Loading...
HomeMy WebLinkAboutContract 32362 a� 4 e f 1 ' ' - TY SECRETARY "PONTRACT NO. .� CITY OF FORT WORTH TEXAS Cn D. . ,LE NORTHSIDE II - 48 Inch Nater C'-'N"i"PACT ,R'S _iNDINGG bin Extension Units 4 & 5A Unit 4—Cantrell Sansom Pump Station to Future Basswood Boulevard City Project Number: 00229 Water Project No.: P 264-0602140022983 DQE No.: 3637 Unit 5A - Future North Tarrant Parkway, Between Harmon Road and IH35 City Project Number: 00230 ct ct Water Project No.: P 264-0602140023083 � --{ DOE No.: 4089 U July 2005 P Robert D.Goode,P.E. A.Douglas Rademaker,P.E. S.Frank Crumb,P.E. Director Director Acting Director Transportation&Public Works Department of Engineering Water Department F M PREPARED BY: ed ,,. . . . . . . . . . . .. . �CREr rs P,: MLUAVS IN ASSOCIATION WITH: V1 . 02794 C/3T Halff Associates,Inc. __ ��PM � V 1" LOPEZGARCIA Group,Inc. CORRPR❑Companies,Inc. �� i J11I1.JINAL Fop WORTH *1%qwXFWNetI III 11111111IIIIII�111 ��� IIIIIIIIIII111pill! Print M&C COUNCIL ACTION: Approved on 916/2005 DATE: 9/6/2005 REFERENCE NO.: C-20969 LOG NAME: 30NSlIU45A CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with Oscar Renda Contractors, Inc., for Northside 11 Water Main Extension Phase la, Section B, Units 4 and 5A (City Project Nos. 00229 and 00230) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Oscar Renda Contractors, Inc., in the amount of$3,778,090 for Northside 11 Water Main Extension Phase II, Section B, Units 4 and 5A, from the Cantrell Sansom Pump Station to future Basswood Boulevard and from future North Tarrant Parkway between Harman Road and IH 35. DISCUSSION: On May 28, 2002, (M&C C-19103) the City Council authorized the execution of an engineering agreement with Camp Dresser & McKee, Inc., for Northside 11 Water Main Extension, Phase II, from Northside Pump Station to Cantrell-Sansom Pump Station. The project will provide increased water service delivery capabilities and reliability to satisfy current and future demands in the rapidly growing northern sector of the City. in order to expedite construction, the project was separated into five units. Units 1, 2 and 3 have been constructed, City Council approval is being sought for this project, (Units 4 and 5A) and Unit 5B will be advertised for bid in September 2005. The project consists primarily of the installation of 10,050 feet of 48-inch and 700 feet of 16-inch water pipe. The project was advertised for bid on July 14 and 21, 2005, On August 11, 2005, the following bids were received Bidder Amount Time of Completion Oscar Renda Contractors, Inc $3,778,090.00 220 Calendar days S.J. Louis of Texas Construction $3,981,192.75 of Texas, Ltd, LLP Gin Spen, Inc. $4,133,475.00 William J. Schultz, Inc. d/b/a Circle "C" $4,651,625.00 Construction Company This project is located in COUNCIL DISTRICT 2, Mapsco 49 A. In addition to the contract cost, $368,027 is required for inspection and survey and $114,040 is required for project contingencies. Oscar Renda Contractors, Inc., is in compliance with the City's MANBE Ordinance by committing to 18% MWBE participation The City's goal on this project is 18`x/0 FISCAL INFORMATIONICERTIFICATION: • The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO Fund/AccounVCenters FROM Fund/Account/Centers P264 541204. 602140022983 $Z,9_1 370.00 P264 541200 602140023083 $866.720.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Radenaker (6157) Additional Information Contact: A. Douglas Radernaker (6157) ATTACHMENTS Fax from 08--8S-OS 15:83 Pg: Z CITY OF FORT WORTH NORTHSIDE II WATER MAIN EXTENSION Z...nit g-C'an#rell Sansom Pump Station To Future Basswood Boulevard City Project Number: 02-19,Water Projecr No.P264-06Q214002.29,DOE No.3637 Uru, 5A- Future North Tarrant Parkway,Between Harmon Road and IId35W City Project Number: [t02M,'Water Project No.X'26+4-0502140023083,DOE No.4089 ADDENDUM NO. 1 August 4, 2005 Bidders are hereby aformed of the following changes cc the plans,specifications and contract documents for the project Bids fs the project will be rcccived August 11,2005. Bidders must acknowledge receipt of this Addendum bel. w and on the Proposal-Part B. r I. PROJEC1I' MANUAL REVISIONS TABLE OF C=Qt,ZI I-ENTS, PART E SPEC IFI:ATIONS DIVISION'2 SITEWORK 1) Add"SEC [ON 02616-BURIED DL;CTI LE IRON P1PF-AND FI'T`1-WOS". PART B-PROPC:IAL 1) MIWBE SPEC l l"ICATIONS, a. SPECIA 1,TNSMUCTIONS FORBIDLDERS,MfWBE PROJECT GOALS Insert" :'M"in the Project Goals Section, b. Good F.:i th Effort Form,Attachment 1 C,Page i of 3 Insert"'I 1l%" in the Projeut Goals Section. c. Prime C.