of wa South 07 de ° a distance o€}18:01 feet to a-1/2 inch iron rbd f Y line of gn es f minutes 25 seconds Easy,with the west found€ar corner;THENCE Road,a distance o€21fl.i 5 feet to a 112 inch iron rod found for tliefin ay lire of said Cooks Lane Access line of said Cooks Lane Access Road with a west ri tersection of the west right-of v inch iron rod being the beginning of tion-tan eS ght-of way lens of said Dottie Lynn p yva angle of 22 de reel B curve to the left having a radius of 88539 feet,as central g 04 minutes 25 seconds and whose chord bears South 29'de seconds West;a distance of 339.00 feet;T1,1Cg �said non tan .right-of wa greet 37 minutes 02 y line of said Dottie Lynn Parlcw �curve to the left and with a w� TRENCE South 18 degrees 34 minim 49 �' arc length of 341.11 feet to a LY"Pa&wa.Y,a distance of 105.75 feet to the Ands West,with a west n.pointfor comer, INi OF BEGIN of-way)ire of said Dottie 'THENCE South 18 degrees 34 Minutes 49 seconds West,LYnn parkway,a distance of 173=67 feet to with a west right-0fway line of said Dottie said Tract I with a west right-of pint for the intersectxan of the south line.of way line of said Dottie Lyrm parkway THENCE South 89 degrees 36 minutes 30 seconds W ' north right-*f-w-ay liiie of said Dottie Lynn 'with the south line of said Tract I and with a corner, from which a 112 inch iron rodplay' distance of 58.45 feet to a point for Tract I with the east right-of-way fated for thea intersection of the south line of said V .30 seconds Wes Y line of said Cooks Lane beats South 89,degrees 35 minutes West a distance of 78.98 feet; . THENCE North 31 degrees 07 minutes 45 seconds East,a distance of 1$8.15 feet to a THENCE N point for cornu; BEGINorth 76 degrees 31 minutes 03 seconds Easy a distance of 16.99 feet rQ the PO NING and containing5 938 s care feet or0_stm acres l lar INT OF" q Note: d,more arless. Basis of Bearing is the Texas Coordinate System NAD'$3 On the City ofArlington G_P.S.GontEol Moniun (93)'Nom Central Zone,.based No.AR82, cut No.AR06 and G P.S.Control Monument Date:January 31,2003, Richard Kennedy OF Tc� Registered professional Land surveyorT No.5527 p Kl7iAlEAY of Page Pag 2 GORRONnONA&ASSOC,R4C. "6761 BRF.NlWppp SiAIIi RD. -S{arg SO ;� XAS Mi12 SI7g�iQn pA7C 677-496-1761 SINGLE ACKNOWLEDGMENT STATE OF TEXAS � COUNTY OF ) BEFORE ME,the wadersig�autho ' on this day personaleY�a No Public,in and for the State of Texas, Y appeared DCook,]mown to me lobe the same person whose ��esubscribed to the forego-onnst nt,and acknowledged to me the he executed purpose and.consideration therein expressed. GIVEN UNDER MY BAND AND SERI,OF OFFICE this the fy 1 2003. .• SUE A HERPJNG€ON Public in and for tlh a of Texas ''� MY cabs Ems - , Qstobar 27,2004 STATE OF TEXAS COUNTY OF TARRANT ACKNOWLEMMENT This instrument of acknowledged before me this �� 2004, by Jake Cook, as Trustee of the Coo 1:30 DaY of April. ily St. t kvoNNE �. KEITH No y Publi Sta a of T V4,WY bio exas * * STATE OF'"AS 03/31106 _[ i.XHIBI T 9 B a 9 PARCEL No. 24—PE CURVE TABLE P.O.C CURVE RA01US DEXIA CHORD BEARING CHORD ARC FWD 1/21R C-1 885.39 270425- - S 29137-02-W 339.00 341-11 J MD 1/2 ro i 9 r A(� o IRY o 1 I . i 1 tYFS1 RE11NNbER OF TRACT 1 / - 1! ANO IAIECE COOK, gOLPENDANT J 1 i UMCUMR OF THE ESWF.S OF AND F r QQ` 1 O VOLUME 12433. AUESK00 Q RK#R-0F=SPAY £ASnLENT J a n � 'S4� ,�N i s t I7. PERMENT SANITARY J SEWER EASEMENT � ~ i 5,938 SQ.F1: OR.0.136-ACRES t N 76731'O3`E P.O.B: I I 16 99' - 1 58.45' S 89.36'3O"YI, H 100 50 O' iqb HOTE_BASIS OF BPJSRIIIG(S THE TF7CA5 CWROCdATE SYSTFTf, - . .WAD e3 (93?. NOR1H CRIiAAL xa+E QASEb nN THE i SeA[.E IN FEET . t:RY of utt�4cfON cPs-r�NlRol 1�SO1'tUA1FM ND. - ' 6. ARE16 ANQ GP.S.CONTROL MONUMENT ND.ARBZ- . PERMANENT SANITARY SEWER EASEMEf[i SWATED IN THE �O R. R_ RAMEY SURVEY cliatull<eara€a ABSTRACT NO- 1341 CITY OF FORT WORTH, TARRANT couNTY, TEXAS 244A %A"GE CREEK PARALIEL COLLECTOR DOE No. 3295 EMENT ACQUISITION AREA: 5 938 SQUARE FEET OR 0.136 ACRES NO. 0 08-1300 pRA1yM 8Y: RK CAM AtE 1RICHARD KEN -vvtmW 3f, 2003 PAGE 3 OF 3 - �-� f'v� RE4751FJiE0 PROFESSbrfAL LlFttl R bRRONOONA do:!2 CWiES. RKY - 6747 BRF.NPN000 SUMROg0. SUiIE 50 NU 5527 FDR[1PORT}( T%. 76f i$ &17-496-i424 FM 817--486-1768 EXHIBIT"C" The Grantors of the above easement,hereby reserve unto themselves,their.hers,assigns and successors, all title in and to all oil andas in $ . and uiidor such easement and same is subject to that certain o'I and gas lease from Jake Cook,et at.to Foundation Shale,LLC, dated Jutie 2;2003,-and recorded in the deed records of Tarranj County,Texas;under receipt No_203362391, on June 5,2003. Said lease lin�the location where drilling operations may be conducted to.one tract,no]anger than 4.00�458 feet on the western third of Tract 29F,where the well bores are about 1436 feet from the.east line and 627 fi=t from the north 1iae of said Tract 29F(such'location does not include any of the areas. described in the-above easements). after recording return to: - City of Fort Worth Real Property.-Records 927 Taylor'Street Fort Worth, TX 76102 ..01TY 4F FORT WPM REAL FilOPERTYF 20101 JUN-19 ful 10 as'. CITY FT WORTH 927 TAYLOR STR. ` REAL PROPERTY- FT WORT1i TX 76142 Submitter. ALAMO(TRIM-WESTERN)TITLE Co-.041 ZALAM SUZANNE HENDERSON TARRANT COUNTY CLERK - TARRANT COUNTY COURTHOUSE 100 WEST WEATH.ERFORD FORT WORTH,TX 7'6196-0401 . DO NUT DESTROY 4NARNING- THIS 1S PART OF THE OFFICIAL RECORD. Filed For Regstration_ OS112l2004 04:42 pm - - Document No» D204147732 - - - - .WD 6 PGS -MOD� - alga BY: - - - I��ii ��iiii�iail�l���i��iii��ii�lli{ .. . D20147232- ANY 2014tz3zANY PROMSIOM WHICH RESTRICTS THE SALE,RENTAL OR USE = OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID A14D UNENFORGEABLE UNDER.FEDERAL LAW, ILII:#.� ALAMO TITLE COMPANY G�InO It" fey-E5� AMTARY SEWER MAIN 244A PARCEL No.244-TE VILLAGE-CREEK PARALLEL COLLECTOR DO19 No.3245 . 2741 COOKS LANE . R.R RAMEY SURVEY,ABSTRACT NO.1341 25A'TEMPORARY CONSTRUCTION EASEiVIENT THAT ME,Jake Cook and Don Cook,Individually,and Jake Cook,as Independent Executor of the Estates of Blanche Cook,Arvy B.Cook and Frances N.Cook,hereinafter referred to as"Grantors" for and in consideration of One Dollar($1.00)and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County;Texas receipt of which is hereby acknowledgeddo gra n4 bargain and convey unto said City, its successors and assigns,the use and passage irk,over,and across, below and along the following parcel or tract of land situated in Tarrant County, 'Texas, in accordance with the plat hereto attached,to wit: It is further agreed and understood that City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction of said sanitary sewer improvements.Upon completion of said improvements and its acceptance by the City of Fort Worth,Texas,'all rights granted within the above-described Temporary Construction Easement shall cease. : 9,0< t/AT21N OF 014 TO HAVE AND TO HOLD the above describedpremises,together with,all and singular,the rights and appurtenances thereto in anywise belonging.unto the said City of Fort Worth,its successors and assigns, " until the completion of c0ustrUction.And I/we do hereby bind myseWourselves,my/bur heirs,successors, and assigns,to warrant and defend,all and singular,the said premises unto the said City of Fort Worth,its successors and assigns,against every person whomsoever lawfully claiming or to claim the same or any part thereof_ It is intended by these presents to convey a Temporary Construction Easement to the said City of Fort Worth to construct the described improvements, with the usual rights of ingress and.egress m the necessary use of such Temporary Construction Easement,in and along said premises_ IN MUNES§WHEREOF,Granters have caused this instrument to be executed on this the day of 20 p,3 OWNERS: OWNERS: Jake k e Cask dependent Executor of the Estates of Blanche Cool,Arvy_B.Cools and Frances N_Cook Don Coo COOK, Trot;Eee?of il�1e Cook Family ' Trust ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TjUUtJff?r § BEFORE ME, the undersigned au ority, a Notary Public in and for the State.of Texas, on this day. personally appeared a � knave to me to be the same persons whose name"is subscribed to the foregoing instrument,and acknowledged to meat the same was the act of "kc aa and that tWexccuted the swine as tire- act of said for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _� day of 20 t7 CHLOE F_ttnrtsARO FAY COMMISSION F3WlRES MAactt 21,2ot16 Notary Public in and for the State of Texas Page 1 of 3 GOARONW14A&ASSOC.,INC. 61U7 HREN7'WooD SrAIRRQ_ SUITE Sit FORT WORT11•TEXAS 76112 817496-1424 FAX 91M96-1768 Y s SINGLE ACKNOWLEDGE STATE OF TEXAS j COUNTY OF It j) BEFORE ME,the uodaskpq atdhm. >a nR tL vPPewcd Don. Notary Pub ut and for the,Swc of-Texms, �fa ' to tregoiOg vn Innown to to be Elie same p whose the P far the and�� Iseed to me the ose anif canszdaon therein�, executed, GIVEN UNDER MY.HAND AND SEAL OF OFFfCE tfris the dqY. unc,2003. SLOE M.NERRWCTOIV °�'Riblic ir3 sod for tbu� a of Tex s MY CW -WWM OcWw 27,20,D4. STATE,OF TEXAS COUM OF TARRANT ACKNOWI #.MENT This instrument-was acknowledged before me this 2004, by. Take Cook.,, as Trustee of. the Cook Family Trust= daY of April, t *awl • KE1IH- P � S k SiA1� Na ry Publ State of Texas 7 SANITARY.SEWER MAIN 244A VILLAGE CREEK PARALLELCDLLECTDR -PARCEL No.24-TE DOE No.3295 2701 COOKS LANE R R RAMEY SURVEY,ABSTRACT NO:1341 EX717BTT"A„ - Being a.25.0'Ten�7oraly Cons City of Fort' tructian Easement situated in the R It:Ra1ne described as Work Tarrant County,Texas and beim a Y Survey;Abstract No. I341, Tract 1 deeded to Jake Cook and Don being of the west remainder of a tract of land. Executor of the Estates of Blanche Coo k,Individually;and lake Cook, as Independent 129x'3, Page 500 of the Deed Records of�Y B. Cook and Frances N Cook as Easement bein arrant County recorded in Volume g more particularly described by nletfS grad �' r ' said Z5.0' Tem bounds as follows:Co" porgy Construction WestF�1C1NG ata 1/2 inch iron rod found i11 Ute north line of said Tract west sigh#of iron rod found far he intersection ofthe natibRj eofa variable a said point being iA the width right easway},from which a 112 incl- Laae(a variable width tight of-way}bears South 72 de Z with t11e cast "352.00 feet;TFLEIVCI;South grecs 06 r4 t-of way line of Cooks i9 degrees 46 minu minutes h,seconds Wesk a"distance of said Cooks Lane Access Ro ten 5S SeeOnds Easy with thq West right-4-way Soilth V7 4e s2 a distance a 118.01 feet to a 112.inch iron rod found for corner; ~N� tareel 15 minutes et seconds Easy with the Read,a distance of 210.IS feet to a 112' west right_o way line of said Cooks Lane Access line of said Cooks�e Access h a non rad found for the intersection of the west inch,iron rod beingRoad with a west right-of-way line of said Dottie L ��t-of way angle of 22 de s 0 beginning of rvon-tangent curve to the left havinga J�Parkway,said 112 green 04 minutes 26 seconds and whose chord radius of 885.39 feet,a central seconds West,a distance of 339.fl0 feet;.TMNCE with said non bei South Z9 right-of-way line of said D crit c es 37 mutes 02 Dottie Lynn Parkway, an arc len urve to the Jett and with a west THENCE.South i8.degrees 34 minutes 49 seconds ylr of"341.11 feet to a Lynn Parkway,a distance of 77 25 feet to the PO 'with a point for corner-, POINT Oil SEG west rightex. line of said Dottie _ INNT�IG;: - THENCE: South 18 degrees 34 minutes 49 seconds we I' =111 , a distance of 29-50 feet to a with a west right of way lime of said Dottie Permanitary Sewer Easement; Point for the northeast corner of a proposed TE NCE South 76 degrees 31rninufes 03 sew. Permanent Sanitary Seer asementnds West; with-the.north line of said corner of said E , a distance of 16.99 feet t6 a propos P�posed Pnanent Sanitary Serer Easement; Point for the newest THENCE South 31 degrees 07 minutes 45 seconds Wei with the west line of said.proposed Peimauent Sanitary Sewer Easemen a_d" Posed- corner of said proposedper" k distance of 188.15 feet to a point for the southwest line of said Tract said ent SanitarySewer Eawwent,said paint being Parkway, Point.aisa being in a-north rightof-way line of said Dottie Lyrist THENCE, South 89 degrees 36 minutes 30 north r89 deg wa 6 seeonds West With the South tine of said Tract corner f o y ine of said Dottie LYnn.Parkway a distance of 29 33 feet to and with A m which a 112 inch iron rod found far the irate l�im for Tract!.with the east dl;ht of-way tine ofsaid intersection of the south 30 seconds W Cooks Lane bears South line of said a distance of 49-65 feet; 89 degrees 36 minutes INCE' -North 31 degreM07 minutes 45' seconds Fast a distance of213.94 feet to a poincomer; for TIENCE Noah 76 degrees 31 minutes 03 B`LGINNING ,and eontairlifl 5seconds Fast,a distance of 43.10 feet to the 1'.O g 777 square feet.Or 0.133 acres of land, 1N7'OF more or less. ote: Basis ofB caring is the texas Coordinate Systems NAD 83(93},Norm Central Zone,based .Alt82. pl MOAument-W on the.City of Arlington G No. .S_Centro AR06 and P.S.Control Monument ' G 1te:Jantlary 31,21003 :hard Kennedy ( OF j 3istered Professional Land .5527 Surveyor Paget of3 5527 WND014A d ASSO(-_INC. 6707�1T/OOU . STA1aR1} S(rrIE 50 FOR WOR7M.Tj)W 761I2 . SLT-48,1429 FA)C 917d9&nA* - PARCEL No. 24-=PE . CURVE TABLE P.Q,C. CURVE RADIUS DELTA CHORD BrARMIC CHORD ARC FND 1/2 Tit . - C-i 885.39 22'04'26" S 29'J7021t' 339.00 � 341.11 . '7 1 O ' 1 LINE TABLE 1 EEARWG - gSIAMCE - 11834491K 29.50 - - - ' 1 : L-2 S 7633'031W, 16.95 r - - 1 i f _ .. 1 .WEST REIAWNDER OF TRACT{ 1t 1 I COOK,DON COOK t 1 CDDK. l*)EPe4DAW -f [{ � 1JCE7.71TOR OF 711E ESTATES OF. EASOAM - �n I SIE GO41C.ARVY a COOK 7 f � .� t D 1=RANCEs rc cDotc �t �O I VOLUME 12933,PAGE 506 E r' v 25.0' TEMPORARY T Z I CONSTRUCTION EASEMENT � fr 5,7 77 SQ-FT-"DR fl.13"3 ACRES 1 � N 76'31'03'E 1 SMtARY SEWER EASENEW 1 S 69'36'30'W •• I - - - - 49.65' 1 29.33' 1rI! 1.00 50 U" 900 !1 S 89'.-35'30'W NOTE Wim OF BEA m IS THE TEYASCODR�NATE SY5TEH. - "" SCALE 1N FEE1' . EGAD OF{93,xOR111 CETIIRAL ZONE, E4ASEO ON THE I CRY DE' CPS_t'L��i1sQF.f F,1E W NO- { ARO6 AND G.P.S.O NTROL MOM11AEttT No ARBZ. -. EXHOT SHOWING A SOF T 25.0' TEMPORARY CONSTRUCTION EASEMENTr�GTSTu' SM ATM N THER. R. RAMEY SURVEY � 1414, 7 ABSTRACT NO. 1341 - '.!N 552..... CITY OF FORT WORTH, TARRANT COUNTY, TExAS ��0 r � �OJECT. M-244A VILJ AGE CREEK PARALLEL COLLECTOR " DOE No_ 3295 GG 4SEME14T ACQUISITION AREA 5 777 SQUARE fEET OR 0.133 ACRES ys N0. vies-1300 DRAWN DY:RKRICHARD [ CAl)D 1300E5MT'OWG REcmTm-PROFFSSIONM-LAND SURV OR 11E; .IAt{UAR1f 31,2003 PAGE 3 OF 3 - Srdr c._ 1- 100' NO 5527 GORROptDONA$ASSWATES. WC. - 6707 DRENiWovD STAIR ROAD..SUITE 5D FORT WORK TK 76112 - 817-496»1424 FAX 017-496-1768 - s r FX: IT `C" The Grantors of the above easemcnt,hereby reserve unto themselves,their heirs, assigns and successors, all title in and to all oil and gas in and under such easement and same is subject to that certain oil and gas lease from Jake Cook, et al,to Foundation Shale, LLC, dated June 2,2003,and recorded in the deed records of Tarrant County,Texas,under receipt No. 203362391,on June 5,2403. Said lease limits the location where drilling . operations may be conducted to one tract;no larger than 400 by 458 feet on the western third of Tract 29F,where the well bores are about 1436 feet from the east line and 627 feet from the north line of said Tract 29F(such location does not include any of the areas described in the above easements). after recording return to: City of Fort Worth Rea]. Property Records 927 Taylor Street Fort Worth, TX 76102 Of i t 0f.FORT WORT4i REAL FROPERTY -2601 JUN 18 '4010 0 CITY FT WORTti 927 TAYLOR ST fes+ REAL.PROPERTY FT WORTH TX 76102 Submitter, ALAMO(TRIM-WESTERN)TITLE CO_-0o1 ZALAM SUZANNE HENDERSON . TARRANT COUNTY CLERK TARRANT COUNTY COURT"OUSE 100 WEST WEATHERFORD FORT WORTH,TX-7619"401 DO NOT DESTROY WARNING- THIS IS PART OF THE OFFICIAL RECORD Fled For Registration: OV121201M 04:42 PiSll - DocamentNo-" 0204147233 1Np - s PGs Mee - - - - - - - - Lawx- Syr IN HIM III m IN 1111111111111111 Ili D204147233 .ANY PROVISION WHiCEE RESTRICTS THE SALE,RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UDDER FEDERAL LAW. M b, = 116 hT6- ` a o rA x _ after recording return to: Cit yy of Fort Worth Real Property Records SANITARY SEWER MAIN 244A 900 Monroe Street, Ste. 320 - VILLAGE CREEK PARALLEL COLLECTOR Fort Worth, TX 76102--5302 Parcel #25 Igoe #3295 ALAMO TITLE COMPANY E. LANCASTER AVENUE R.R. RAMEY SURVEY, ABSTRACT NO. 1341 GF UL STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS ` COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER LINE EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT DATE: November 16, 2004 GRANTOR: Marsha Waddell Moller, Mark S.Waddell, Earl Waddell, Inc., Juanita Reeder Waddell alkla J.R. Waddell GRANTOR'S MAILING ADDRESS (including County): PO BOX 50039 FORT WORTH,TARRANT COUNTY, TEXAS 76105 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS(including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: R.R.Ramey Survey,Abstract No.1341 (See attached Exhibits"A°and"B") Permanent Sewer Une Easement &Temporary construction Easement RPIGG 07104 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned author j Public in and for the State of Texas, on this day personally appeared �/- , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that heldWexecuted the same as the act of said ! Z for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this- � day of SHER1 TAYLOR NOTARY P-1 STATE OF Tt n 9 Nota Public in and for the S e of Texas i✓om— W 05-06-2446 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority -a P Iic in and for the State of Texas, on this day personally appeared o� , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me the same as the act of said v s that the same was the act of - and ifiat�i /she executed for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of b—mw�u— 200'f SHERI TAYLOR � N0 T ARY PUBLIC lb _ STATE OF TEXAS Notary Public in and for the State of Texas OF t�}T My Comm.Exp-01-06-2006 Permanent Sewer Line Easemerd &Temporary construction F.-asement RP1CG 07104 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT- § BEFORE ME, the undersigned authority, a Notary Public "n and for the State of Texas, on this day personally appeared Mar g" ;1J , known to me to be the. same person whose name is subscribed to the-foregoing instrument, and acknowle ed to me that the same was the act of and that he/executed the same as the act of said qtr for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,206LI. SH�ERI-TAYLOR ¢ NOTARY PUBLIC @� �e STATE OF TEXAS My Comm-Exp-Qo0s Notary Public in and for the State of exas. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Pub is in and for the State of Texas, on this day personally appeared � , known to me to.ber the same person whose name is subscribed to the foregoing instrument, and aclmowiedged to me . that the same was the act of SQ/1 and that he/ executed the same as the act of said T WOL ddit V for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 13 day of ;OtPAYw SH Est TAY R - - * tr NOTARY PUBLIC ry STATE OF TEXAS ` my Ceram.Exp"01-06-2©35 Notary Public irl and for the State o Texas Pemment Sewer Line Easement &Temporary Construction c=asement RP/GG 07/04 4 GRANTOR: Marsha Waddell Moller GRANTOR: OP ark S. Waddell GRANTOR: Earl Waddell, Inc. By: Marsha Waddell Moller, Vice President GRANTOR: Wo- Judnita.Reeder Waddell a/k/a .1R.Waddell GRANTEE: City of Fort F 1 QMa qssistai Manage . Permanent-Sewer Line Easement &Temporary Construction Easement RP=07104 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority,.a Notary Public in and for the State'of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of C;7 ] and thattji /she executed . the same as the act of saidfor the purposes and consideration therein express d Jnd in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL.OF OFFICE this day of HETTIE LANE ` MY COMMISSIONtrxPERES Notary Public in and r the S to cif Texas July 26;2007 Pemmanent Sewer line Easement Temporary Construction Easement RP/CG 07104 F1SANITARY SEWER MAIN 244A PARC)uT.No.25-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 E.LANCASTER AVENUE R.R.RAMEY SURVEY,.ABSTRACT NO.1.341 EIalllirr"A" Being a Permanent Sanitary Sewer Easement situated in the R-R_Ramey Survey,Abstract Na..1341,City of fort Worth,Tarrant County,Texas and being a portion of a tract of land deeded to Earl R.Waddell, Earl R Waddell,Jr.and Lloyd S.Waddell as recorded in Volume 1290, Page 533 and Volume 6769, Page 2179 of the Deed Records of Tarrant County,Texis, said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found for the intersection of the west right-of way line of Cooks Lane(a variable width right-of-way)with the north,right-of-way line of U-S. Highway 80 (a variable width right-of way); THENCE South 39 degrees 12 minutes 02 seconds West,with the north right-0f-way line of said U.S. Highway 80,a distance of 30.86 feet to a 112 such iron rod found for turner, THENCE South 79.degrees 20 miuutes 20 seconds West,with the north right-of-way line of said U-S.. Highway 80,a distance of 28.95 feet to a point for corner, " THENCE North 00 degrees.14 minutes 33 seconds West,'a distance of 824.83 feet to a point for comer, THENCE, North 44 degrees 24 minutes 50 seconds Fast,a distance of 41.80 feet to a point for comer in the north line of said tract of land deeded to Earl R Waddell,Earl R Waddell,Jr.and Lloyd S.Waddell,said point being in the south line of a tract of land deeded to Lloyd S.Waddell and wife,Juanita IL Waddell as recorded in Volume 4033,Page 309 of said Deed Records of Tarrant County,Texas; THENCE North 88 de 41 minutes 28 seconds � �� East,with the north Line of said tract of land deeded to Earl R Waddell,Farl R Waddell,Jr.and Lloyd S.Waddell and with the south line of said tract of land deeded to Lloyd S.Waddell and wife,Juanita EL Waddell,-a distance of 15-06' feet to a point for corner in thewest right-of-way line of said Cooks Lane,from whi6h a 1/2 inch iron pipe found for the southeast corner of Somerset Estates,an addition td the City of--_ Fort Worth,Tal rant County,Texas as recorded in Cabinet A,Slide 6258 of the Plat Records of Tarrant County,Texas bears North 00 degrees 33 minutes 29 seconds West,a distance of _ 5.13:12 feet and North 89 degrees 19 minutes 54 seconds'West,a.distance of 10.65 feet; THENCE .South 00 degrees 29 minutes 41 seconds East,with the west right-of-way line of said Cooks . Lane, a distance of 925.79-feet to the POINT OF'BEGEWUNG and captaining 38,739 square feet or 0.889 acres:of land,.more or less. Note: Basis of Bearing is the Texas Coordinate System,NAD 83(93),North Central Zone,based On the City of Arlington G.P.S..Control Monument No.AR06 and G.P.S.Control Monument No.AR82. Date:January 31,2003 SOF Tfiy cs'���tst�v�.Ad, Richard Kennedy . -- ltlCHARD R6NNIDY Registered Professional Land Surveyor No.5527 Page 2 of 3 �$ yam. . GMQ4aTWAd:ASSOC-WC. 6707 aREMV0017 STAHL RD_ SUITE" FORTWORTFLTEXAS 76112 817-496-1424-FAX 817-496-1768 EXHIBIT PARCEL No.'..25—PE' S©A(ERSET ESTATES CABINET A SLIDE rasa. L-5 1/2.1101 PIPE 1 1 - LLOYD S.WAADELI:AND 120 60 Q WIFE, AIAINTA H_WADOELE 7 N}°1e Ili i - 120 VOLUME SCALE IN FEET - E- I T —DF—WAY EkSELLENT If ' 4 � N _ PERMANENT SANITARY ads �Lu Q I LII SEWER EASEMENT i) 38,739 R'0 'Q-FT. O .889 ACRES EARL R. WADDELL — EARL R. WAI)f1ELL; JR. ! E: - 3 LLOYD S. WAD©EL1 � VOWME 129D; PAGE 533 C)ga, VOLUME 6769. PAGE 2179 EASE11EW iii LINE TABLE �d TINE REARING DISTANCE L-i -S 39,12,02,w .30-86 t L;2 . S 7920.2ow '28.95 = r L-3 - 11 44.24' 0"E 41.80" L-4 IV 88'41'28'i 15.06 L-5 N 89'1954W 10.65 80 _.� G"� fy�fiir-l� wA�. NOii; BASIS OF BEhRNVG K THE TE7cA5 CaDRDRVAtE _ ` tt`A��;1 � 'NAD 83. 93j, NOiR11t CENLRAL XON£;gpSEp . CRY GP.S.CONTROL ldOhllfAlENi'NO. ARD6 AND C.PS- QMTF DL momuENL E)HISIT SHOIN443 4F A SOF. PERMANENT SANTAR � 'SEWER FASEMENT S QryC r `��► THE R. R. RAMEY SURVEY rdCli DK....tY - ABSTRACT IVO_ 1341 CITY OF FORT WORMTARRANT-COUNTY. TEXAS 'RO JECT M-2448VILLAGE CREEK PARALLEL COL.1.l;CTOR AOE No. 3295 ;U ASE M>NTA 1151 RON AREA M 739 SQUARE FEET OR 0-889 ACRES IOD"1eD vioe a iD aaAW" BY: RK RiCHARO KENN SATE;JANUgf/Y 31, 2003 _ SoAkLCADD FILE 130 'I,ST-DWG y�t IA PAGE 3 or 3 crarr. �1- = 120' � GOfilt4NO0NA k ASSOCIATES.84C, - 5707 DREN1WODp SFAR2 ROAD. NO. 5527 - 5[81E 50 fM WORK DL 76112 817-496-1424 FAX 817-496-1768 SANITARY SEWER MAIM 244A .. PARCEL No_25-TE VILLAGE CREEK PARALLEL COLLECTOR. DOE No.3295 E.LANCASTER AVEMJE R.R.RANEY SURVEY,ABSTRACT No.1341 Being a.25-0'Temporary Construction Easement'sihwed in the R.R.Ramey Survey,Abstract No. 1341, City of Fort Worth.,Tarrant County, Texas and being a portion of a tract of land deeded to Earl R.. Waddell,Earl R.Waddell,Jr.and Lloyd S.Waddell as:recorded in Volume 1290,Page 533 and Volume 6769, Page 2179 of the Deed Records of Tarrant County, Texas, said 25-0' Temporary Construction Easement being more particularly described by-metes and bounds as follows: C0MIKENCING at a 112 inch iron:rod found for the intersection of the west right-of-way line of Cooks Lane-(a variable width right-of way).with the north'right-of-way tine of U.S.Highway 80(a variable. width right-of-way);THEKCE South 39 degrees 12 minutes 02 seconds West with the north right-of-- way line of said U.S. Highway 80, a distance, of 30.86 feet to a 12 inch iron mud found for corner, -THENCE South 79 degrees 20 minutes 20 seconds West,with.the north right-of-way line of said U.S. Highway 80, a distance.of 28.95 feet-to the POINT of BEGINNING,said point-being the southwest comer of a proposed Permanent Sanitary Sewer Easement; " THENCE .South 79 degrees 20 minutes 20 seconds West,with the north right-of-way line of said U.S.. Highway 80,a distance of 25.42 feet to a point for comer THENCE North 00 degrees 14 minutes 33 seconds West, a distance of 839.70 feet to a point for comer, THENCE North 44 degrees 24 minutes 50 seconds East,adistance of 26.43 feet to a point for corner in the north line of said tract of land deeded to Earl R Waddell,.Earl R.Waddell,Jr.-and Lloyd S.Waddell,said point being in the south lime of a tract of land deeded to Lloyd S.Waddell and wife,Juanita 11 Waddell as retarded in Volume 4033,Page 309 of said Deed Records of Tarrant County,Texas; THENCE North 88 degrees 41 minutes 28 seconds East,with the north line of said had of land deeded to'Earl R Waddell,Earl R Waddell,Jr.and Lloyd S.Waddell and with the south line of said tract of land deeded to Lloyd S.Waddell and wife,Juanita It Waddell,a distanm of 35.81 feet to.a point for the northwest comer-of said proposed Permanent Sanitary Sewer Easement, from which a. 112 inch irou.Vpe found for the southeast comer of Somerset Estates,an addition to the City offmt Worth,Tan-ant County,Texas as recorded in Cabinet A; Slide 6258 of the Plat Records of Tarrant County Texas bears-North 88-degrees 41 minutes 28 seconds East;a distance of 15.06 feet,North 00 degrees 33.minutes 29 seconds West,a distance of 513.12 feet and North 89 degrees 19 minutes 54 seconds West,a distance of 10.65 feety THENCE-"-Soutk 44-degrees 24 minutes.50 seconds West, with the west line of said proposed- Permanent Sanitary Sewer Easement,a distance.of 41.80 feet to a paint for comer - TUENCE 'South 00 degrees 14 minutes 33 seconds East,with the-west of said proposed Permanent Sanitary Sewer Easement, a distance of 824.83 feet to the POINT OF BEGINNING and containing 21,660 square feel or.0.497 acres of laud,more or less: Note: Basis'ofBearing is the Texas Coordinate System,NAD 83(93),North Central Zone,based t on the City of Arlington G.P.S.Control Monument No.AR06 and G.P.S.Control Monument No_AR82.. Date:Janitarp 31,2003 atiO r - Richaid Kennedy . Registered Professional Land Sury or i CH.. ICENhlt7i� No.5527 a 5527 Page 2 of su�ly� GOMONDONA&ASSOC,Mr- 6707BREtrrWOODSTAIR RD_ SLUE56 FOATWORTMTEXAS 76ttZ 917496-1474 FAxdr744(1768 - _ XHIB T B 39 PARCEL N", 257-TE SOMERSET ESTATES - - CMINET jX. E 6258 - L-7 - - - FNBtfI'IRON PIPE 1 - _ LLOYD S. WADD6AND - IMFE.-JI]AIATA H, WADDEtt I 120 SO 0 120 309 I w �b SCALE IN FEET 1 L-4 NN Q' '�. PROPosEo-PEI�I1ANErtT 's' . y s►uvlTnxr s�v�lt�sE►;I�Nr #T �.[ - _ � t �Jm co XGLLl; 25.0' TEMPORARY sµ r ' o 1 1 CONSTRUCTION EASEMENT � 21,660 S4.FI-._ OR 0.497 ACRES c� EARL R. WADDELL 0 EARL R. WADDELL, JR. ° �'` U2 , LLOYD S. WADDELL �- � �U61 VOLUME 1290, PAGE-533 -4F-WAY --tib r - r VOLUME 6769, PAGE 2179 EASEMENT- t 1 D.R.T-C T b. - LINE TABLE Oates FIL-- EIFARfNG DISTANCE S 39'12'fl2"W 30.86 1 S 79'20'20-W 28-95, moPDsm SANITARY SEWER EASEMENT .,,-�. _ L-3 s 79'za 20"10 25.42 L--4 N 44 24'50'E. 26.43 Et aG:1 L-5 N.W41'28"E L-6 . N 88'41'28'E 15.06 7 � i L-7 'N-8T19'541N #.0.65 L-8 5 44.24.50-W 1 41.80 1 T — L-3 FND 1/2-R SI 1��' tib i.��... SER " NOTE- aAsls OF OCNGNG LS THE'TEXAS,LY30FUf11NATE - NAD 83(931 NORIA CENTRA.ZONE,msED - aW OF ARLNGM GAS.CONTROL MMUMENT AR06 AND 6.PS. CONTROL MONUMENT N0. Afi82. - - EXF9BIT SHOWHGf _ - - AF� 25-0' TEMPORARY-CONSTRUCTION EASEMENT SITUATED IN THE - -R. R. RAMEY -SURVEY ri�lin�DxEi�Y' ABSTRACT NO. -1341 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PROJECT: M-244A VILLAGE CREEK PARALLa COLLECTOR I DOE No- 3295 EASEMENT ACQUISITION AREA 21,660 SQUARE FEET OR 0.497 ACRES RICHARD 1fENN -JOB N0. 0708--1300 THUANIN BY: RK CrIDB1300FSMTxm RICII'rERO PROFFSStOTu1L LVN3 -- - DATE; JANUARY 31. 2003 PAGE 3 OF 3 - SCAF F- 1' 12d NO.5527 ' UbNRONI]OMA&ASSOCIA7s:5, INC. - 6707 EIREHEWOPD STAIR ROAD, SUrTE 50 FART WORTH,TX. 76.112 817-496-1424 FIV( 017-496-T766 u 'v R CITY OF FT WORTH REAL PROPERTY ¢ , 900 MONROE ST#320 FT WORTIt Tx 7610z Submitter. ALAMO TITLE CO.,001 ZALAM SUZANNE_HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT.WORTH,TX 76196-0401 DO NOT DESTROY WARMING- THIS IS PART OF THE OFFICIAL.RECORiD � =t inn " 1•=i[edFor Registratian, 01110120050721AM - '_ bmbumenttL f)205009267OPR 12 PGS _ _ - '• - a© .111111HIII INHill 1111[1I 11111�lll�li��� 1111 D205009267 ANY PROVISION WHICH RESTRICTS THE SALE;RENTAL-OR USE OF THE DESCRIBED REAL-PROPERTY BECAUSE OF.COLOR OR RACE IS INVALID AMID UNENFORCEABLE UNDER FEDERAL LAW- _ t _ ' ORMINAL . SANITARY SEWER MAIN 244A Parcel#26 Doe#3295 1203 W PIONEER PKWY Lot-211 Blk- 1 ORION PARK ADDITION STATE OF TEXAS § § KNOW AI•.,.L MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER LINE.EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT DATE: ' August 24,2004 GRANTOR: ARLINGTON ISD GRANTOR'S MAILING ADDRESS (including County): 1201 COLORADO LANE ARLINGTON, TARRANT COUNTY, TX-1Q0'15 GRANTEE: CITY OF FORT WORT-14 GRANTEE'S MAILING ADDRESS(including County): 1 OGO THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: One Dollar ($1.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, PROPERTY: (See attached Exhibits"A"and`RB") Permanent.SeWer lone Easement &Temporary construction Easement PPICG 07ID4 Grantor, for the consideration paid to Grantor and other good and valuable- consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, - equipment and appurtenances; including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the property and more fully described in Exhibit W attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege'at any and all times to enter property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility; and a temporary construction easement, As described in Exhibit "B", attached hereto and made apart hereof, to use in connection with the construction of said Facility, said temporary construction easement to expire upon completion of construction and acceptance by Grantee of said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or'permit to be erected a permanent structure or building, including,. but not limited to, monument sign, .pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concret2 driveway or road on the Property. Grantee shall be obligated to restore the surface of the property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface . improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of.the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use! of this Easement_ TO HAVE AND TO HOLD the above-described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto' Grantee, its successor and assigns, against every persona whomsoever lawfully claiming or to claim the same, or any part thereof_ TO HAVE ANb TO HOLD the above described temporary construction easement, together with, all and singular, the rights acid appurtenances thereto in anyway belonging unto Grantee, and Grantee's successorg and assigns until the completion- of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Sewer Line Ensemetri &Temporary Catrsiruc6on c=asement RPICG 07104 ' 4 a repair of a Permanent Sewer Line Facility,-hereafter referred to as "Facility"_ The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon,'under and across a portion of the property and more fully described in Exhibit W' attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility; and a temporary construction easement, As described in Exhibit "B", attached hereto and made a part hereof, to use in connection with the construction of said Facility, said temporary construction easement to expire upon completion of construction and acceptance by Grantee of said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property -a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit_ However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall 'be obligated to restore the surface of the property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement TO HAVE AND TO HOLD the above-described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. TO HAVE AND TO HOLD the above described temporary construction easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant-and .defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof When the context requires, singular nouns and pronouns-include the plural. Permanent Sewer lane Easement &Temporary Construction Easeme d RP/CG 07104 } r f a • ` GRANTOR: Arlington ISD GRANTEE: City of FortWorth ire it, ssistant Chi Manager ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT BEFQRE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared_-Dr_?k:{ .mven-'k; Q _.,__...._ —, known to me to be the _ same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of al-z -1 0ac arid that he/she executed the same as the act of said Tr A� e na;e�4 Sz%,a b l _ 0 S+t for the purposes and consideration therein express d and in the.capacity therein stated. GIVEN UNDER MY HAND AND-SEAL OF OFFICE this- h clay of EY n tka r tf 20P 5. e DONNA S. BELL tVolaq Publfc, State of Texas MY COmffrisSlon Expires MAY 10, 2006 Notary Public in and for the State of Texas J P&manent Sewer Line Easement &Temporary Gonstruclion Easement RP1CG 07104 t ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE Ml=, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared . A a r.c _A_ _07-t- _ _ , known to me to be the same person whose name is subscril)ed to the foregoing instrument, and acknowledged to me that the same was the act of e-;i and that I've/she.executed the same as the act of said- 0- the purposes and consideration therein express d and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2d�3ay of ,20 o 5. HETTIE LANE ' My COMMISSION EXPIRES, J" +26,zoo? Notary Ublic in and for the State of Texas • �FT�lz ,P�C4�d/NFr e�7ZL2�t1 �Z`J Robert Humphreys, Lana Agent Q3� .-v - City Of Fort worth M & C: /-: o l ATS' Real Property Services Engineering Department A00IT: DC�S 900 Monroe Street Suite 302 Fort Forth Texas 76102-6302 Permanent Sewer Line Easement &Temporary Construction Easement MCG 07104 F ARY SEWERI�IAIN 244A PARCEL No-26-PEAGE CREEK PARALLEL COLLECTORNo.3295 W. GREEN OAKS BOULEVARD LOT 2R,BLOCK 1 ORION PARK SECTION ONE EXHIBIT"A" Being a Permanent Sanitary Sewer Easement out of Lot 2R,Block.1 of Orion Park Section One, an addition to the City of Fort Worth and the City of Arlington, Tarrant County,. Texas as recorded in Cabinet A, Slide 4733 of the Plat Records of Tarrant County, Texas,said Lot 2R being deeded to the Arlington Independent School District asrecorded in Volume 13541,Page 418 of the Deed Records of Tarrant County, Texas,said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found for the northeast corner of said Lot 2R, said 112 inch iron rod being the intersection of the south right-of-way line of the Union Pacific Railroad with the west right-of-way line of West Green Oaks Boulevard (a 140.0' right-of-way); THENCE South 79 degrees 47 minutes 54.seconds West,with the north line of said Lot 2R and with the south right-of-way line of said Union Pacific Railroad,a distance of 328.91 feet to a 1/2 inch iron rod found for corner;THENCE North 00 degrees 52 minutes 44 seconds West,with the north line of said Lot 2R and with the south right-of-gray line of said Union Pacific Railroad,a distance of 25.69 feet to a 112 inch iron rod found for,comer; TIENCE South 79 degrees 51 minutes 09 seconds West,with the north line of said Lot 212 and with the south right-of-way line of said Union Pacific Railroad,a distance of 32.92 feet to the POINT OF BEGINNING; THENCE South 00 degrees 14 minutes 33 seconds East,a distance of 91.36 feet to a point for corner in the north line of Sanitary Sewer Easement as recorded in Volume 340, Page 470 of said Deed Records of Tarrant County, Texas; said point being in the south line of a T.E.S-CO. Easement as recorded in Volume 1129,Page 447 of said Deed Records of Tarrant County,Texas; THENCE South 79 degrees 51 minutes 09 seconds West,with the north line of said Sanitary Sewer Easement and with the south_ line of said T.E.S.CO. Easement, a distance of 40.61 feet to a point for corner; THENCE North 00 degrees 14 iunutes 33 seconds West,a distance of 91.36 feet to a point for sorrier in the north line of said Lot 2R,said poini being in the south right of:way line of said Union Pacific Railroad; THENCE North 79 degrees 51 minutes 09 seconds East,with the north line of said Lot 2R and with the south right-of-way line of said Union pacific Railroad, a distance of 40.61 feet to the POINT OF BEGINNING and containing 3,654 square feet or'0.084 acres of land,more or less. . Note; Basis of Bearing is the Texas Coordinate System,NAD 83(93),North-Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and- G.P.S. Control Monument No_AR82. Date.January 31,2003 Richard Kennedy % f Registered Professional Land Surf+ y or No.5527 Page 2of3 � ' GORROMXNA R ASSOC"1Nc. 6707$RENTWOOO STAIR RIS" SUirE 50 FORT WOR771,TEXAS 76112 317496-1414 FAX B17-49(}1756 PARCEL No. 26—PE ' 0 100 SD _ 0 100 :S• � , p,VEuE �N S -WAY1� SCALE IN FEET cA TD- _ r • .- lam^- _ J! -- ACV PaC. - WON E•R � 084 pGRESsea-9t�r�� � �of 3.65 Q.FC• ORO L�6 L'?FNq t12�J7�Y�7 J 4-44 Hn 3�l J T.f.5.00 29 -- 1 yOLtyIAE gR,T.C.T•__ -- �j--.�%" - 4 F 836 J 6 _ 40L�'_IRT.GT J - Lu i t ` 1 1 ARLINGTON IN7EPENDANT LOT 2R SCHOOL DISTkJGT VOLUME 13541, PAGE 418 �' /` i. s D.R.T.C.T. !r -, -EASEMENT AND RICHT-OF--WAY ` 1 _ TRIN1tf RIVER AuniDR1TY OF TEXAS VOLUME 5377,PAM 927 - . O.ELT.C.T. ! _ T 1 1 1� 1 ► I �,] ., - ORION PARK SECTION ONE � CABINET A. SLIDE 4733 P.R.T.C.T. I 1 . - LIKE TABLE; LINE I BEARING DISTANCE j i j i L-1 N 00'52'44'V 25.69 L-2 S 79'51'09"W 32.92 i 1 L-3 S 00 14'33"E 91.36 L-4 S 79.51'09"W 40.61 (- L-5, N 'OO'74'33-W 91.36 f L-6 N 79'5109"E 40.61 QV 1 t tY ' - NOTE:BAS15 OF HEARING IS THE TEXAS COORDINATE SfSTE►1. 30.0' PEDESYRm---1 k NAD 63 (93).NOCENTRA.ZONE, BASED ON THE ACCESS EASEMENT i RTH CITY OF ARLR4CTON CPS.CONTROL MONUMENV NO. (PER PLAT) - AROG AND G.P.S.CONTROL MONUMENT NO.ARB2. . EXHIBTf SHOWING - - - A PERMANENT SANITARY SEWER EASEMENT BERIG A PORTIONOF LOT 2R. BLOCK I ORION PARK SECTION ONE �•`� °` 1 AN ADDITM TO 7HE Cliff OF FORT WORTH, TARRANT COUNTY, TEXAS 'HEM RECORDED IN CABINET A. SLIDE 4733 . of Tw PLAT RECORDS OF TARRANT COUNTY. TEXAS LrEASEMENT M-244A VILLAGE CREEK PARALLEL COLLECTOR DDE N0. 3295 ACQUISITION AREA: 3 654 SQUARE FEET'OR 0.084 ACRES RICHARD KENT , B-1300DRA1'M ft RIC CARD FILE: 1300ESMT.DWG REGISTERED PROFES'=NAL LANG R RY 31. 2003 PAGE 3 OF 3 SCALE. f" - 700' NO. 5527 ONA&ASSOCIATES.INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORi1C TX.76112 677-495•-1424 FAX 017-496-1766 SANITARY SEWER MAIN 244A VILLAGE CREED PARALLEL COLLECTOR P` RCEL No.26-TE DOE No.3295 W.