-nrractor Waiver Form, Attachment 18,Page 1 of 1 Insert"'I;M" in the Project Goals Section. d, Subconl rtciors/Su-"Iiers lltil zation-FormY, Anachment IA, Page lof5 Insert°' .M" in the Project Goals Section. 2) PROPOSAL - �ernove in its entirety and replace with attached revised PROPOSAL. PART E-SIyEC l l' ^A,T r t71v S SECTION 0261 b- 3ITRTFI7 Tl[ICTTLE IRON PIPE AND 7✓lTT1NG5TC7^ J #, Vd1liS a. Insert nclosed section. ams`• $979 rr�T�r tif�vr,Qf3'ft�� • r AL1O1�Td7UM.N�1 1 of Z $/4/2005 I r Fax from 88-85-85 15:83 Pg: 3 2) SECTION 021 7- BURIED STEEL PIPE AND FITTINGS,PAGE 2, PARAGRAPH D. DESIGN DATA, ITEM i. a. Chant.! the first sentence to read Minimum Wall thicImess small be 0.23 inch or outside diatm.l,�r/ 0,whichever is greater. 11 DRAWJN REVISIONS 1) SFIEET G- ,GENERAL NOTES. a- R& love Note 41. in its entirety. 2) SH)=ET C:, 7, a. Dc ail A,Note: CONTRACTOR SHALL PROVIDE COMPU-SONIC 4500 TRANSIT TIME METER AND SENSORS. Shall be changed to"CONTRACTOR SHALL PROWDE EASTTECH BADGER MODEL 4400 TRANSIT TIME METER AND SENSORS." b. Add t1. : following note: "The shut down for installation of the 48-inch tee shall not exceed 7 calend- r days." 3) SHEET 04.15, a. RL ;rove nate in the plan-view at Station 56+50,and replace with, "STA 56+50 INSTALL Y UR RELEASE IN VAULT PER FIGURE 116." 4) SHEET C: -3, a. N{., a regarding Granular Embedment per Specific,atit n Section 02202 shall be changed in h%4,places to"-_-Section 02221 5) INSERT ai ached Figsre CZ-4A to plan set. f SC][1E17ULED BIIa, i)ATC; AuL- ,vst 11,2005 DATE ADDENDU'.II ISSUED.- August 4.2005 RECEIPT ACI{NC NLEDG D: DEPARTMENT OF ENGINEERING By: - I1311 o u G ra,, 1L cri ar f a rr Mr. Rick Trice. P.E. Title: Q- ►'1?`j I Assistant Director ADDEYDLSMIil71 2 of 2 8/4/2005 Fax from OB-18-05 10:11 pq: Z CITY OF FORT WORTH NORTIJSIDE II WATER MAIN EXTENSION Unit 4-Cantrell Sansom Pump Station To Future Basswood Boulevard P C1 y Project Number: 00229,Water Project No.P764-06021400229,DOE No.3637 I nit 5A-Fu:twre North Tarrant Parkway,Between Harmon Road and IH35W Cit: Project Number. 00230,Water Project No.P26"6021140023083,DOE No.4099 R. ADDENDUM NO.2 I August 10, 2005 Bidders are hereb. informed of the following changes to the plans,specifications and contract documents for the project. Iii.: s for the project will be received August 11,2005. Bidders must acknowledge receipt of this Addendum below and on the Proposal-Pant B. I. PROLEC7: MANUAL REVISIONS PART E-SPECIFICATIONS, 1. SI.C—NON 0761.6-BURFM DUCTILE IRON PIPE AND FITTING,ITEM 1.03 S1 IiMCITALS,Add the following: "Pipe manufacturer shall provide calculations in F, a.';ordance with AWWA C-150 for all pipe sizes and installation conditions. Contractor s:i.ill determine the appropriate pipe thickness and Pressure Class based on the following d._iign criteria: a: Working Pressure of 160 psi and Surge Pressure of 100 psi. b� Weight of earth is 130 lbs/cu ft,and Soil Modulus E'=1,000 psi C Live Load,Pipe in Streets;AASF1Tp H-20 for two trucks passing. Pipe within railroad right-of-way:Coopers E-80.- 2. PAT 2: PRODUCT'S,2.02 POLYETHYLENE LiCASEMENT. P-id the following sentence to paragraph:"The polyethylene film shall be high:density cross- la, ninated. 3. 5,i CTION 02617-BUI:ED STEEL PIPE AND FITTINGS,PART 2 PRODUCTS,2.01 N r-YTERiALS,ITEM M. EXTERIOR POLYURETHANE COATING FOR SPECIALS, rF i I PINGS,REPAIR AND CONNECTIONS, '11,e first sentence shall Tae changed to read:"The shop-applied and field-applied coating s:•l all be CORROPIPE Ornni,as manufactured by Madison Chemical Industries or equal F •tura Coatings." U. DRAWINa ls REVISIONS ■r A_ S=11ET C.P4-1,CATHODIC PROTECTION DETAIIS, 1. Add the following test stations to the Test 5tatiQn Schedule A a) Station 63+00 Western Center Blvd Test Station Type CP b) Station 65+00 Western Center Blvri Test Station Type CP SCHEDULED BI'l-DATE: August 11,2005 DATE ADDEND S fM ISSUED; AugustO,2005 RECEIPT ACKN,"WI.EDGED: be DEPARTMENT OF ENGINEEEUNC; By., [OA-V S U�6> l Fir Mr.Rick Thce,P.E. Title;t/i r- Prr5 i d o Assistant Director ADDENDUM.NC ? 