-GREEN OAKS BOULEVARD LOT 2R,BLOCK I ORION PARK SECTION ONE EMBIT Being a 25.0'Temporary Construction Easement out of Lot 2R,Block 1 of Orion Park Section One, an addition to the City of Fort Worth and the City of Arlington,Tarrant County,Texas as recorded in Cabinet A, Slide 4733 of the Plat Records of Tarrant County, Texas, said Lot 2R being deeded to the Arlington Independent School District as recorded in Volume 13541,Page 418 of the Deed Records Of Tarrant County,Texas.'said 25.0'Temporary Construction Easement being more particularly described by metes and bounds as follows: COMMENCING at a I/2 inch iron rod found for the northeast corner of said Lot 2R,said 1l2 inch iron rod being the intersection of the south right-of-way line of the Union Pack Raiirvad with the west right-of-way line of West Green Oaks Boulevard (a 140.0' right-of-way); THENCE South 79 degrees 47 minutes 54 seconds West, with the north line of said Lot 2R and with the south right-bf-way line of said Union Pacific Railroad,a distance of 328-91 feet to a 112 inch iron rod found for corner,THENCE North 00 degrees 52 minutes 44 seconds West,with the north line of said Lot 2R and with the south right-of_way jine of said Union Pacific Railroad, a distance of 25.69 feet to a 112 inch iron rod found fol:zozner; THENCE South 79 degrees 51 minutes 09 seconds West,with the north line of said Lot 2R and with Ile south right-of-way line of said Union Pacific Railroad,a distance of 73.53 feet to the POINT OF BEGINNING, said point being the northwest corner of a proposed Permanent Sanitary Sewer Easement; THENCE South 00 degrees 14 minutes 33-seconds East,with the west line+of said proposed Permanent Sanitary Sewer Easement,a distance of 91.36 feet to a point for comer in the north line of Sanitary Sewer Easement as recorded in Volume 340,Page 470 of said Deed Records of Tarrant County, Texas, said point being in the south line of a T_E-S.CO.Easement as recorded in Volume 1129,Page 447 of said Deed Records of Tarrant County,Texas; THENCE South 79 degrees 51 minutes 09 seconds West, with the north line of said Sanitary Sewer Easement and with the south line of said T.E.S.CO. Easement, a distance of 25.38 feet to a point for corner; THENCE..North.40 degrees 14 minutes 33 seconds West a distance of 91.36 feet to a point for corner in the north line of said Lot 213,said point being in the south right-of-way line of said.Union Pacific Railroad; THENCE North 79 degrees 51 minutes 09 seconds East,with the north line of said Lot 2R and with the south right-of-way line of said Union.Pacific Railroad, a distance of 25.38 feetto the POINT OF BEGINNING and containing 2,284 square feet or 0.052 acres of land,more or less. Note: Basis of Bearing is the Texas Coordinate System,NAD 83(93),North Centra(Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G_P.S, 4 Control Monument No.AR82- Data:January 31,2003 OF Richard Kennedy Registered Professional Land Surveyor ' . . %.. ..y - No.5527 f€ F13 3irid Y ? Page 2 of 3 � st�'. 4 f `(4, GORRGNPONA k ASSOC„Mr- - 6707 BRENTWOOD STAIR RD. S(JIM 50 FORT WOR'J'H-TEXAS 76H2 917-496.141-6 FAX 6E7J96-1768 EXHIBIT �g PARCEL No. 26—TE 5 r r~Y IJO 100 50 0 100 y �1 ►pro g W"r7 SCALE IN FEET p p C GONST ti pR o.D52 1' 'p 0.13 — °`v`i>w"�c�a,l 84 N • - _ .tel`��`` [ - - - .�-' - -Tq�� VALUATE' G �----^S•-_-��'� - Y E-5• 446 �•� � ------ ER FA'.EYdEIiL i J! Lgi6TA4tY pAGELu �� --•�.� EASE4AENT f� �� ! 1 ow _ ARLINGTON INDEPENDANT JJ LOT 2R l t SCHOOL DISTRICT �i II i U) VOLUME 13541, PAGE 418 - D.R.T.C.T i /�-IASEMENr ANO R�ccrt-of-wnr , 1 1 f TRWITY RIVER AVFHOWT'({7F TEXAS 1 1 j Q a 7 7 VOLUME 5377.PACE 927 4 ! O $ - - _ l Lu OR-ION .PARK SECTION ONE ' 1 CABINET A, SLIDE 4733 ( P.R.T-C.T. LINE TABLE LINE BEARING DISTANCE + i U) L-1 N 0952'44"W 25.59 , L-2 S 79*51'09'W 73.53 i E L-3 S 00'14'33"E 91.36 k , L-4 5 79'51'09°W, 25.36 1 i L-5 go V I 1 k 1 t _ NOTE: BASIS OF HEARING 15 THE TEXAS COORDINATE STSKU, - 3D.0' PY3)EStRwN�1 I- TUU 83 (93). NORTHCEItiRAt TONE, BASEDDN THE ACCESS EASEMCNT 1 CTiY OF ARLINGTON CR.!, CONTROL MONUMENT ND. - (PER PLAT) i , ) - AROS AND G.P.5_CDHTRD4 MOIIUME?IT No.AML EXHIBIF SHOWING A 25.0' TEMPORARY CONSTRUCTION EASEMENT r . BEING A.PORTION OF LOT 2R, BLOCK I `.���.-_sTc�•�.�� ; ORION .PARK SECTION ONE M ADDITION TO THE - CITY OF FORT WORT, TARRANT COUNTY, TEXAS WCHARDY.rj41MY 4 RECORDED IN CABINET A. SLIDE 4733 `.. `. CW NE 1` c PLAT RECORDS-OF TARRAli COUNITY, TEXAS f Qac.� iCl LPROJECT: 244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 COUISiTION AREA_ 2 284FEET OR 0-052 ACRES 3DD. DRAWN YTY;RK CAOD FILE• 13DOEsuT-DWG REGISTERED PROFE5510NAL LAND SU1.2OD3 PAGE3 of 3 SCALE; ,' _ ,DO' ND-5577 do ASSOC,ATES. ENC. 5707 BP.ENIy1565WAR ROAD, SUITE 50 FORT WOM M 76112 817-495-4424 FAX 817-496-1768 - CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER MAIN M-244A VILLAGE CREEK PARALLEL COLLECTOR PERMITS LIST Permit Contract TxDOT Permit Interstate 80 4 West of Dottie Lynn Pkwy TxDOT Permit Interstate 80 4-Pending East of Dottie Lynn Pkwy Fort Worth Floodplain Development Permit 1,2,3,4 Corp of Engineer Permit 12 1, 2, 3, 4 TRA(example available upon request for Contract 4) 1, 3,4-Pending Union Pacific Railroad 4 West of Dottie Lynn Pkwy Union Pacific Railroad 4-Pending West of Dottie Lynn Pkwy REPORT LIST ' Name Contract Geotechnical Investigation 1, 2, 3,4 GA20MO1 WSpecs\Contract 4lpennit report index_doc PLEASE TYPE APPLICATION FOR LOODPLAIN DEVELOPMENT PERMIT Date_ October 30,2002 Permit No. �P-oz-ass-F� Name of Owner or Applicant City of Fort Worth-Water Department& Telephone tb.817-871-7949 Office Use Only iDepartment of Engineering (City Contact-Gopal Sahu, P.E.) Approved X Approved With- Nearest Stream Denied'- Conditions Address ofOwner ' 1000 Thrackmofton, Fort Worth,TX 76102 Village Creek _ Date Ind��4/D�sate Glut: � D3 Location of Permit Area(Address or Legal[Description) _ Wesk of�Ilage Creek(along the Fort Wo(th-Arlington City Limit Line)from US180 to the 1fllage processed B .Cind - Robinson a Creek Wastewater Treatment Plant. . p � 2 PURPOSE OF REQUEST:" Excavation filling Dredging or Mining UbfityConstruction PavingDrilling Operations Other Buitding'peraA Grading g. BRIEF DESCRIPTION OF PROPOSAL(Attack separate sheet if needed) " Construction of 72"-9U" relief.sanitary sewer tine for existing sanitary sewer Ml 244..The alignment will fie approximately 22,693 feet in length and includes 47 manholerunction boxes.With the exception of the S It diameter sanitary sewer manholerjunctian - box access locations,which vsrill stand approximately 2 feet above existing ground,the ground surface will be restored to pre- " I- construction.conditions(D-O.E.No,3295,Sewer Proiect No,P170-070170410020). COMPLETE APPLICABLE QUESTIONS: 2. Regulatory Hoed elev. NJA Not available. - - _ Total drainage area of watercourse 188square miles acres. g ry ------- O4 Is site subject to tooding? Yes No No 3. Has site previouslypooded? Yes 5. is safe access available daring times ofllood? Yes No llnknovm S. Is the"proposal within the designated Loodway? Yes No UwKnown t 7. Have all necessaryprior approval permits been obtained torn federal,state or local governrirental agencies? Drone Required Yes No jlfo,explain:if yes,provide copies of approval le;:ers or permits.) . See attached U.S Fish&Wildlife letter,Texas Historical Comrriission letter and NWP#12 ATTACH THE FOLLOWING IF APPLICABLE: 1. Twodu (2)sets scale dravungs shoming location, mp^cions,elevations ofexislirg and proposed topographic alterations,e�isling and proposed structures, location relative to ioodplain area. 2. Extent to wkich watercourse or natural drainage WN be altered or relocated. " 3. -Supporting hydraulic calculations,reports,etc-.used as a basis 6r proposed improvements. f -4. lowest lloov levation(including basement)ofan proposed structures_. 5. Elevation to which any non-residential structure shall be food proofed- -347,Sub Section b.Qdinance No 6. Certification by registered professional engineer or architect that food proofing criteria are met as set brth in section T - 11998_ DURING-THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not Yes No AvailablE OPOSAL- X 1. Reduce ca.paciy of channelsffioodwa slwatercOurse in flood lain area? X 2.. . Measurably increase flood flowslhei hts/dams a on oft`-site properties? F-TX 3_.- Individually or combined with other existing or anticipated development expose adjacent 4. Increase vetocies/votumes of flood waters sufficiently to create significant erosion of x ti flood lain soils on subject property or adacent property upstream/downstream? Encroach on floodway causing increase in flood levels? x 6. Provide compensatory storm for any measurable toss of flood storage ca aci ? X FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of-City;Ordinance No. 11998, adopted lune 13, 1995. This permit is required for all development taking place within.the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street - Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. '11998.or the .conditions described within the permit constitutes a misdemeanor and upon conviction,a person.firm.or corporation could be fined up-to one thousand dollars(31,000)a day for each day that the violation occurs: - I understand that the conditions which may be stated for permit approval oghe provisions of City Ordinance No.-11998 may be superseded by other•provisions of City code or policies. 1 further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,.platting and community facilities agreements_ This proposal shall be subject to any-change in floodplain development policy at the actual time of development: Application is hereby made for a-.peFmit-4o-authorize--the-:activities described herein. t hereby certify that I any-familiar with the -nation contained on this application and to the best of my knovrledge such information is trate and accurate. 1 furthercertify that I E' .sess the authority to undertake the proposed activity. I understand that if my application is denied,I have sixty(60)bays from the .date of such denial to appeal the adverse action to the City. Plan Commission. 41 Signature of A plicant or Authorized Agent Craig Bond, F.E.,TranSystems Corporation Consultants.Inc..817-339-8950 OFFICE USE ONLY FLOODPLAIN AREA DEFINE©BY: X FEMA COE FLOOD STUDIES - HIGH WATER MARKS _ OTHER & 431 FIRMA INS,ZONE AE FEMA MAP No.48439C0318,319-!, FLOOD ELEV. GROUND ELEV. FLoob PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL-- Construction ENIAL"Construction must follow the approved plan 2. 'Ground surface must be returned to original contours DEPARTMENT OF THE ARMY FORT WORTH DISTRICT. CORPS OF ENGINEERS _ P. O_ BOX 17360 FORT WORTH. TEXAS 76102-0300 REPLY TO nsreNTiON OF-January 16, 2003 Planning,Enviromnental, and Regulatory Division Regulatory Branch. SUBJECT: Project Number 200200069 Mr. Kent Lunski, P.E. Project Engineer - TranSysterms Corporation Consultants 500 West 7th Street, Suite 600 Fort Worth, Texas 76102-4773 Dear Mr. Lunski: .Thank you for your initial letter-of January 15, 2002, and subsequent submittals concerning - the proposed construction of the City of Fort Worth M-244-A Sanitary Sewer Relief from US 180 to the Village Creek Wastewater Treatment Plant in Fort Worth,Tarrant County,Texas. This project has been assigned Project Number 200200069. Please include this number in all future correspondence concerning this project. Failure to reference the project number may result in a delay. We have reviewed this project in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U. S. Army Corps of Engineers(USACE) regulates the discharge of dredged and fill material into waters of the United States, including wetlands. Our responsibility under Section 10 is to regulate any work in, or affecting, navigable waters of the United States. Based on your description of the proposed work,and other information available to us, we have determined that this project will not involve activities subject to the requirements of Section 10. However,this project will involve activities. subject to the requirements of Section 404. Therefore, it will require Department of the Array ` authorization. It appears that this-project is authorized by nationwide permit 12 for Utility Line Activities. To use this permit,-tile person responsible for the project must ensure that the work is in compliance with the specifications and conditions listed on the enclosures. Also, if the work occurs on Indian Country/Indian Tribal lands, the person responsible for theproject must obtain an individual water quality certification or waiver from the U. S. Environmental Protection Agency, Attention. Marine and Wetlands Section(6WQ-EM), 1445 Ross Avenue, Dallas, Texas 75202, telephone(214)665-6680. Failure to comply with these specifications and conditions invalidates the authorization and may result in a violation of the Clean Water Act. -2 — Our verification for the construction of this activity under this nationwide permit is valid until March 18,2007, unless prior to that date the nationwide permit is suspended or revoked,or modified such that the activity would no longer comply with the terms and conditions of the nationwide permit on a regional or national basis. The USACE will issue a public notice announcing the changes when they occur. Furthermore, if you commence, or-are under contract to commence,this activity before the date that this nationwide permit is modified or revoked,you will have twelve months from the date of the modification or revocation to complete the activity under the present terms and conditions of the nationwide permit. Continued confirmation that an activity complies with the specifications and conditions, and any changes to the nationwide permit,is the responsibility of the permittee. Our review of this project also addressed its effects on endangered species. Based on the information provided, we have determined that this project will not affect any species listed as threatened or endangered by the U.S. Fish and Wildlife Service within our.permit area. However,please note that you are responsible for meeting the requirements of general condition 1 l on endangered species. The permittee.must sign and submit to us the enclosed certification that the-work,including any required mitigation, was completed in compliance with the nationwide permit._ You should submit your certification within 30 days of the completion of work. . This permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of private rights, or any infringement of federal, state, or local laws or regulations. Thank you for your interest in our nation's water resources. If you haveany questions. concerning our regulatory program, please contact Mr.David Madden at the address above or telephone (817)886-1741. If you would like more information about our nationwide permit program,please contact us and we will furnish you with a copy of the nationwide permit regulations. Sincerely, Wayne A.Lea Chief,Regulatory Branch Enclosures NATIONWIDE PERMIT 12 Utility Line Activities. Effective Date: March 18,2002 Activities required for the construction,maintenance and repair of utility lines and associated facilities in waters of the US as follows: (i)Utility lines:The construction, maintenance,or repair of utility lines,including outfall and intake structures and the associated excavation, backfill,or bedding for the utility lines,in all waters of the US,provided there is no change in preconstruction contours. A-utility line"is defined as any pipe or pipeline for the transportation of any gaseous, liquid,liquescent, or slurry substance,for any purpose,and any cable,line,or wire for the transmission for any purpose of electrical energy,telephone,and telegraph messages,and radio and television communication (see Note 1,below).Material resulting from trench excavation may be temporarily sidecast(up to three months) into waters of the US,provided that the material is not placed in such a manner that itis dispersed by currents or other forces.The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days,where appropriate In wetlands,the top 6"to 12"of the trench should normally be backfilled with topsoil from the trench,Furthermore,the trench cannot be constructed in such a manner as to drain waters of the US(e.g., backfilling with extensive gravel layers,creating a french drain effect).For example,utility line trenches can be backfilled with clay blocks to ensure that the trench'does not drain the waters of the US through which the utility line is installed.Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. (ii)Utility line substations:The construction, maintenance,or expansion of a substation facility associated with a power line or utility line in non-tidal waters of the US,excluding non-tidal wetlands adjacent to tidal tivaters, provided the activity does not result in the loss of greater than 1/2-acre of non-tidal waters of the US. (iii)Foundations for overhead utility line towers,poles,and anchors:The construction or maintenance of foundations for overhead utility line towers,poles,and anchors in all waters of the US,provided the foundations are the minimum size necessary and separate footings for each tower leg(rather than a larger single pad)are used where feasible. (iv)Access roads:The construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the US,excluding non-tidal ' wetlands adjacent to tidal waters, provided the discharges do not cause the loss of greater than 1/2-acre of non-tidal waters of the US.Access roads shall.be the minimum width necessary(see Note 2,below).Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the US and as near as possible. to preconstruction contours and elevations(e.g.,at grade corduroy roads or geotextile/gravel roads). Access roads constructed above preconstruction contours and elevations in waters of the US must be properly bridged or culverted to maintain surface flows. The term"utility line"does not include activities which drain a water of the US,such as drainage tile,or french drains; however,it does apply to pipes conveying,drainage from another area.For the purposes of this NWP,the loss of waters of'the US includes the filled area plus waters of the US that are adversely affected by flooding, excavation,or drainage as a result of the project_Activities'authorized by paragraph(i)through(ivy may not exceed a total of 1/2-acre loss of waters of the US. Waters of the US temporarily affected by filling,flooding, excavation,or drainage,where the project area is restored to preconstruction contours and elevation, is not included in the calculation of permanent loss of waters of the US. This includes temporary construction mats(e.g., timber,steel,geotextile)used during construction and removed upon completion of the work. Where certain functions and values of waters of the US are permanently adversely affected,such as the conversion of a forested wetland to a herbaceous wetland in the permanently maintained utility line right-of-ti- ay,mitigation will be required to reduce the adverse effects of the project to the minimal level_ Mechanized land clearing necessary for the construction,maintenance,or repair of utility lines and the construction,maintenance and expansion of utility line substations,foundations for overhead utility trines,and access roads is authorized, provided the cleared area is kept to the minimum necessary and preconstruction contours are maintained as near as possible.The area of waters of the US that is filled, excavated, or flooded must be limited to the minimum necessary to'constmct the utility line, substations,foundations,and access roads.Excess material must be removed to upland areas immediately upon completion of construction.This NIVYP may authorize utility lines in or affecting navigable waters of the US even if there is no associated discharge of dredged or fill material.(See 33 CFR part 322). Notification:The permittee must notify the District Engineer in accordance with General Condition.13,if any of the following criteria are met: (a)Mechanized land clearing in a forested wetland for the utility line right-of-way; (b)A Section 10 permit is required; (c)The utility line in waters of the US,excluding overhead lines,exceeds 500 feet; (d)The utility line is placed within a jurisdictional area(i.e.,water of the US),and it runs parallel to a stream bed. that is within that jurisdictional area; (e)Discharges associated with the construction of utility line substations that result in the loss of greater than 1/10- acre of waters of the US; (f)Permanent.access roads constructed above grade in waters of the US for a distance of more.than 500 feet;or (g)Permanent access roads constructed in waters of the US with impervious materials.