1 oft 1hj10/2[l65 CITY OF FORT WOR'T'H NORTHSIDE II 48-INCH WATER MAIN EXTENSION Unit 4--Cantrell Sansom Pump Station to Future Basswood Boulevard Unit 5A—Future North Tarrant Parkway,between Harman Road and IH 35W SPECIFICATIONS TABLE OF CONTENTS PART A NOTICE TO BIDDERS Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders FART B PROPOSAL Minority and Women Business Enterprise Bid Specifications Good Faith Effort Form Joint Venture Eligibility Form Prime Contractor Waiver Form Subcontractors/Suppliers Utilization Form Proposal Proposal Summary PART C GENERAL CONDITIONS •" PART C1 SUPPLEMENTARY CONDITIONS (TO PART C) PART D SPECIAL CONDITIONS PART DA ADDITIONAL SPECIAL CONDITIONS PART E SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS Not Used DIVISION 2 SITEWORK 02221 Trenching,Backfilling and Compaction 02613 Buried Concrete Pressure Pipe and Fittings 02617 Buried Steel Pipe and Fittings TOC-1 07119/D5 .. WE wo low -PART A- NOTICE TO BIDDERS F NOTICE TO BIDDERS Sealed proposals for the following FOR: NORTHSIDE II 48-INCH WATER MAIN EXTENSION, SECTION B, UNITS 4 AND 5A FORT WORTH, TEXAS UNIT 4—CANTRELL SANSOM PUMP STATION TO FUTURE BASSWOOD BOULEVARD City Project Number: 00229, Water Project No.: P264-0802140022983, DOE No. 3637 10,000 LF 48-inch Waterline, Installation of 4--48 Inch Butterfly valves/vaults, Cathodic Protection System, 150 feet casing pipe by other than open cut. UNIT SA—FUTURE NORTH TARRANT PARKWAY, BETWEEN HARMON ROAD AND FP IH35W City Project Number: 00230,Water Project No.: P264-0602140023083, DOE No. 4089 2,800 LF 48-inch Waterline, Installation of 2-48 Inch Butterfly valves and vaults, r1,100 LF 16-Inch Water Line, and Cathodic Protection System Addressed to Mr. Charles R. Boswell, City Manager for the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, August 11, 2005 and then publicly opened and read aloud at 2.00 PM 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. Contract Documents, including Plans and Specifications, may be obtained after July 18 at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, for a non-refundable fee of sixty dollars {$60.00} per set. Additional sets may be purchased on a nonrefundable basis for sixty dollars($60.00) per set. ► A mandatory pre-bid conference will be held on Wednesday, August 3, 2005 beginning at 2:00 p.m. in the TPW Conference Room 293. Failure to attend the pre-bid conference shall result in the rejection of bid as non-responsive. Bidders are advised that the city of Fort Worth has not acquired all necessary easements for the construction of the project shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary easements by the start of construction. In the event the necessary easements and/or right-of-way are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the projects). In addition Bidders shall hold their unit prices until the City has completed the acquisition of all easements and permits. 10 The Contractor shall be prepared to commence construction without all executed easement and rpermits and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require easements or permits. For additional information concerning this project, please contact Mike Domenech, P.E., Project Manager, at 817-392-6826 or Gretchen N. Williams, P.E., CDM at(817) 332-8727. rAdvertising Dates: Ju_ iy 14, 2005 July 21, 2005 Fort Worth, Texas C.-Documents and 5euingsldomeneAf)Loral5eatfngsITemporary Internet Files IOLK6FlPart A-NTF.doe NB-1 r FART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: NORTHSIDE II 48-INCH WATER MAIN EXTENSION, SECTION B, UNITS 4 AND SA FORT WORTH, TEXAS UNIT 4- CANTRELL SANSOM PUMP STATION TO FUTURE BASSWOOD BOULEVARD City Project Number: 00229,Water Project No.: P264-0602140022983, DOE No. 3637 UNIT 5A- FUTURE NORTH TARRANT PARKWAY, BETWEEN HARMON ROAD AND IH35W City Project Number: 00230, Water Project No.: P264-0602140023083, DOE No. 4089 Addressed to Mr. Charles Boswell, City Manager of the City of Fort Worth., Texas, will be received at. the Purchasing Office until 1:30 