(Sections 10 and 404) Note 1:Overhead utility lines constructed over Section 10 waters and utility lines that are routed in or under Section 10 waters without,a discharge of dredged or fill material require a Section 10 permit;except for pipes of pipelines used to transport gaseous,liquid,liquescent,or slurry substances over navigable waters of the US,which are considered to be bridges,not utility lines,and may require a permit from the USCG pursuant to section 9 of the Rivers and Harbors Act of 1899.However,any discharges of dredged or fill material associated with such pipelines will require a Corps permit under Section 404. ' Note 2:Access roads used for both construction and maintenance may be authorized,provided they meet the terms and conditions of this NWP.Access roads used solely for construction of the utility line must be removed upon completion of the work and the area restored to preconstruction contours,elevations,and wetland conditions. Temporary access roads for construction may be.authorized by NWP 33. Note 3-Where the proposed utility line is constructed or installed in-navigable waters of the US(i.e.,Section 10 waters),copies of the PCN and NWP verification will be sent by the Corps to the National Oceanic and'Atmospheric Administration(NOAA),National Ocean Service(NOS), for charting the utility line to protect navigation. NATIONWIDE PERMIT GENERAL CONDITIONS The following General Conditions must be followed in order for any authorization by an NWP to he valid: 1.Navigation.No activity may cause more than a minimal adverse effect on navigation. . 2.Proper Maintenance.Any structure or fill authorized shall be properly maintained,including maintenance to ensure public safety: 3.Soil Erosion and Sediment Controls.Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 4.Aquatic Life Movements.No activity may substantially disrupt the.necessary life-cycle movements of those species of aquatic life indigenous to the waterbody,including those species that norinally migrate through the area, unless the activity's primary purpose is to impound water.Culverts placed in streams must be installed to maintain low flow conditions. 5.Equipment-Heavy equipment working in wetlands must be placed on mats,or other measures.must be taken to minimize soil disturbance. b. Regional and Case-By-Case Conditions_The'activity must-comply with any'regional conditions that may have 2 been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act consistency determination. Note: Statewide Regional Conditions have been added for activities within Texas. 7.Wild and Scenic Rivers.No activity may occur in a component of the.National Wild and'Scenic River System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the river is in an official study status;unless the appropriate Federal agency,with direct management.responsibility for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation,or study.status.Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency-in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management, U.S.Fish and Wildlife Service). 8.Tribal Rights.No activity or its operation may impair reserved tribal rights,including,but not limited_ to, reserved water rights and treaty fishing and hunting rights. 9.Water Quality.(a)In certain states and tribal lands an individual 401 Water Quality Certification must be. obtained or waived(Sec 33 CFR 330.4(c)). (b)For NWPs 12, 14, 17, 19,32,39,40,42;43,and 44,where the state or tribal 401 certification(either generically or individually)does not require or approve water quality management measures,the permittee must provide water quality management measures that will ensure that the authorized work does not.result in more than - : minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where applicable,will ensure no more than minimal adverse effect on water quality).An important.compo nent-of water quality management includes stormwater management that minimizes degradation of the downstream aquatic system, including.water quality(refer to General Condition 21 for stormwater management requirements).Another.iriiportant component of water quality management is the establishment and maintenance of vegetated buffers next to open . waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality.While appropriate measures must be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require monitoring. 10.Coastal Zone Management.In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11.Endangered Species.(a)No activity is authorized under any NWP which is likely to jeopardize-the continued existence of a threatened or endangered species or a species proposed for such designation,as.identified under the Federal Endangered Species Act,(ESA),or which will destroy or adversely modify the critical habitat of such . species.Non-federal permittees shall notify thc District Engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is authorized_For activities that may affect Federally-listed endangered or threatened species or. designated critical habitat,the notification must include the name(s)of the endangered or threatened.species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work.As a result of formal or informal consultation with the FWS or NMFS the District Engineer may add species- specific regional endangered species conditions to the NWPs. (b)Authorization of an activity by a NWP does not authorize the"take"of a threatened or endangered species as defined under the ESA.In the absence of separate authorization(e.g.,an ESA Section 10 Perinit,a Biological Opinion with"incidental take"provisions,etc.) from the USFWS or the NMFS,both lethal and non-lethal"takes"of protected species are in violation of the ESA.Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the off-ices of the USFWS and NMFS or their world wide-web pages at http://www.fws.gov.lr9endspplendspp.htn-d and http://wivw.nrnfs.noaa.govlprot—reslovmiew/es.htrnl respectively. 3 12.Historic Properties.No activity which may affect historic properties listed,or eligible for listing,in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C.The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may -be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic.Preservation Act have been satisfied and that the activity is authorized.Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)).For activities that may affect historic properties listed in,or eligible.for listing in,the National Register of Historic Places,the notification must state which historic property maybe affected by the proposed work or includea vicinity map indicating the location of the historic property. 13.Notification_ (a)Timing;where required by the terms of the NWP,the prospective pertriittee must notify the District Engineer with a preconstruction notification(PCN)as early as possible.The District Engineer must determine if the notification is complete within 30 days of the date of receipt and can request additional information necessary to make the PCN complete only once.However,if the prospective permittee does not provide all of the requested information,then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN review process will not commence until all of the requested information has been received by the District Engineer.The prospective permittee shall not begin the activity: (1)Until notified in writing by the District Engineer that the activity may proceed under the NWP with any special conditions imposed by the District or Division Engineer;or (2)If.notified in writing by the District or Division Engineer that an Individual Permit is required;or (3)Unless 45 days have passed from the District Engineer=s receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer.Subsequently,the permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b)Contents of Notification:The notification must be in writing and include the following information: (1)Name,address and telephone numbers of the prospective permittee; (2)Location of the proposed project; (3)Brief description of the proposed project;the project's purpose;direct and indirect adverse environmental effects the project would cause;any other NWP(s),Regional General Permit(s),or Individual Permit(s)used or intended to be used to authorize any part of the proposed project or any related activity.Sketches should be provided when necessary to show that the activity complies with the terms of the NWP(Sketches usually clarify the project and when provided result in a quicker decision.); (4)For NWPs 7, 12,�14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrassbeds),and riffle and pool complexes(see paragraph 13(t)); (5)For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed; . (ti)For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of the US will be minimized to the maximum extent practicable; (7)For.NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining(OSM)or state-appoved mitigation plan,if applicable.To be.authorized by this NWP,the District Engineer must determine that the activity complies with the terms and conditions of the NWP and.that the adverse environmental effects are rninimal both individually and cumulatively and must notify the project sponsor of this determination in writing; (9)For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of the prior condition of the site that will be reverted by the permittee; (9)For NWP 29(Single-Family Housing),the PCN roust also include: (i)Any past use of this NWP by the Individual Permittee and/or the permittee's spouse; 4 (ii)A statement that the single-family housing activity is for a personal residence of the permittee; {iii)A description of the entire parcel,including its size,and a delineation of wetlands.For the purpose of this NWP,parcels of land measuring 114-acre or less will not require a formal on-site delineation.However,the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property.For parcels greater than 114 acre in size,formal wetland delineation must be prepared in accordance with the current method required by the Corps.(See paragraph 13(o); (iv)A written description of all land(including,if available,legal descriptions)owned by the prospective permittee and/or.the prospective permittee's spouse,within a one mile radius of the parcel,in any form of ownership (including any land owned as a partner,corporation,joint tenant,co4enant,or as a tenant-by-the-entirety)and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; : (10)For NWP 31 (Maintenance of Existing Flood Control Facilities),the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)maintenance plan. In addition,the PCN must include all of the following: (i)Sufficient baseline information identifying the approved channel depths and configurations and existing facilities.Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii)A delineation of any affected special aquatic sites,including wetlands;and, (iii)Location of the dredged material disposal site; (11)For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12)For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; (13)For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offsct losses of waters of the US or justification explaining why compensatory mitigation should not be required.For discharges that cause the foss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine advefse. environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in- writing before the permittee may proceed; (14)For NWP 40(Agricultural Activities),the PCN frust include a compensatory mitigation proposal to offset losses of waters of the US.This NWP does not authorize the relocation of greater than 306 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless;for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has.deternimed that the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the aquatic environment are minimal,both individually and cumulatively; _ (15)For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US.For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District-Engineer must determine that the activity complies with the other terms and conditions of the NWP;determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in . . writing before the permittee may proceed; (€6)For NWP 44(Mining Activities), the PCN must include a description of all waters of the US adversely affected by the prflject,a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mitring activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities); (17)For activities that may adversely affect Federally-listed endangered or threatened species,.the PCM must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that rray be affected by the proposed work;and (18)For activities that may affect historic properties listed in,or eli i for listing in,,the National.Register of Historic Places,the PCN must state which historic property,may be affected by the proposed work or include a vicinity map indicating the location of the historic property. (c)Form of Notification:The standard Individual Permit application form(Form-ENG 4345)may be used as the. 5 notification but.rnust clearly indicate that it is a PCN and Frust include all of the information required in(b)(1)-(18) of General Condition 13.A letter containing the requisite informaiion may also be used. (d)District Engineer's Decision;In.reviewing the PCN for the proposed activity,the District Engineer will determine whether the activity authorized.by the NWP will result in more than inirtirr,ai individual or cumulative adverse environmental effects or may be contrary to the public interest.The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the.process_The District Engineer will consider any proposed compensatorymitigation the applicant has included in he proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal.If the.District Engineer determines that the activity complies with the terms and conditions of the NWP and.that the adverse effects on the aquatic environment are minimal, after considering mitigation,the District Engineer will notify the permittee and include any conditions the District Engineer deems necessary.The District Engineer must approve any compensatory mitigation proposal before the peFmittea commences work.If the prospective permittee is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual-or detailed.If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously review the proposed compensatory mitigation plan.The District Engineer must review the plan within 45 days of receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment.If the net adverse effects,of the project on the aquatic envi)ronment(after consideration of the compensatory mitigation proposal)are determined by the District Engineer to be minimal,.the District Engineer will provide a timely written response to the applicant.The response will state that the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the adverse effects of the proposed work are more than -mal,then the District Engineer will notify the applicant either:(1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an Individual Permit;(2)that the, project is authorized under the NWP subject to the applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions_Where the District Engineer determines that mitigation is required to ensure no more than rnii-imal adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period.The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level.When conceptual mitigation is included,or a mitigation plan isrequired under item(2)above,no work in waters of the US will.occur until the District Engineer has approved a specific mitigation plan. (e)Agency Coordination:The District Engineer will consider anycomments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the projecft adverse environmental effects to a minimal level. For activities requiring notification to the District Engineei that"result in the loss ofgreater than 112-acre of waters of the US,the District Engineer will provide immediately(e.g.,via facsimile transmission,overnight mail,or other expeditions manner)a copy to the appropriate Federal or state offices(USFWS,state natural resource or water quality agency;EPA,State Historic Preservation Officer(SHPO),and,if appropriate,the NMFS)_With the exception of NWP 37,these agencies will then have 10 calendar days from dw.date the material.is transmitted to telephone or.fax the District Engineer notice that they intend to provide substantive,site-specific comments.If so contacted by an agency,the District Engineer.will.wait an additional 15 calendar days before making a decision on .the notification.The District Engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency,except as provided below.The District Engineer will indicate in the administrative record associated with each notification that the resource agencies'concerns were considered.As required by section 305(b)(4)(B)of the Magnuson-Stevens.Fishery Conservation and Management Act,the District Engineer will provide a response to NMFS within 30 days of receipt of any Esi sential Fish Habitat conservation recommendations.Applicants are encouraged to provide the Corps multiple_copies of notifications to expedite agency notification. (f)Wetland Delineations:Wetland delineations must be prepared in accordance with the current method required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(114-acre in size).The permittee may ask the Corps to delineate the special aquatic site.There may be some delay if the Corps does the delineation_ 6 Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14. Compliance Certification.Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and.any iequired mitigation.The certification will-be forwarded . by the Corps with the authorization letter and will include: (a)A statement that the authorized work was done in accordance with the Corps authorization;including any general or specific conditions; (b)A statement that any required mitigation was completed in accordance with the permit conditions;.and (c)The signature of the permittee certifying the completion of the work and mitigation. 15.Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is- prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.if a road.crossing over tidal waters is constructed. under NWP 14,with associated bank stabilization authorized by NWP 13,the maxiinum acreage loss of waters of the US for the total project cannot exceed 113-acre): 16.Water Supply Intakes.No activity,including"structures and work in navigable waters of the US or discharges. of dredged or fill material,may occur in the proximity of a public water supply intake except where_the activity is for . repair of the public water supply intake structures or adjacent bank stabilization. 17.Shellfish Beds.No activity,including structures and work in navigable waters of the-US or discharges of- dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4.- i 8. .1$.Suitable Material.No activity,including structures-and work in navigable waters of the US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 347 of the CWA). 19.Mitigation.The District Engineer will consider the factors discussed below when determining,the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a)The project must be designed and constructed to avoid and minimize adverse effects to waters of the US to the maximum extent practicable at the project site(i.e.,on site). (b)Mitigation in all its forms(avoiding,minimizing;rectifying,reducing or compensating)i sill be required to the extent necessary to ensure that the adverse effects to the aquatic environment-are minimal. (c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland unpacts requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement.Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory lWtigation,'with_ preservation used only in exceptional circumstances. - (d)Compensatory mitigation(Le.,replacement or substitution of aquatic resources for those impacted)will not hP used to increase the acreage losses allowed by the acreage limits of some of the NWPs.For example,.1/4-acre of i wetlands cannot be created to change a 3/4-acre loss ofwetlands to a 112-'acre loss associated with NWP 39. verification.However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to the minimum impact level in order to meet the minimal impact requirement associated with NWPs. (e)To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes.Examples of mitigation that may be appropriate and practicable include,but are not limited to:reducing the size of the project,establishing and maintaining wetland or upland vegetated buffers to protect open waters such as strearns;and replacing losses ofaquatic resource functions and values by creating,restoring,enhancing,or preserving similar functions and values,preferably iii the same . 7 I _ watershed. (f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment,maintenance,and legal protection.(e.g.;easements,deed restrictions)of vegetated buffers to open waters.In many cases,vegetated buffers will be the Only compensatory mitigation required. Vegetated buffers should consist of native species.The width of the vegetated buffers required will address documented water quality or aquatic habitat loss concerns.Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers'may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site, the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers.or wetlands compensation). based on what is best for the aquatic environment on a watershed basis.In cases where vegetated buffers are determined to be the most appropriate form of compensatory mitigation,the District Engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland impacts. (g)Compensatory mitigation proposals submitted with the"notification"may be.either conceptual or detailed.If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitted-.and approved by the Corps prior to construction of the authorized activity in waters of the US: (h)Permittecs Wray propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation.In all cases that require compensatory mitigation,the mitigation provisions will specify the party responsible for accomplishing and/or cormpWg with the mitigation.plan. 20.Spawning Areas.Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial turbidity)of an important spawning area are not authorized- 2 L uthorized_2l:Management of Water Flows.To the maximum extent practicable,the activity must be designed to maintain preconstruction downstream flow conditions(e.g.,location;capacity,and flow rates).Furthermore,the activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary purpose of the fill is-to impound waters)and the structure or discharge of dredged or fill material must withstand expected high flows.The activity must,to the maximum extent practicable,provide for retaining excess flows from the site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site,unless the activity is part of a larger system designed to manage water flows.In most cases, it will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterflows.While appropriate measures must be taken,.it is not necessary to conduct detailed studies to identify such measures or require monitoring to ensure their effectiveness. Torrr►ally,the Corps will defer to state and local authorities regarding management of water flow_ ,22.Adverse Effects From Impoundments.If the activity creates an impoundment of water,adverse effects to the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to the maximum extent practicable.This includes structures and work in navigable waters of the US,or discharges of dredged or fill material. 23..'Vaterfowl Breeding Areas.Activities;includingstructures and work in navigable waters of the.US.or discharges of dredged or fill material, into breeding areas for Migratory waterfowl must be avoided to the maximum extent practicable. 24.Reinoval of Temporary Fills:Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation_ y -25:Designated Critical Resource Waters.Critical resource waters include,NOAA-designated marine sanctuaries, National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed threatened and endangered species,coral reefs,state natural.heritage sites,and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological,significance and identified by the District Engineer after notice and opportunity for public 6 inment.The District Engineer may also designate additional critical resource waters after.notice and opportunity for comment. (a)Except as noted below,discharges of dredged or fill material into waters of US are not authorized by NWPs 7, 12, 14, 16,:17,21,29,,31,35,39,40,42,-43,and 44 for any activity within;or directly affecting,critical resource waters,including wetlands adjacent to such waters.Discharges of dredged or fill materials into waters of the US may be authorized by the above NWPs in Natibnal Wild and Scenic_Rivers-if the activity complies with General. Condition 7.Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in a determination of compliance with this condition. (b)-ForNWPs 3,8, 10, 13, 1:5, 18, 19,22,23,25,27,28,30-33,34,36,37,and 38,notification is required in accordance with General Condition l3,for any activity proposed iii the designated critical resource waters including wetlands adjacent to those waters.The District Engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 26.Fills Within 100-Year Floodplain.For purposes of this General Condition, I00-year floodplains will be identihed.through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or. FEMA-approved local floodplain maps. (a)Discharges in Floodplain;Below Headwaters_Discharges of dredged or fill material into waters of the US within the mapped I00-year floodplain,below headwaters(i.e.,five cfs),resulting in permanent above-grade fills,are. not authorized by NWPs 39;40,42,43,and 44. . (b)Discharges in Floodway;Above Headwaters.Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are no t authorized by NWPs. 39,40,42,and 44. (c)The pemaittee must comply with any applicable FEMA-approved state or local floodplain management requirements. 27.Construction Period:For activities that have not been verified by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification.or revocation date),the work must be completed within I2-months after such date(including any modification Haat affects the project). For activities that have been verified and the project was eomrhenced or under contract to co mmience within the verification period,the work most be completed by the date determined by the Corps. For projects that have been verified by the Corps,an extension of a Corps approved completion date maybe requested.This request must be.submitted at least one month before the previously approved completion date. FURTHER INFORMATION 1.District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not ob:=:ae the need to.obtain other Federal,state,or local pennits,approvals,or authorizations required by law. 3.NWPs do not grant any property rights or exclusive privileges. 4.NWPs do not authorize any injury to the property or rights of others. S.NWPs do not authorize interference with any existing or proposed Federal project. DEFINITIONS Best Management Practices(BMPs):BMPs are policies,practices,procedures,or strictures implemented to mitigate the adverse environmental effects on surface water quality resulting from development:BMPs are categorized as structural ar non-structural.A BMP policy may affect the limits on a development. Compensatory Mitigation:For purposes of section 101404,compensatory mitigation is the restoration enhancement,or in exceptional circumstances,pr ,creation, preservation of wetlands and/or other aquatic resources for the purpose of compensating for unavoidable adverse impacts which remain.after all appropriate and practicable avoidance and minimization has been achieved. pr Creation:The establishment of a wetland or other aquatic resource where one did not formerly exist- aquatic xist aquatic functions. Enhancement:Activities conducted in existing wetlands or other aquatic resources that increase one or more Ephemeral Stream:An ephemeral stream has flowing water only during and for a short duration after, precipitation events in a typical year.Ephemeral stream beds are located above the water table year-round_ Groundwater is not a source of water for the stream Runoff frozerainfall is the primary source of water for stream flow Farm Tract-A unit of contiguous land under one ownership that is operated as a farm or part of a farm. Flood Fringe:That portion of the 100-year floodplain outside of the floodway{often referred to as "floodway fringe"). Flood way:The area.regulated by Federal,state,or local requirements to provide for the discharge of the base flood so the cumulative increase in water surface elevation is no more than a designated amount(not to exceed one foot as set by the National Flood Insurance Program)within the 100-year floodplain. Independent Utility:A test to determine what constitutes a single and complete project in the Corps regulatory program A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area.Portions of a multi-phase project that depend upon other phases of the project do not have independent utility.Phases of a project that would be constructed even if the other phases were not built can . be considered as separate single and complete projects with independent utility. Intermittent Stream:An intermittent stream has flowing water during certain times of the year,when groundwater provides water for stream flow.During dry periods,intermittent streams may not have flowing water. Runoff'from rainfall is a supplemental source of water for stream flow. Loss of Waters of the US:Waters of the US that include the filled area and other watersthat are permanently adversely affected by flooding,excavation,or drainage because of the regulated activity.Pem�anent adveffects ffects include permanent above-grade,at-grade,or below-grade fills that an aquatic area to dry land,increase the at ch bottom elevation of a waterbody,or change the use of a waterbody.The acreage of loss of waters of the US is the threshold measurement of the impact to existing waters for determining whether a project may qualify for an NWP;it is not a net threshold.that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and values.The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Impacts to ephemeral streams are not included in the linear foot measurement of loss of stream bed for the purpose of determining'compliance with the linear foot limits of NWPs 39,40,42,and 43.Waters of the US temporarily filled,.flooded,excavated,or drained,but restored to preconstruction contours and elevations after construction,are not included in the measurement of loss of waters of the US. Non-tidal Wetland:A non-tidal wetland is a wetland(i.e.,a water of the US)that is not subject to the ebb and flow of tidal waters.The definition of a wetland can be found at 33 CFR 328.3(b).Non-tidal wetlands contiguous t.o tidal waters are located landward of the high tide line(i.e.,spring high tide line). Open Water:Ari area that',during a year with normal patterns of precipitation,has standing or flowing water for sufficient duration to establish an ordinary high water mark.Aquatic vegetation within the area of standing or flowing water is either non-emergent,sparse,or absent.Vegetated shallows are considered to be open waters.The term"open water"includes rivers,streams,lakes,and ponds.For the purposes of the NWPs,this term does not include ephemeral waters. Perennial Stream:A perennial stream has flowing water year-round during a typical year.The.water table is located above the stream bed for.most of the year.Groundwater is the primary source ofwater for stream flow_ Runoff from rainfall is a supplemental source of water for stream flow. Permanent Above-grade Fill:A discharge of dredged or fill material into waters of the US, including wetlands, that results in a substantial increase in ground elevation and permanently converts part or all of the waterbody to dry land.Structural fills authorized by NWPs.3,25,36,etc.are not included. Preservation.The protection of ecologically important wetlands or other aquatic resources in perpetuity through 10 the implementation of appropriate legal and physical mechanisms.Preservation may include protection of upland areas adjacent to wetlands as necessary to ensure protection and/or enhancement of the overall aquatic ecosystem Restoration:Re-establishment of wetland and/or other aquatic resource characteristics and function(s)at a sit$ where they have ceased to exist,or exist in a substantially degraded state. Riffle and Pool Complex:Riffle and pool complexes are special aquatic sites under the 404(b)(1)Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams.Such stream sections are recognizable by their hydraulic characteristics.The rapid moverne.nt of water over a course substrate in riffles results in a rough flow,a turbulent surface,and high dissolved oxygen levels in the water.Pools are deeper areas associated with riffles.A slower stream velocity, a streaming flow,a smooth surface,and a finer substrate characterize pools: Single and Complete Project:Tire term"single and complete project"is defined at 33 CFR 330.2(i)as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers (see definition of independent utility). For linear projects,the"single and complete project"(i.e.,a single and complete crossing)will apply to each-crossing of a separate water of the US(Le.,a single waterbody)at that location.An exception is for linear projects crossing a single waterbody several times at separate and distant locations:each crossing is considered a single and complete project.However,individual channels in a braided stream or river,.or individual arms of a large,irregularly shaped wetland or lake,etc.,-are not separate waterbodies. Stormwater Management:Stormwater management is the mechanism for controlling stormwater ninnoff for the purposes of reducing downstream erosion,water quality degradation,and flooding and mitigating the adverse effects of changes in land use on the aquatic environment, Stormwater Management Facilities:Stormwater management facilities are those facilities,including but not limited to,storrnwater retention and detention ponds and BMPs,which retain water for a period of time to control runoff'and/or improve the quality(Le.,by reducing the concentration of nutrients,sediments,hazardous substances and other pollutants)of stormwater runoff.' Stream Bed:The substrate of the stream channel between the ordinary high water marks.The substrate may be bedrock or inorganic particles that range in size from clay to boulders.Wetlands contiguous to the stream bed,but outside of the ordinary high water marks,are not considered part of the stream bed. Stream Channelization:The.manipulation of a stream channel to increase the rate of water flow through the stream channel.Manipulation fray include deepening,widening,straightening,armoring,or other activities that change the stream cross-section or other aspects of stream channel geometry to increase the rate of water flaw through the stream channel.A channelized stream remains a water of the US,despite the modifications to increase the rate of water flow. Tidal Wetland:A tidal wetland is a wetland(i.e.,water of the US)that is inundated by tidal waters.The definitions of a wedand.and tidal waters can be found at 33 CFR 3283(6)and 33 CFR 328.3(f),respectively.Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun.Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters,wind,or other effects.Tidal wetlands are Iocated channelward of the high tide line(i.e.,spring high tide line)and are inundated by tidal waters two times per lunar month,during spring high tides. Vegetated Buffer:A vegetated upland or wetland area next to rivers,streams,lakes,or other open waters which separates.the open water from developed areas,including agricultural land.Vegetated buffers provide a variety of aquatic hbitat functions and values(e.g.,aquatic habitat for fish and other aquatic organisms,moderation of water temperature changes,and detritus for aquatic food webs)and help improve or maintain local water quality_A -vegetated buffer can be established by maintaining an existing vegetated area or planting native trees,shrubs,and herbaceous plants on land next to open-waters.Mowed lawns are not considered vegetated buffers because they provide little or no aquatic habitat functions and values.The establishment and maintenance of vegetated buffers is a method of compensatory mitigation that can be.used in conjunction with the restoration,creation,enhancement,or- preservation rpreservation of aquatic habitats to ensure that activities authorized by NWPs result in minimal adverse effects to the aquatic environment.(See General Condition 19.) Vegetated Shallows:Vegetated shallows are special aquatic sites under the 404(b)(1)Guidelines.They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation,such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody:A waterbody is any area that in a normal year has water flowing or standing above ground to the - 11 extent that evidence of an ordinary high water mark is established.Wetlands contiguous to the waterbody are considered part of the waterbody. ADDITIONAL INFORMATION Information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed on our Internet page: http://www.usace.army.millinettfunctionstcw/cecwo/reg This nationwide permit is effective March 18,2002,and expires on March 19,2007,unless sooner modified, suspended,or revoked. SummaryVersion: March 18,2002 12 3 Roberti.Huston,Chairman �? R-B."Ralph"Marquez,Commissioner Yathleen Hartnett White,Commissioner 3efirey k Saitas,Executive Direcior -� - TEX-AS NATURAL RESOURCE CONSERVATION COMMISSION Protecting Texas by Reducing and Preventing Pollution April 4,2002 Brigadier General David P.Melcher Commanding General U.S. Army corps of Engineers _ Southwestern Division ~ 1114 Commerce Street Dallas,Texas 75242-0216 RE:USCOE Nationwide Permits 'Dear Brigadier General Melchett Thank you for your March 25 , 2002, letter requesting clarification of the Texas Natural Resource Conservation Commission(TNRCC)March 18, 2002,conditional certification of the U.S.Army Corps of Engineers (Corps) Nationwide Permits (NtiVPs). TNRCC appreciates the-opportunity to clarify the . conditions of the certification of the NWPs. Please consider this letter as the final certification decision for the Notice of Issuance of Nationwide Permits published in the Federal Re ister(Part II,Vol. 67,No: 10, pages 2020-2095)on January 15,2002,with corrections published in the Federal Re ister(Vol.67,No.30, pages 6692-6695)on February 13,2002. As stated in the March 18,2002 letter the TNRCC certifies that the activities authorized b}!NWPs 1,2,4, 5,6,9, 10,11,20,23,24,28,34,and 35.should not result in a violation of established Texas Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code(TAC),Chapter 279. . The TNRCC conditionally certifies that the activities authorized by NWPs 3,7, 12, 13,.14, 15, 16,17J.8, 19,21,22,25,27,29,30,31,32,33;36,37,38,39,40,41,42,43,and 44 should not result in a violation of established Texas Water Quality Standards as required by Section 401 ofthe Federal Clean Water Act and pursuant to Title 30,TAC,Chapter 279,provided that the conditions in Enclosure 1 are followed. This certification decision is limited to those activities under the jurisdiction of TNRCC. For activities related to the production and exploration of oil and gas,TexasRailroad Commission certification is required as provided in the Texas Water Code§26.131. Per your request,:the TNRCC has reformatted the conditions of the March 18, 2002, conditional ditions of TN"RCC's water quality certification and certification letter to make it clear that these are con added-a. statemeint that for those NWPs that are conditionally certified to require the use of a_.Best Management Practice(BMP),the applicant must choose at least one of the listed BMPs_We have retained P.©.Bar 1308E • Austin,Texas i8711-3081 • 5139-1000 • Internet address:w.