P,M.,Thursday, August 11, 2005, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Contract Documents, including Plans a-rid Specifications, may be obtained after July 18 at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,Texas, for a non-refundable fee of sixty dollars($150,00)per set. Additional sets may be purchased on a nonrefundable basis for sixty dollars($60.00)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 die 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. The major work on the above project shall consist of the following: UNIT 4-CANTRELL SANSOM PUMP STATION TO FUTURE BASSWOOD BOULEVARD 10,000 LF 48- inch Waterline, Installation of 4-48-Inch Butterfly valves/vaults, Cathodic Protection System, 150 feet casing pipe by other than open cut. UNIT 5A- FUTURE NORTH TARRANT PARKWAY, BETWEEN HARMON ROAD AND IH35W 2,800 LF 48-inch Waterline, Installation of 2-48inch Butterfly valves and vaults, 1,100 LF 16-inch Water Line, and Cathodic Protection System A mandatory pre-bid conference will be held on Wednesday, August 3, 2005 beginning at 2:00 p.m. in the TPW Conference Room 293. Failure to attend the pre-bid conference shaft result in the rejection of bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90) days from the date the MAYBE UTMI:ZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH FORM ("Documentation"), and/or the JOINT VENTURE FORM as appropriate is received by the City. The award of - contract, if trade, 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. Bidders are responsible for obtainzig 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 C:lDacumenfs and SeNings1darmenoULocal SeNingslremporary fnterrPel F11es40LK6F1Paf1 A-Detailed N6.doc CNB-1 PART A- COMPREHENSIVE NOTICE TO BIDDERS obtained by contacting the Department of Engineering at(9 17)392-7910, Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the tune-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBEIWBE LITILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with"Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received 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. Bidders are advised that the city of Fort Worth has not acquired all necessary easements for die construction of the project shown in the PIans. Bidders are hereby notified that the City anticipates obtaining the necessary easements by the start of construction. In the event the necessary easements and/or right-of-way are not obtained, the City reserves the right to cancel the award of the contract at any time before the Contractor begins any construction work on the project(s). In addition Bidders shall hold their unit prices until the City has completed the acquisition of all easements and permits. The Contractor shall be prepared to commence construction without all executed easement and permits and shall submit a schedule to the City of how constuction will proceed in the other areas of the project that do not require easements or permits. The Managing Department for this,project is the Engineering Department. For additional information concerning this project,please contact Mr. Miguel Domenech, P.E., Project Manager, City of Fort Worth Department of Engineering 817-392-6826 or Gretchen N. Williams, P.E., CDM at (817) 332-8'727. Charles R_Boswell City Manager Marry Hendrix City Secretary A. Douglas Rademaker, P.E.,Director Department of Engineerm By: all o a fo v- Rick Trice,P.E. Assistant Director,Engineering Services Advertising Dates. July 14 2005, July 21,2005 Fort Worth Texas C Documents and 5ellingsldorneneWocaf 5effingstTemporary Internet Files iOL K6RPart A-delailed NB doc CNB-2 w SPECIAL INSTRUCTIONS TO BIDDERS 1} PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation; a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other dac«ments the Department may deern necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. (a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. (b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. (c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. (d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. (f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's band, 