&w.tnrcc.state.t+[.us Brigadier General David P.Melcher U.S. Army Corps of Engineers Nationwidd Permits Certification Page 2 April 4,2002 the statement that if the applicant does not choose a BMP from the list,individual certification from TNRCC will be required. Subsurface drains for erosion control and gravel bag berms for sediment control have been deleted from the list of BMPs.These changes are shown in Enclosure 1. . These water quality certification conditions are intended to enhance the water quality protection goals.ofthe Corps N'WP General Condition#3, Soil Erosion and Sediment Control and General Condition#9 Water Quality. The TNRCC conditions address three broad categories ofwater duality management with specific BMPs recommended for each category. Enclosure 2 is provided as a quick reference of TNRCC conditions for all IgNVPs. A detailed description of the BMPs is also being provided as Enclosure 3. The TNRCC is conditioning the water quality certification on our being copied an any written notification to an applicant of a mitigation waiver. Also, while a limited number of waivers for intermittent streams. greater than 300 feet are anticipated, NP 39,40,and 42 are conditionally certified to require the Cops W to copy TNRCC on all written approvals of waivers for impacts to these streams: The TNRCC is requtsting this information to fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. In response to TNRCC's request for including additional information in the annual mitigation report, you directed TNRCC to the Regulatory Branch at Corps Headquarters:TNRCC staff will continue to work with Corps headquarters to encourage others waters;such as free flowing streams which the Corps.has identified as vital aquatic ecosystems,be incorporated into the annual mitigation report on NWPs. As active partners. in the regulatory process of NWPs,the TNRCC would still request that a copy of the NWP mitigation report be sent to the TNRCC. The Corps has indicated they consider the TNRCC's conditional certification ofNWP 16 as denied.without prejudice because the Corps considers the standard not reasonably enforceable.The TNRCC routinelyissues permits,with Total Suspended Solids (TSS) limits and notes that TSS limits are commonly accepted technological requirements for a number of industries identified in 40 GFR§405-472(Effluent Guidelines and Standards).-Furthermore,the condition is part of the approved Tier 1 Checklist under the MOA between TNRCC and the Corps. Therefore,we reiterate that NWP 16 is conditionally certified with the requirement that return water from upland contained disposal areas not exceed a TSS concentration of300 mgflunless an individual certification has been issued with site TSS limits. Applicants for NWP may request a site-specific TSS limit from.the TNRCC for effluent permitted under NWP 16. Applicants should be aware that site- cific TSS spe ]units may be increased or decreased,depending on the characteristics of the receiving water:TNRCC also reserves the right to retain the 300 mg/1 limit if no additional information warranting a site-specific modification is presented by the applicant. The TNRCC has reviewed the Notice of Issuance of Nationwide.Permits for consistency with the goals and. policies of the Texas Coastal Management Program{CMP}in accordance with the regulations of the Coastal Coordination Council,31 TAC§505.30,Amendment I.and determined that the action is consistent with the applicable CMP goals and policies.. Brigadier General David P.Melcher U.S. Army Corps of Engineers l Nationwide Permits Certification Page 3 April 4,20.02 This certification decision was reviewed for consistency with the CMP's developmcn in critical areas policy. 131 TAC §501.14(h)) and dredging and dredged material disposal and placement policy.{31 TAC §501.146)). This certification decision complies with the CMP goals(31 TAC§501.12(1,2,3,5))-applicable to these policies. Wetlands play a major role in maintaining water quality and are protected by the Texas Surface Water Quality Standards. We support a goal of no net loss of wetlands. To this end, we support wetland impacts/I ' es being avoided,minimized,or mitigated in accordance with Section 404 Guidelines. The TNRCC reserves the right to modify this certification if additional information identifies specific areas where significant impacts,including cumulative or secondary impacts, are occurrina,and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made,and this certification may not be used in any way with regard to questions of ownership. if-we may be of further assistance,please contact Mr.Mark Fisher,Water Quality Assessment MC-150, Water Quality Division at(512)239-4586 or by e-mailat mfsherLtnrcc.state.tx.its. Sincerely, AJeffrey . eutive Director Texas N r R ource Conservation Commission Enclosures - cc: U S. Army Corps_of Engineers Southwestern,Division Attention:Vicki Dixon . 1114.Commerce Street Dallas,Texas 75242-0216 Mr.Wayne Lea,Branch Chief U.S.Array Corps of Engineers .Regulatory Branch CESWF-OD R P.O.-Box 17300 Fort Worth,Texas 76102-0300 U.S. Army Corps of Engineers Regulatory Branch,CESWG-CO-RB P.O_ Box 1229 Galveston,Texas 77553-1229 Brigadier General David P.Melcber U.S. Army Corps of Engineers Nationwide Permits Certification Page 4 April 4,2002 U.S. Army Corps of Engineers Attention:Regulatory.Section P.O. Box 61 Tulsa, Oklahoma 74121-0051 U.S. Army Corps of Engineers ,Albuquerque District 4101 Jefferson Plaza NE Albuquerque,New Mexico 87109-3435 Op x > - j Texas Natural Resource Conservation Commission 401 Nater Quality Certification Conditions for Nationwide permits Attachment 1 Below are the 401 water quality certification conditions the Texas Natural Resource Conservation Commission (TNRCC) added to the January 15, 2002 issuance of Nationwide Permits (14W),as described in the Federal Register(Part II,Vol.67,No. 10,pages 2020-2095). These conditions were included as part of TNRCC's certification finalized on April XX,2002. Additional information regarding these conditions, including descriptions of the best management practices, can be obtained from the TNRCC by contacting the 401 Coordinator, MC-150, P. O. Box 13087,Austin,Texas 78711-3087 or from the appropriate U.S.Army Corps of Engineers district office. L Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weatherconditions(erosion).At least one of the following BMPs musibe maintained and remain in place until the area has been stabilized for NWPs 3,7, 12, 13.1-14, 15, 17, 18, 19,21,22; 25, 27, 29,30,31,32,33,36,37,38,39,40,41,42,43, and 44. If the applicant does not choose one of the BMPs listed, an individual 401.certification is required. o Temporary Vegetation o Blankets/Matting o Mulch o Sod o Interceptor Swale o Diversion Dike H. Sedimentation Control Prior to project initiation,the project area must be isolated'from adjacent wetlands and waterbodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff'into water in the state,including wetlands. Nater bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These.BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized forNWPs 3,7, 12, 13,_ 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, and 44. If the applicant does not choose one of the BMPs listed,an individual 401 certification is required.. o Sand Bag Berm a Rock Berm o Silt Fence o Hay Bale Dike 401 'Water Quality Certification Conditions for Nationwide Permits . Page 2 o Triangular Filter.Dike o Brush Berms o Stone Outlet Sediment Traps o Sediment Basins III. Post-Construction TSS Control After construction has been completed and the site is stabilized,total suspended solids('TSS)loadings shall be controlled by at least one of the-following BUTs for NWPs'12, 14, 17; 18,21,29;31,36,39, 40, 41, 42, and 44. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/irrigation o Constructed Wetlands a Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems IV.Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal areas shall not exceed a TSS concentration of 300 mg/l, unless an-individual certification has been issued with site-specific TSS limits. V. NWP 39,40,and 42 The Corps will copy the TNRCC on all authorzations for impacts of greater than 300 feet of intermittent stranis sent to applicants. Attachment 2 Reference to Nationwide Permits Best Management Practices Requirements r NWP Permit Description Erosion Control Sediment Control Post Construction TSS 1 Aid to Navigation . 2 Structures in Artificial Canals 3 Maintenance(Repair,Replacement, X X rehabilitation of currently serviceable structure or fill) 4 Fish and Wildlife Hazvestina, Enhancement and Attraction Devices and Activities(Duck Blinds and Crab 'Traps) 5 Scientific Measurement Devices 6 Survey Activities 7 Outfall Structures and Maintenance X X 9 Oil and Gas Structures 9 Structures in Fleeting And Anchorage Areas 10 Mooring Buoys I 1 Temporary Recreation Structures 12 Utility Line Activities X X . x 13 Bank Stabilization X X 14 Linear Transportation Projects X X X.. 15 U.S.Coast Guard Approved Bridges X X 16 Return Water From Upland Disposal Areas 17 Hydropower Projects X - X X 18 Minor Discharges(25yds) X x 19 Minor Dredging x X 20 Oil Spill Cleanup 21 Surface Coal Mining Activities X X x 22 Removal of Vessels x X Attachment 2 ' Reference to Nationwide Permits Best Management Practices Requirements i NWP Approved Categorical Exclusions Erosion Control Sediment Control Post Construction TSS 23 Approved Categorical Exclusions 24 State Administered 404 Program 25 Structural Discharges X X 26 Reserved 27 Stream and Wetland Restoration' X X 29 Modifications of Existing Marinas. 29 , Single-Family Housing X X X 30 ' Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood X X X Control Facilities 32 Completed Enforcement Actions X X . 33 Temporary Construction,Access and X X Dewatering 34 Cranberry Production 35 Maintenance Dredging of Existing Basins 36 Boat Ramps. X X X. 37 Emergency Watershed Protection and X X Rehabilitation 38 . Cleanup of Hazardous and Toxic X : X Waste 39 Residential,Commercial,and X X. X Institutional Developments 40 Agricultural Activities X X . X 41 Reshaping Existing Drainage Ditches. X X X 42 Recreational Facilities X X X 43 Stormwater Management Facilities X. X 44 Mining Activities X X X i Enclosure 3. TEXAS NATURAL RESOURCE CONSERVATION CONQvIISSION . Description of BMPs - . EROSIQN COr]TROL BMWs Tem ora Weetation Descrition:. Vegetation or areas can be used as a temporary or permanent swalbestodtpiles bermschniqu ,mild.to P disturbed by construction. Vegetation effectively reduces erosion in a mulches, and grading maybe medium slopes, and along roadways. artier techniques such as mattinb, establishment of vegetation- required to assist in the Materials: • The type of temporary vegetation used on a site is a fu ion of the season and the availability ofvvater, for irrigation. • Temporary vegetation should be selected appropriately for the area. County agricultural extension agents are a good source for'suggest€ons foi temporary vegetation. • Allseed should be high quality,U.S.Dept.of Ao iculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized,loose, and uniform- • .Fertilizers should be applied at appropriate rates_ c cultural extension_ agent. Seeding rates should be n applied as recommended by the.couty as • -Be seed should be applied uniformly. Steep slopes should covered with appropriate soil stabilization-nutting. April 4. 2002 Blankets and Matting Description- Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales; diversion dikes, short,steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined thecritical performance factors for these types of products and has established minimum performance standards which mustbe met foranyproductseeking Labe approved for use within any of TxDOT's construction. or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http:/lay.dot.state.tx.usf nsdtdot/Orgchart/cmd/erosion/contents.httni which is updated as new products are evaluated. Installation.- Install nstallation.Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material: R • Prepare a friable seed bed relatively free from clods and rocks and any foreign.material. Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. _ • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • gh to allow turnover at bottom of trench for stapling, while Erosion stop mats should be wide enou maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites,sites with adverse soil conditions or seeding on other than.optimum seeding dates,mulch material - should be applied immediately after seeding.Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: Mulch niay be small grain straw which should be applied uniformly_ On slopes 15 percent or greater, a binding chemical must be applied to the surface. April 4, 2002 -2 • Wood-fiber or paper-fiber mulch may be applied by hydroseeding. Mulch netting may be used. Wood chips may be used where appropriate. Installation: Mulch anchoring�should be accomplished imrriediately after mulch placement-. This maybe done by one of the following methods:peg and twine,mulch nettin;;mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate'for disturbed axeas.which require immediate vegetative covers,or where sodding is preferred to other rneans of grass establishment, Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed.swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed ofliving plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. -Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be curt to the supplier's standard width and length- Tom end h-Torsi or uneven pads are not acceptable. • . Sections of sod should be strong enough to support their own weight and retain their size and-shape when suspended from a firm¢asp. • Sod should be harvested;delivered,and installed Evithin a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. ' Fertilize according to soil tests. ® Fertilizer should be worked into.the soil. • Sod should not be cut nr laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. During periods of high temperature, the soil should be lightly irrigated:, -3- April 4, 2.002 • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. i.ateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem,sod should be laid with staggered joints and secured. Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. nT • The first mowing should not be attempted until the sod is firmly rooted. _ Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale _ Interceptor swales are used to shorten the length of exposed slope by intercepting runoff,prevent off-site runoff from entering the disturbed area,and prevent sediment-laden runoff from leaving a disturbed site. They may have a v-shape or be trapezodial with a flat bottom and side slopes o f 3:1 devior flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushedstone three inches thick,riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2%or velocities exceed-6 feet per second. • Stabilization should extend across the bottom of the Swale and up both sides of the channel to.a minimumheight of three inches above the design water surface elevation based on a 2-year,24-hour storm. Installation: • An interceptor Swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff • Ail earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the furnctionina of the Swale or contribute to siltation in other areas of the site. • All trees,brush, stumps,obstructions and other material should be removed and disposed of so as not to interfere with the properfunctioningof the Swale. April 9, 2002 -4- • wales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter.Swales should have S positive drainage for the entire length to an outlet_ When the slope exceeds 2 percent, or velocities exceed 6feet aced in a layer of and t(regardless3 in hes Chicck stabilization is required.Stabilization should be crushed sconepl . or maybe high velocity erosion control matting.Check dams are also recommended to reduce velocities ucing the amount of stabilization necessary. in the s�rales possibly red • Minimum compaction for the swaie should be 90%standard proctor density. Diversion Dikes A.temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away fraw an fromeexposed slope np easily erodible to a stabilized outlet,siversion uch intercepts runoff from small upland areas and dr Y as a rock berm,sandbag berm, or stone outlet structure.These controls can be used on th -perimeter of ation the site to prevent runoff from entering the construction area.meas to eventkes are lexcesdsiver erosion until of construction to intercept and reroute runoff from disturbed p permanent drainage features are installed and/or slopes are stabilized. Materials: Stone stabilization (required for velocities in excess of 5 fps) should consist of riprap placed in a layer Should extend a minimum height of 3 inches above the design water surface up at least 3 inches thick and face of the the existkng slope and the upstream dike. • e textile fabric should be a non-woven polypropylene fabric designed specificallyo40iDr use as a soil and having an Geo textile media with an approximate weight of 6 oz./Yd,a Mullen burst rating 4 F equivalent opening size (EOS) greater than a7#50 sieve. Installation: Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than l0 acres of runoff. l of 18 inches • Dikes should have a minimum top width of 2 feet and a rnuzimurnoh of he dike and haveight of com acted side slopes of measured farm the top of the existing ground at the upslope toe to p k - 3:1 or flatter. ..The soil for the dike should be glared in lifts of 8 inches or less and be compacted to 95 %standard proctor density. • hanr►el which is formed by the dike,must have positive drainage for its entire lend h to an outlet. The c • rcent► or velocities exceed fi feet per second (regardless of map stabilization is required.In situations wh ), When the slope exceeds 2 peere velocities do not exceed 6 feet per second,vegetation Y be used to.control erosion. -5- April 4, 2002 SED WNT CONT ,0t BMPS Sand Bay Berm Description• The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sand bag berm. to the-reduced Sediment carried in the runoff is deposited on the upstream vide of thQ sandoe g berm.ba e -Sand ba flow velocity. Excess runoff volumes are allowed to flow o P nstruction activities in,streambeds when the contributing drainage area is beans are used only during coin onstruction between 5 and 10 acres and the slope is less than 15°la, f:acin li h uld be installed on the upstreamside channel crossing for construction.equipment,etc. Plastac fa and the berm should be anchored to the streambed by drilling into the rock and driving in"T"posts or rebar (#5 or#6)spaced-appropriately- Materials: • The•sand bag material should be polypropylene,polyethylene,polyamide or cotton burlap woven fabric, eno h exce eding 300 psi and ultraviolet stability exceeding minimum unit weight 4 ozlyd 2.Mullen burst str 70 percent. • The bag length should be 24 to 30 inches,width should be 16 to 18 inches and thickness should be 6 tP to H inches. Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass. through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds- • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: The berm should be a minimum height of 18-inches,measured from the top of the existing d ound:at the upslope toe to the top of the berm. - ® The berm should be sized as shown in the plans but should have a minimum width of 4$ inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • tops of the sandbags or through 4-inch diameter PVC pipes embedded Runoff water should flow over the .below the top layer of bags. When a sandbag is filled with material,the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbars should be stacked in at least three rows abutting each other, and.in staggered arrangement. • The base of the berm should have.at-least 3.sandbags. These canbereduced to 2 and 1 bag in the second and third rows respectively. -6- April 4. 2002 • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump-around system,or similar alternative,should be used on conjunction with the berm for. effective dewatering of the work area. Silifence Description: A silt fence is a barrier consisting of geotextile fabric supported by effective posts a at pcontrol soil and sediment doss from a site. When properly used, silt fences can b highly They cause rue effective. Th pud which rpose of aws eavier silt fence is to to settle. If'not sediment from disturbed areas. to intercept and properly installed,silt fences are not likely to b o detain water-borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate thzough- This fence should remain in place until the disturbed area is permanentlystabilized. Silt fence should not be used where there is a concentr tion must btionof te taken such as plaer in a channel or t na rock berm concentrated-flow occurs after installation,corrective ac in the areas of concentrated flow. Silt fencing within the site may be temporarily moved ding the day to allow construction activity provided it is replaced andpaona �yw ways should not beto the- ound at moved teend of any time.e day. Silt Fences on the perimeter of the site or around o Y Materials: • should be polypropylene,polyethylene or polyamide woven or nonwoven fabric. The Silt fence material d,mullen burst strength exceeding fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/y 190 Win ,ultraviolet stability exceeding 70%,and minimum apparent opening size of U.S.Sieve No.30. Fence posts should.be made.of hot rolled steel, at least 4 feelan BrtinTee 1 h°dne exceeding 140ar cross .- surface painted or galvanized,minimum nominal weight 1.25 lb/ft . • Woven wire backing to support the fabric should be galvanised 2"x 4"welded wire=12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slivhtn ha°moretC an $ifeet ton runoff source. Post must b.embedded a minimum of 1 foot deep andspaced center. Where water concentrates, the maximum spacing should be 6 feet. • La out fencing dawn-slope of disturbed area, following the contour as closely as possible:The fence Y should be sited so that the maximum drainage area is l/�acre/100 feet o en • oe of the silt fence should be trenched in with a spade or mechanica The tl trencher,so that the down- slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e.g.,pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. The trench must be a minimum of 6 inches deep and 6 inches wide to allow_for the silt fence fabric to be-laid in the ground and backfilled with compacted material. ' -�- April 4, 2002 Silt fence should be securely fastened to each steel support post or to woven wire, which_is in torn attached to the steel fence post. There should be a 3-foot overlap,securely fastened where ends of fabric ;. meet. Triangular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water-home sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 100/6;the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation,corrective action should be taken such as placing rock bean in the areas of concentrated flow.This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained.The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sed'unent Materials•. Silt fence material should be polypropylene,polyethylene or polyimide woven or nonwoven fabric.The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,mullen burst strength exceeding 190 lb/in 2 ,ultraviolet stability exceeding 70°/a,and minimum apparent opening size of U.S.Sieve No.3Cr • The dike structure should be 6 gauge 6'x 6"wise mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6"x 6",6 gauge welded wire ed with geotextile fabric the same composition as that used for silt mesh, 18 inches per side, grid wrapp fences. ` Filter material should lap over ends six (6) inches to cover dike to dike junction,each junction should be secured by shoat rings. • Position dike parallel to the contours,with the end of each section closely abutting the adjacent sections. There are several options for fastening the filter dike to the ground.The fabric skirt maybe toed-in with 6 inches of catnpacted"material,or 1 Z inches of the fabric skirt should extend uphill and be secured with k,or with staples or nails- If these two options are not feasible a minimum of 3 inches of open graded roc . . the dike structure may be trenched in 4 inches. ` Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. When moved to allow vehicular access,the dikes should be reinstalled as soon as possible,but always at the end of the workday.. April 4. 2002 �g` e Rock Berm - Description- The purpose °f a rock bene � to serve as a check darn in areas of concentrated flow, to p detain the sediment and release the water in sheet flow. The rock berm intercept sediment-laden runoff, in areas -'should be used when the contributing drainagesilt fen a to cont zn.acres. Rock are lesb effective fors sediment where the volume of runoff is too o eat for a removal than silt fences,particularly for fine particles, but are able to.withstands,guies ec�) Rock beans are fence. As such,rock beans are often�d in channels d shouldchannflows t(ditches, substituted for other erosion and most effective at reducing bed load sediment control measures further up the watershed. Materials: berm structure should be secured with a woven wire sheathing havingmaximum shoat rings- and a of 1 inch The b ge galvanized and should be secured and a minimum wire diameter of 20 gaup o Clean,open graded 3=to 5-inch diameter rock should be used,eoxc ept i Yabr�u wdhere high velocities or large volumes of flow are expected,where 5- to 8-inch dram eterInstallation: ® wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge La out the woven woven wire mesh with 1 inch openings. Berm should have a top width of 2 feet minimum.with side slopes being 2:1 (H:V) or flatter. d Place the rock along the sheathing-to a height not less than 18". the wire sheathing around the rock and secure with tie wire ohatthe ends of the sheathing Wrap _ overlap-at least 2 inches, and the berm retains its shape when walked upon- Berm should be built along the contour at zero percent grade or as near as possible: The ends of the berm should be tied into existing upslope grade and the berm should be buried in a the control. trench approximately 3 to 4 inches.deep to prevent failure of HayBale Dike Descri tion• The purpose of a hay n straw bale dike is to intercept re Lobe�ed when amounts small is not feasible to P _ laden runoff from relatively small unprotected areas. Straw bales are install other; more effective measures or when the construction phase is expected to last less than 3 months. Stony bales should not.be used on areas where rock or other hard surfaces prevent the full and. unifoma anchoring of the barrier. Materials: free of wced grass Straw: The best quality straw mulch comes frons wheat,oats or barley a Sdtra°gid b is nd th e efore seed which may not be desired vegetation for the area to be prat must be properly anchored to the o ound. -9- April 4, 2002 s and not grain as Hay: This is very similar to straw with the exception that itis made of g do introduce weed and grass Y stems. This.form of mulch's very nexgensive and is widely ed.available seed to the area. Like straw,hay is light and must be anchored. • of 54 Pounds and should be at least 30 inches lona. Straw bales should weigh a minimum • Bales.should be composed entirely of vegetable matter and be free of seeds. • a should be either wire or nylon string,jute or cotton binding i unacceptable: Bales should be Bindino used for not more than two months before being replaced. Installation: Bales should.be embedded a minimum of 4 inches and securely anchored using b inches. 2,>wood stakes or Ba 3/8"diameter rebar driven through the bales into the ground a mutimu ° - - Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed an the contour. • bale should be angled toward the previously laid bale to force the bales together- The fust stake in each . .Brush Berms is litter and spoil material from site clearing operations is usually burned on siteled itself The kto ey Organly on the dumped elsewhere.Muchobru beis terial can rm u in theeused effective met method used to obtain and Place ce the brush.It will not be to.constructing an efficient. method I a pile. acceptable to simply take a bulldozer and push whole wtrees into led flows This he berm. continuous of assure . continuous ground contaa channel or ct with the berm and will alto berms maybe used where there is little or no concentration of water in ne- u th of a other acre per 140 Brush way above the berm.The size of the drauzage area should be no greater t an o feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet;and the rmaximum slope grad ietit behind the barrier should be less than 50 percent (2:1). . Materials: • The brush should consist of woody-brush and branches,preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. m The rope should be V4 inch polypropylene or nylon rope. The anchors should be 3/8-inch diameter rebar stakes tharare 18.-inches long. Installation: • Lay out the brush berm following the contour as closely as Possible. -10- April 4, 2002 • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact -with the bound.Each subsequent branch should overlap tfie previous branch providing a shingle effect. • The brush bean should be constructed in lifts.with each layer extending the entire lend h of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the.barrier_ •' The filter fabric should be cut into lengths sufficient to lay across the barrier from its up-slope base to just beyond its peak.The lengths of filter fabric should be draped across the width of the barrier ui ith the uphill edge placed in the tench and the edges of adjacent pieces overlapping each other.Where joints are inecessary, the fabric should be spliced together with a minimum 6-inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier,and anchor the fabric.by tying rope from the fabric to the stakes..Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. ® Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be'a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sedime Tra A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site.The purpose of a sediment trap is to kitercept sediment- laden runoff and trap the sediment in order to protect drainage ways,properties and rights of way below the sediment trap from sedimentation.A sediment trap is usually installed at points of discharge from disturbed areas.The drainage area for a sediment trap is recommended to be Tess than S acres: Larger areas should be treated using a sediment basin.A sediment trap differs from a sediment basin mainly in the type.of discharge structure. The trap should be located to obt—. the maximum storage benefit from the terrain,for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities.The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: All agb rec ate should be at lest 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • Theggeotextile fabric specification should be woven polypropylene,polyethylene or polyamid,egeotextile,.. minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lbtn 2, ultraviolet stability, exceeding 70%,, and equivalent openznn size exceeding 40. Installation: April 4, 2002 -11- fore than 8 inches in 10 se • Earth Embankment: Place fill material in layers not mor de the optimum moisture content f the ' compaction, moisten or aerate each layer as necessary ec s arae orpdensity.Donut place material on surfaces that material.Compact each layer t095 Pe p are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the " ernbankment should be 3 feet. • A a is to be left in the embankment in the location where the'natural confluence aftia drainage of areain acres. embankment the gap is to have a width in feet equal to 6 tunes the O embankment line.The gap 4 a minimum► height of 1.5.feet and a' • Geotextile Covered Rock Core: A core'of filter stone having minimum width at the base of 3 feet should be platedea�dr across distance of 2 feet n periir�.-of the earth either direcdo should be covered by-eotextile fabric which should ex from the base of the filter stone core. e slope • tone Embankment.Filter sone should be placed over the geot axtile t dk ore a mis to have a �inirrium Filter Scover the which matches that of the earth embankment enc of 3-1 crest of he outand l t should beatCleast'l foot below the top of of 6 inches when installationcomplete. the embankment- Sediment Basins: f a sediment basin is to intercept sedixnent-laden runoff and trap the oiseed din en order to The purpose o protect drainage ways, properties and rights of way below the sediment baser► sediment basin is usually installed at points of discharge from disturbed areas:The drainage area for a sediment basin is recommended to be less than 100 acres. areas Sedimentreated basins are effective for capturing, and slowly releasing the runoff frome a ar ermanen pond thereby allowing sedimentatment basin can be c int foraconstru c ion of the permanent BMP should be followed,but BMP is being constructed. Guidelines revegetation,placement of underdrain piping,and installatiort of sand or other filter media should not e carried out until the site construction phase is complete. Materials: • - d be corrugated metal or reinforced concrete pipe or box and should have waterri. fittings Riser shout or end to end connections of sections- • corrugated metal ar reinforced concrete should be attached to the riser and should An.outlet pipe of a a stabilized ouchdownstream have positive flow to e and rubbish st een should be attached oe of the top of hkthe e riser and should be ent made • An anti-vortex devic of polyvinyl chloride or corrugated metal. Basin Design and Construction: tuTbed at one time, a • common drainage locations that serve an area v� th ten or more acres hour s ocin from each For o sediment basin should provide stora,e.for a volume of runoff from a twayea , disturbed_ acre drained. . g o v idth ratio should be at least 2:1 to improve trapping efficiency.The shape may be The basin length t -12 attained by excavation or the use of baffles_The lengths should be measured at the'elevation of the riser de-watering hole. • n 8 inches in loose depth.Before compaction,moisten or aerate Place fill material in layers not more tha each layer as necessary to provide the optimum moisture content of the material.Compact each layer to. 95 percent standard proctor density.Do not place material on.surfaces that are muddy or frozen.Side slopes for the embarikment should be 3:1 (H:V)- • An errrergency spillway should be installed adjacent to the embankment on un isturbed soil and should be sized to carry the fish amount of flow generated by a 1Q-year,3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading.from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete.Attached to this structure should be a horizontal pipe,which should extend fill to provide a de-watering outlet for the basin. through the embankment to the tae of ' An anti-vortex*device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). The basin should include a permanent stake to indicate the sediment level in the pool and marked to .indicate when the sediment occupies 5.0%of the basin volume (not the top of the stake). The top of the riserpipe should remain open and be guarded with a trash rack and anti-vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway.The.riser.should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 1:0 . 3-hour storm. Anti-seep collars should be included when soil conditions or length of service ake piping through the backfill a possibility- The 48-hour drawdown time will be achieved by using a riser pipe perforated.at the point measured front the bottom of the riser pipe equal to Vz the volume of the basin=This is the maximum sediment storage.. elevation.The size of the perforation may be calculated as follows: As 2h AO Cd X 980,000 Where: Ao =Area of the de-watering hole,ft 2 -13- April 4, 2002 As = Surface area of the basin,ft 2 Cd = Coefficient of contraction,approximately 0.6 . h = head of water above the hole,ft Perforating the riser with multiple holes with a combined surface area equal to.Ao is acceptable. POST-CONSTRUCTION TSS CONTROLS Retentio rri-gation Systems Description: Retentioerrigation systems refer to the capture of runoff in'a holding pond,then use of the captured water for irrigation oappropriate landscape areas. Retention/urigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a xetention/utigation practice,but should be operated and sized to provide adequate volume..This technology,which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because df increasing demands on water supplies for as icultural irrigation and urban water supply. Design Considerations: Retentionlurigationpractices achieve l00%removalefficiencyoftotalsuspended solids contained within the volume of water.captured..DesiB i elements of retentionfurigation systems` include runoffszorage facilityconfiguration andsizing,Pump and.wetwell sy-stem components,basinlining, basin detention time, and physical and operational components of the irrigation system. RetentionCurigation systems are appropriate for large drainage areas.with low to moderate slopes. The retention capacity should be sufficient considering the averaae rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/urigationcystems include routine inspections,sediment removal,mowing,debris and litter removal,erosion control,and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre-development levels. The water quality.benefits are the removal of sediment and buoyant materials. furthermore,nutrients,heavy metals, toxic materials, and oxygen-demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to-reduce downstream flooding. Although detentiort facilities designed for flood control have different design requirements than those used for water quality enhancement, it is.possible to achieve these two objectives in a single facility. Design Considerations: Extended detention bas inscan removeapproximately 75%of the-total suspe nded solids contained within the volume ofrunoff captured in the basin. Design elements of extended detention basins include basin sizing,basin configuration,basin side slopes,basin lining,inlet/outlet structures,and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. April 4,.2002 -14- Maintenance Requirements: Maintenance requirements for extended detention basins include routine , inspections,mowing,debris and litter removal, erosion control,structural repairs; nuisance control;and sediment removal. Vegetative Filter Stri s Description: Filter strips,also known as vegetated buffer strips,are vegetated sections of land similar to grassy.swales, except they are essentially flat wwith low slopes, and are designed only to accept runoff'as overland sheet flow. They may appear in any vegetated form from grassland to forest,and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow.The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity.flows,and do notprovide enough storage or infiltration to effectively storms.This lack of quantity contFol favors use reduce peak discharges to predevelopment levels for design . in rural or low-density-development; however, they can provide water quality benefits even where the impervious cover is as high as 50%.The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a.receiving water, passes through the filter'strip before entering a conveyance system. Properly designed roadway Medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate..Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips.Although an inexpensive control measure;they are most useful in contributing watershed areas where peak runoff velocities are low,.as they are unable to treat the " high flow velocities typically associated with high impervious cover. The most important criteria for selection and use of this BMP are soils,space, and slope. filter strips can.remove approx1mately$5°!0 of the total suspended Design Considerations: Vegetative solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform,shallow overland flow across the entire filter strip area,hydraulic loading rate,inlet structures, - _ slope, and vegetative cover.. The area should be free of bullies or rills which can concentrate flow_ Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter.removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands.. Description: Constructed wetlands provide physical,chemical,and biolod cal water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flowvelocities in the wetland,and is present in the form of evaporation, sedimentation, adsorption, andlor-filtration. ChemicaL.processes . include chelation, precipitation, and chemical adsorption. Biological processes include"decomposition, . plant uptake and removal of nutrients,plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation;aeration,biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. .The-natural surroundings,including such things as the potential energy of a stream or flooding river,should be utilized -15- April 4, 2002 as much as possible. The wetland should approximate a natural situation and unnatural attributes,such as rectangular shape or tie d channel,should be avoided. Site considerations should include the water table depth,soil/substrate,and space requirements.Because the wetland must have a sourced flow,it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for thewetland,the water level oftenfluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland should be loose loam to clay. A perennial ba y be must. . present to sustain the artificial wetland The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland System ntion facility treating the same amount than is required for a deCeof area: Desi'g' n Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of construct etlar�ds include.wetland sizing,wetland configuration,sediment forebay,vegetation,outflov+i strttcturz, depth of uiundation duringstorm events,depth of micropools,and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. _ Maintenance Requirements: Maintenance requirements for constricted wetlands include mowing, routine inspections,debris and litter removal,erosion control,nuisance control,structural repairs,sediment removal,harvesting,and maintenance of water levels_ Wet Basins . l and a standing Wet basins are runoff control facilities that maintain a permanent Description: nte from H runatural ponds to ral vegetation. These facilities may va crag of emergent littory zn.appea enlarged,bermed{manmade} sections of drainage systems and may function as online or offline.facilities, althoagh amarg offline configuration is preferable. Offline des vans can prevents Qdr aneothererunoff to the wet Ely ou pond and minimize costflow structure elements needed to accommodate During storm erents,runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility vent. The pollutant removal mechanis until the next storm ems are settling ofsolids,2dequately sized, is wetland plant uptake, and microbial deb adation. hhen thedissolved efractior Wet basins also help rovide removal perforntante can be excellent,especially for t erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins ficant opportunity for are often perceived as a positive aesthetic element in a community and offer� d wetland des er is creative pond configuration and landscape design. participation of an exp suggested. H significant potential drawback for wet ponds in and climates .is that the contributing incapable of providing an adequate water supply to maintain the watershed for these facilities is often well water or municipal permanent pool, especially during the summer months. Makeup water (i.e., . drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating.vsratersheds that generate insufficient runoff. Wet basins can remove over 90%of the total suspended solids on Design Considerations: s o basin the volume of runoff captured in.the basin. Design elements of wet basins include res configuration, basin side slopes,-sediment forebay, inflow and outflow strutturea =ainaf ae a oni eastwi h permanent pool,aeration, and,erosion control. `Wet basins.are appropriate for large. a low to moderate slopes. -16- April 4, 2O02 Maintenance-Requiremsance control, structural repa ents. Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuiirs, sediment removal, and harvesting. Qrassy Swales nts by filtration through Grassy swales are vegetated channels.that convey s[oniiwater ariclremove p well.Pollutant removal gr drain is infiltration through soil.They require shallow slopes and soils capability is related to channel dimensions,longitudinal slope,and type of vegetation.Optimum design of of runoff through the Swale acid improve pollutant removal these components will increase contact time rates. dlight Grassy swales are primarily stormtvater conveyance systenLs.`They can provide d.Thereforehey asufficient core host to moderate runoff conditions,but their ability to control large storms is lr applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb are and gutter drainage.Their performance diminishes sharply off wliere�high sediment loed settings, and ads an generally not effective enough to receive.construction stave runoff overwhelm the system.Grassy swales can be used as a pretreatment measure for other downstream Blvf Ps, such as extended detention basins. Enhanced grassy Swales utilize check dams and wide depressions to - increase runoff storage.and promote greater settling of pollutants Grassy Swales can be more aesthetically pleasing than concrete or rock-lined drainage systems and are generally less expensive to construct and maintain.Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. -Me disadvantages of this erosion anti channelization over time,and the need for more right-of- technique include the possibility of way as compared to a storm drain system.When properly constructed,inspected,and maintained,the life expectancy of a swale is estimated to be 20 years. Design Considerations: Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation 'Sufficient available land area The suitability of a swz;Q at a site will depend on land-use, size.of the area service d, toil type ,eslope, imperviousness of the contributing watershed,and dimensions.and slope of the s system. Swales can be used to serve areas of less than 10 acres,with slopes nob eater than 5%a:The seasonal high e should be at least 4•feet below the surface.Use of natural topographic lows is encouraged,and water tabl natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effecti d at removing p ,but may en when dormant.Therefore,irrigation is not required to maintain growth a dry P be -17- April 4, 2002 necessary only to prevent the vegetation from dying- Ve etative Filter Strips Filter strips,also knowas vegetated buffer strips, are vegetated sections of land similar to grassy swales n except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet getated buffer strip is shown in Figure 33.They may appear in any vegetated form flow.A schematic of a ve from grassland to forest,and are designed to intercept upstream flow,lower flow velocity,and spread water out as sheet flow.The dense vegetative cover facilitates conventional pollutant removal through detention, filtration.by vegetation, and'infiltration. Filter strips cannot treat high velocity flours,and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms.This lack of quantity control favors use in rural or low-density development, however, they can provide.w�ter quality benefits even where the gh as 50%.The primary highway application for vegetative impervious cover is as hi filter strips is along rural roadways where runoff that would otherwise discharge directly to a receivin41. passes through the filter strip before entering a conveyance system.Properlydesigned roadway medians and shoulders make effective buffer strips.These devices also can be used on other types of development where :land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful.in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow uncoricentrated flow.To avoid flow channelization and maintain performance,a filter strip should: • Be equipped with a Ievel spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant,soil binding species Be graded to a uniform,even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses,wetlands,or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures_They should be incorporated into street drainage and master drainage planning.The most important criteria for selection and use of this BMP . are soils,space,and slope. Design Considerations:. Soils and moisture are adequate to grow relatively dense vegetative stands Sufficient space is available • Slope is less than 12% April 4, 2002 -1$- • Comparable performance to more expensive structural controls Sand Filter Systems The objective ofsand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff.The filtration of nutrients,organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations.One of the main advantages of sand filters is their adaptability;they can be used on areas with thin soils,high evaporation rates,law-soil infiltration rates,in limited-space areas,and where groundwater is to be protected. -Since their original inception in Austin,- Texas, hundreds of intermittent sand filters have been implemented to treat stormwater runoff:There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements.Major types include the Austin Sand Filter,.the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat-sand filters which are adapted to-provide a sorption'layer and vegetative cover to various sand filter designs. Desi Considerations: Appropriate for.space4imited areas Applicable.in and climates where wet basins and constructed wetlands are not appropriate • I i.,gh TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some either BMPs,reducing the land acquisition cost; howevr the structure itself is ane of the more expensive BMPs. In addition,maintenance cost can be substantial. April 4, 2002 -19- i PERMIT COMPLIANCE CERTIFICATION Permit Number: Name of Permittee: Date of Issuance: Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: Regulatory Branch CESWF-PER-R U.S. Army Corps of Engineers P_Q. Box 17300 Fort Worth, Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension,modification, or revocation. I hereby certify that the work authorized by the above referenced permit was completed in accordance with the terms and conditions of the said permit,-and required mitigation was completed in-accordance with the permit conditions. Signature of Permittee. Date Appendix B Standards and. Soil Borings i 1 II-VIIII ILII kIII. 1 111 TYPE 'C" BACKFILL EI I I SEE SPEC. Et--2.4 :qI I ,=� I I� G.C.D. -MINIMUM 6 INITIAL BACKFILL COVER SAND MATERIAL EMBEDMENT I� -h f I II I I &.INITIAL BACKFILL O All SEE SPEC. E7-2.3 G.C.D. Lam, MINIMUM EMBEDMENT -III- I( II-AIIfIf-I1I�IfI—III Z Iii=1iI�II�Iii�i1�.•iTi-- . J WATER: SIZES UP _TO AND INCLUDING 12" —' U �II-=� m L A TYPE Cm BACKFILL I 1E1I SEE SPEC. Et-2.4 F_ _;:::' G.C.R. INIMUM INITIAL : ACKFILL COVER ;, - .�•. WATER – 6' ' ti w I I •���� _`�: ' SAND SEWER - 12 CRUSHED STONE. OR STORM DRAIN - 12' 1 Ia.�;=�' ' '`� �I MATERIAL INITIAL. BACKFILL Ld A I I -. • I I— SEE SPEC. 0-2.4(b) OR m • A [. III EI-2.3 G.G.D. :2_.pe , •. .a• II- - LJ MINIMUM 6' I.....� • .• . . O D9: .4 I�I EMBEDMENT :�I I .. .. - CRUSHED STONE O II l�l ISI I I^I I Imo!I�I I�I I SEE SPEC. Et-2.3 z G.G.D. O WATER: SIZES 16" AND LARGER = cn SEWER: ALL SIZES STORM DRAIN: ALL SIZES Q W 0 MATERIAL SPECIFICATIONS d SAND GRADATION W O ®LESS THAN log PASSING 1200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS (A P.J. A 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH _j THE EI--2.4(b) AND EI-2.3 OF THE G.C.D. AND STD. SPEC. O ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR � STREET & STORM DRAIN CONSTRUCTION. ALL OTHER CRUSHED STONE GRADATIOIJ PROVISIONS OF THESE ITEMS SHALL APPLY. O U SIEVE SIZE X RETAINED y r 0-10 J 1/2" 40--75 WATER, SEWER & STORM DRAIN 3/8o 55-90 EMBEDMENT AND BACKFILL DETAILS w 90--100 a 95•--100 CITY OF FORT WORTH-CONSTRUCTION STANDARD cn FIGURE A DATE:2-19-02 r- ;(�ackf i l l as spec i f i cd Existing surface ! r ! 1 r 1 1 • 4 ` . •. ice.. ,r�I. 'v X11::i . . - •� , ; ;,;a ..,. III �. � , • \• �-yY�aT P •� � ry.. ` . rel�L•' 6" rnin• dimension. b" max. for pay purposes when. bid per cubic yard. 611 min: dimension. Max. for pay purposes, shat l . be 611 on main 2411 and smaller, 9" on mains 30" 9 and larger, when bid per cubic yard. 411 min. dimension. 411 maxfor pay purposes O when bid per cubic yard. Class "E" 1500# concrete. Concrete encasement shall stop 1 ' either side of joint, and when_ encasing concrete pressure pipe, fulI Aengths o� cluded. pipe shall be ancased,. jolnts ex . CONCRETE ENCASEMENT : DETAIL 1-1-78 E I G U R E 20 E 2-� Construction - 7 RAMICiE rIMIE 1t1O 24'DU.COVER' I ' EDU/L TO LCKINLEY NON YrURKS. I NO.A 74 AU WITH pJcx SLOTS OR pI/ JJOI RfFI t 4- r ` • I i I TREACH vrolti CONCRETI I CRADLE TO EXTEND • l TO PIPE DELL TOP Or CONCRrrc COME SCCTION 15'BELOW F-S" HIM ELCVAIX)" ' 4 EA 7-Xo-X74-LO.PRECAST rl REINFORCED CONCRETE GRADE_ F30NOLJTFBC CONCRETE OR ReJGS,CONFORUWG TO A.S.JaI:. a7D PpCCASi' _ i'• C ;7B.OR EOU/L UAY 9E A_S.I.,.G• :. USED N LICU OF ORICK, REINFORCED uANHOLE =,, . :. SECTIpr+S OR EOUrk. •I,I GlSTfriG u'� p.IrcfD�E LIDS R'a - REF.E-2-%' smacI E 'ERMA•STEP •]DO-2,OR EQUAL amm _ WD STAGGERED, AS SHOWN q -- Dn�too A - CRpur If PRCC>LST I CLASS r IfOOO-E CONCTIVE ' 4,rxA, FOR SCWCR - PIF E UP IO 71' DIA. 5•Dr& ron SE g:pIA Pip( u �^T 61 x 1�I!�1 1}f!T Y cE�AI�� �a evil 0111 S 1 r INDfr ll\V JANI i AN F SEWER\ W �I t[ I�l_L _ r (PRECAST SHAWN) NOT TO scAaLE FIGURE 104 ` f u� Pressure Grout Between Casing And All . Pipe Shall Be Surrounding Earth Laid To Grade As Shown On The Plans Tunnel Einer. 0r Casing Pipe As Required. Water bines Shall be Secured. by Struts. ..i Carrier Pipe Adequate Skids Shall Be Furnished And Installed By Various Types Of The Contractor As Necessary Casing Pipe May Be ''+ To Facilitate Installation Used, Conc. , Steel Or :'r y� x Of Carrier Pipe. Corrugated Metal As �f `_! Permitted By The Plans — And Specifications TURNELE® SECTION Pressure Grout Between Casin And Surrounding Earth On Bored Section. All Pipe Shall Be 'l =%''' r '' Casing Pipe t" Laid To Grade As ' E r Shown On The Plans. ' :r : I Water tines Shall be Secured by Struts. Various Type of Casing Pipe May Be Used, Cone. , Steel ; Or Corrugated Metal ter, :;,' Carrier Pipe As Permitted By The Plans y: ;•s , And Specifications. / � ��-;`' 'l Adequate Skids Shall Be •�``-' .. V'• .Y'F-r' •~li - Furn-i shed And I nsta i Ted By� C r The Contractor As Necessary To Faci 1 itate Installation Of _ OPEN CUT Carrier Pipe:. Or BORED SECTIO CASING DETAIL 1 1-T-78 FIGURE 2-1 . E 1--15 Material E 2-15 Construct Eon II Natural Ground *Dimension v Sewer Pipe - 12 " U QI• / L i- . 0. y u • �i L! �I \ C! t6• L ,fy ;• Gr-ar,u'lar: �mbedaien•t Minimum Depth :, • ,1 f After Compaction ' : ►' 6.! Min. . r Crushed Limestone to Extend from b" Below a Pipe to Spri ngl ine r va�;a'e� (Excavate for Bells) • Dame e } T Crushed ihe§tone' • a Cost of Granular Embedment and Crushed Limestone Bedding TYPICAL SECTION Included in Price Bid Per Foot of Sewer Pipe, STANDARD EMBEDMENT E1RE 109 E1--2 Material 1-1m78 E2•-2 Construction v � o Variable Diameter Bore To Be Large Enough To Permit °O Design Type Pipe To Be Pulled Or Jacked Through. ai w ro E TYPICAL BORED SECTION Longitudinal View Pressure Grout w !11 R L - aJ Cu E rj IE} ro ro - I_ Ca •L f� ru - - R.R. or obstacle of similar nature requiring TYPICAL BORE WITH P) RE INSTALLED bored installation of Longi tudi nal View sewer'. .7 r 11 { Perimeter of Bore f . Pressure Grout Around Pipe. Grout shall be proportioned as 1 Cu. Ft. Carrier. Pipe g of cement , 3. 5 Cu. Ft. of clean fine .sand with suff.i ci ent water added to provide a free flowing thick slurry TYPICAL END .VIEW NOTE: 1. Campressian type joints to be used if possible.- 2. If compression type. jnint is not available, MJ typeshall bolted before BORED CROSSING . DETAILS placing pipe into FIGURE IID Material E 1-15 Construction E 2-15 1--1-78 Corrugated Black Metal Tunnel- Liner 12 Gauge or as indicated i, 1 Special Plans ., i �- - Documents. Annular Space Grouted f I L L tll W I • .r� ._ cod err - i - ru _..I 'L f :> It-- AnnuIar Space grouted Cu-t Away Longitudinal Section G a Tunnel Liner 0 D Fill Between Liner And i Sewer Pipe with Grout +". rs Sewer Pipe END V1 EWa var� - o i Q.. 0 0 NOTE • Furnish . Install grout in ratio f Furnish Install skids I cubic foot of cement and 3. 5 as necessary. Skids shall cubic feet of clean fine sand with meet the approval of the sufficient dater added to provide a Engineer. free flowing thick slurry. ri TYPICAL TUNNEL SECTION Ea1e15al Construction LI-1-78 FIGURE III E 2-15 . -.� 4.0,f 2.0' [ TYP: 4- 4 Rebars TYP. ". o;� �' 3.0" TYP. use 2500 • ctoss B , r� -concrete �. 4.0' • r f )14" CHAMFER TYP. N AR NEIGH VAR! 5 , PVMT. PVMT. EX.GROUND 2 c 27 SUB BASE ' —Af]€;AWG r � 9 i 6. Lm ' —I"—— 3'Milt. -CASE 1 CASE 2 Rata HEC FIEICHF VARIES • 1 , 4 a SECTION A-A CASE 1= COLLAR SMALL EXTEND TO TOP OF 2=27 CONCRETE. (NO REBAR REQ.) CASE 2=. COLLAR SHALL EXTEND 3" BELOW BOTTOM. OF LOWEST GRADE RING. (REBAR REO.) CONCRETE COLLAR DETAIL SANITARY . SEINER MANHOLE FIGURE 121 NTS E-1- 20,20, 21 Moteriot E2•- 20, 21 Consruction r i 2' COMPACTED BENTONITE CLAY OR 2:27 CONCRETE 1 _ 3 SEWER MAIN CLAY DAMr PROFILE EXISTING GROUND COMPACTED BENTONITE CLAY E OR 2.27 CONCRETE � � 1�l I lel I-• IC 1• ll�ll =9:Lpla ii =11 f k A 111 IIF i=`'r L ocn 0 TRNHWITH m z en wa w UNDISTURBED SOIL a 0 CL -".:TRENCH YY{6T C IP MINIMUM -TRENCH WIDTH - PIPE ©IA. + 7 3 crrr ofarr xr t�oarni.tnu.+s CLAS' DAM SECTION .ffA,� PART g:ni ary 8►w�r Main IA-42 and !t 54 Drainage Area Rehablllt=Bon CONS I i� �.1 k01'( sanitaryVII[Lsewer. t pio- S48-- - 150"Pip e Y• ; CL A 1� Part Viii Pre est Ho. PSSB DT0TA!1,2]B6 LT J Rg MM.T CATION D,LAT�3 v - KLA a/� r.�am1�27 X7/97 r H A-ll - 0' P4 z 0 o [-,En M o Wu z o w � Q CD xalij JD o u Z w o0V� Q� V) Inca a� �w zD rsct�aw cc X o. GJ U a z¢ N!tJ- r:►Li u- 0¢.-< P-s LLJ 0 0 <D �p>-_ 1U4� o aILgEn a _ ¢c•� :zI W - en ; E-, w C-) �` +L, A zmw 4IW zU. XQo o cs mm zwu W ¢� z z m 0 41 � O U IL Q LU ":y a o W2 LU �W M(X < X 3 .t: z LnLLF 0- CjCL 10 Ln 0 ocnzw�" Z:2 Z .� o x �}W E-�.� 1 I'X O� m :�► z D tri ►i ¢1--z�- L�F`. t o n. '• I- rn r-mow OMOM 1-- � � . LO PO LLI V) x -j t-- Fz-U-00B;. i U 1'r 'r= a k- '. ;.'I tw H o w w a W opt t . 4Jo4 o �c)G- UU 0E13`'' ca z Z • to 3 .F z r,'d' of OLd E11 0 rxwm w ':C oti<oa¢w�•-•on::L U ta�- w ¢ � �q0 a - ., z-moowtzrntZ00 EL 0<0 a Er o tJLJV J �" •• .•- N d - �I zt=- Q� _ . —fid i E z LLIO SOV) • .1 . . • SIL' OUp w ¢ �- ' Uy W 4 p rn °D �Ld r U �~ a � Ld t- �I�CLIY o �Ln ca LC . c)� o ra. o Ly r r L! O rnas A br Q LLSQ w Ld4Q a j LI li W .Fes-- r/ La m La w � � C wO Q of En LI3 �Z z LJ{� l M LJ 4 LC p Er- wow W Gwo[AW < ZI--- gip 0 ofL). �}U34M Enowd ?l JU_L.)Y WL-Q63:6O -"4< f L_ 1.-0 LF<WF• LCOmF�- LLT-j En CL < ' ❑pdZzEnC)�W O 0 >-�- d 4F-Ix VO f"'Q-� 4L �flL_ Qffi [!]Z O ¢Qtt 4 )-ate - as d MOOMLOLZMEZZ CL (D CL � �o R W x� Ll,:;6(n _ist } },r� HE U) L) i V'QL XO mCy +. i LJ W j 70�; W�� c)::L+ Quo "' _ QUO zz O o�Ed. LL- W } :�1 U L-o F Lo yam,can z CL (fi t ��� � -ern• I a.. � � ca� fyzx 0Q0 ��� VFW LI En ZI-�• b it 's\ zl�i ra � !slO�, to w �`' z iu Q] W z 4 U]~� l vlm Q Dow IC) b- �0Lij0 ' ¢r H }- Qr--Z:LLW i- z m Z �i5 oo --•Z wo¢ i �` ¢o ordarLl NU tis x� [r a . 1�-�a Ua - . �4)�0f(/}(Jt W 0 k{LijLLI ZLu¢o .r ar P} . m� ��x- c�i�N �oobj Q - i zLa 0~-r-, ULtj MWQ:WWO oto wiz � LA �EWQ LuLL t3i Z UJ W`'r �� fa F-U _jL-v�rV Lu Q w¢ E _ �tk0-gw caw- QE�m z1`tnn�viL ri5-� ri:-virit d �4` oi-i > Ld � 'M, Cq � - o CD d �- —- -'-'- ---- •-'--- -- - --— z 47:n 4 U_ pUl v [? z(j)a , - try 10 tr OQ � Lij U3 (S.F- in.lkf F in �1 . • 2n W�-"" . -• � O J!- V 0 O. <Ltl 0 t LLJ CL Eac RE a Ell Q l FoGj J 4 En fa CL o' .MIN. in r x wUT U . 2 ¢ `- u? 0'cn 0 �v W L, LLJ �. • x4. W zzw f >. zow �'a •m rL } o Fay u3- a�� w-1 ? acv [�}- U 0: DUEL ca zE `� LO cnuj:zCL m tuta 0 W< COP r'07 C I ca Di En L7 O N > tJ W u) a mO • - L Q +• N �•, CEm z m0c L ¢ U7 a (D c-0 m ❑ mom _ Q M CLO U ID 4- 4-71m C3 r C;3 M O w¢ aurE — -104.ox4 O EQJ U)� woLd ``- Q 0. tij o n m _ } L Q vn i A • � � NO U O C3 1"' En CA. w . C1 D L o L- WID 1w U CL ai LU a. Os v OLn C} N !A d•a N r� b a'S7 y•� �l J / � O � W ti� W C O � 4+•7..m � r O�..JS a CL ¢ E- aul � ua�or� o au a ¢ CSI m v W U iJ = oo > > _ LfSC3 LRD- [� . w CAz * d cul 11t O r,, t— F 0 O 0. }� t� on En A �- EO co lU w q � � :Z,- Q LOLzxLn r~'' i�i1 ri COL U ¢En � �¢ Er- 1'-2" SEE PLAN FOR 8" FOR MAIN WALL REINF. 8 -1Yz I FILL �N/I 4000 PSI TO OPPOSITE SIDE CON RTE GROUT (TO FACE OF CHANNEL) a °: •° #5 CONT VERT. - 1— ' TYP OF 2 A. 8'-4" 4,. TO OPPOSITE SIDE MIN 4 - ---- -- LO .! '/2"0 x 0'-1 Q.e 8'-9/2„ ” ' I \-THREADEDI I UB TO OPPOSITE SIDE _ yI I ROD. W/ D ILE - NUT (TYP. ° a 8)--6Y2,p TO OPPOSITE SIDE `,n /T L3 x AS REQ'D (CUT TO FIT) " A FIBERGLASS ANGLE x CONT W/ 3/B"O COUNTERSINK SCREWS AT 12" O.C. A WOOD BLOCKING — I— -- D ' F6_ T I• II L3 x AS REQ'D (CUT TO FIT) L 2 x 2 x Y4 '-9" FIBERGLASS ANGLE x CONT I I I I 0 24'r ERT. PLYWOOD I 1 I ( I FORM NOTE: THE DIMENSIONS SHOWN ARE BASED ON SECTION ACTUAL STOP LOG MEASUREMENTS PROVIDED SCALE: 3"=1'-0" BY "TRANSYSTEMS" AND A STOP LOG TOLERANCE OF t/2" ON BOTH SIDES. SHOULD THE STOPLOG MANUFACTURER RECOMMEND A DIFFERENT TOLERANCE FOR THIS SPECIFIC APPLICATION, THE DIMENSIONS SHALL BE ADJUSTED ACCORDINGLY. TYPICAL EMBED AND CONCRETE BLOCK-OUT DETAIL FOR THE 8' STOP LOGS .- EXHIBIT 1 M244A — SANITARY SEWER RELIEF Job No. 02-145 Date: 11/28/05 T�f TEA 45 & Gojer Co�2P� AT7oNA� . and Associates, Inc. p c 0`�'n A C O N. S U L T A N T S Consulting Engineers R S SOD W. 7th ST Wn 606 11615 Forest Central Dr. Suite 303 FORT WORTH, TEXAS 76tO2 (617) 339-6950 Dallos, Texas 75243 (214) 340-1199 I ' oll _ oE; , moil .d) 4- co C c co --Me) d Ll co —co a N03 00 r `" Cil tle ;T " [l W16, W ® " Vl o sa N � t� [� ion! t-- JL c ilk „ „o - ,z CITY Eli c\j LO N N