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) bold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required 04/04/03 n 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 ea&. for one hundred (100%) percent of the contract price will be required, Reference C 3- 3.7, 4. WAGE RAPES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, mainain 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 Aucit pertain to this inspection. (c) The contractor shail include in its subcontracts andior shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5_ AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required 06104103 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 lousiness 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. S. 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, shal , 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 advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Po'icy concerning age discrimination in the performance of this agreement. r 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 f 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. 06/04/03 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 MBL-AVBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made Such receipt shall be evidence that the documentation was received by the City Failure to comply shall render the bid non-responsive- Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor wilt 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. (e) Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. (f) in the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city stiall make a progress payment in the amount that city deems due and payable. 06/Ciel/03 In the event of a dispute regarding either final quantities or liquidated damages, ��� p 9 9 � � the parties shall attempt to resolve the differences within 30 calendar days, r 06,44,03 r r 1 -PART B- PROPOSAL ' UNITS 4 and SA 1 r r r r r r t r FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIRDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more,the MNVBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MNVBE PROJECT GOALS I The City's MBE/WBE goal on this project is XX % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MIWBE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. J- stated goal. 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. - 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid performall subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at(817) 871-6104. Rev.5128103 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Farm fPPRIME COMPANY NAME: Check applicable block to describe IJ CQr 9 ell t Ali✓ ✓? Irime 2 PROJECT NAME: M1WlDBE NON- 1-11 Northside II-48-inch Water Main Extension, BID DATE Unit 4-Cantrell Sansom Pump Station to Future Basswood AUGUST-1 T.'20-0 Unit 5A-North TarrantParkwa City's MIWBE Project Goal: PROJECT NUMBER ?/ I'S Of 0 UNIT 4-CANTRELL SANSOM PUMP STATION TO FUTURE BASSWOOD BOULEVARD City Project Number:00229,Water Project No.:P 264-0602140022983,DOE No.3637 UNIT 5A-FUTURE NORTH TARRANT PARKWAY,BETWEEN HARMON ROAD&IH35W City Pra ect Number:00230,Watcr Projoct No.:P 264.0602140023083,DOE No.4089 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participatlon Is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or Intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications, 1.) Please list each and every subcontracting and/or supplier opportunity], for the completion of this project, regardless of whether it is to be provided by a MIWBE or noxi-MIWBE. (DO NOT LIST 'NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Else additional sheets, if necessary) List of Subcontracting Opportunities List.of Supplier Opportunities Rev.05/19/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing / i No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed,at feast ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes,attach list to Include name of MNVBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MNVBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be In compliance with questions 3 and 4. If the list of MNVBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not :ess than ten to be in compliance with questions 3 and 4. S.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any �- supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Pie se use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.05119143 ATTACHMENT 1 C Pa e3of3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information prodded and the MfWBE(s) listed was/were contacted in good faith. It is understood that any MlWBE{s} listed in n Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MJWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address _ City/State/Zip Date Rea.05M W3 Joint Venture Page t of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions inust be answered, use"NA"f applicable. Name of city project: Northside li Water Main Extension.UN T 4—CANTRELL SANSOM PUMP STATION'1= FUTU_R E BASSWQQD BOULEVARD UNIT 5A--FUTURE NORTH TARRANT PARKWAY,BETWEEN HARMON ROAD&IH36W A joint venture form must be completed on each project RFP/Bid/Purchasing Number:Unit 4—City Project Number:00229,Water Project No.:P 264-0602140022983,DOE No.3637 Unit 5A—city Project dumber:00230,'Water Project No.:P 264-0602140023083,DCBE No.4089 1.Joint venture information: itJoint Venture Name: Joint Venture Address: (ff applicable) Telephone; Facsimile: E-mail address; rCellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each burr comprising the Joint venture T_ M/WBE firm Non-M/WBE name: firm name: _ Business Address: Business Address: rCity.State,Zip: City,5taw,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: rDescribe the scope of work of the MIWBE: Describe the scope of work of the non-NI/WBE: r 1 r rRev.3/22103 Joint Venture Page 2 of 3 3.What is the percentage of MI"E participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. S. List components of ownership of joint venture: (Do not complete ifthis rr:forniation is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment:. Other applicable ownership interests: G.Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: " Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales --------- - ------------------------------- c. Hiring and Firing of management personnel --d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will rev ew your joint Venture submission and will have final approval of the MJWBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of prosect award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MIWBE office immediately for approval. Any unjustified change or deetion shall be a material breach of contract and may result in debarment in accord with the procedures outlined In the City's MJWBE ordinance. Rev.3/22103 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-malting responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name ofM/WBE firm Name ofnan-MIWBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Mame of Owner Printed Name of Owner Signature of Owner signature of Owner Title Title Date Bate Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rey.3122/03 ATTACHMENT 113 FORT WORTH Page 1 of 1 ow- a"a City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime MNV/C1BE NON- PROJECT NAME: I MIW/DBE Northside II-48-inch Water Main Extension, BID DATE Unit 4-Cantrell Sansom Pump Station to Future Basswood Unit 5A-North Tarrant Parkway P,u sFi2CIt35 City's MFWBE Project Goal: PROJECT NUMBER UNIT 4-CANTRELL SANSOM PUMP STATION TO FUTURE BASSWOOD BOULEVARD X7X-% City Project Number:00229,Water Project No.:P 264-0602140022983,DOE No.3637 UNIT 5A-FUTURE NORTH TARRANT PARKWAY, BETWEEN HARMON ROAD&1H35W CI Project Number:00230,Water Project No.:P 264-0602140023083,DOE No.4089 If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if bD-th answers are yes. Failure to complete this form in its entirety and be received by.the Manaaing Department on or before 5:00 .m. five 5 City business days after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. y Will, you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is our normal business practice and 2rovide an o erational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. ND The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIWBE(s)on this contract, the payment therefore and any proposed changes to the original MIINBE{s} arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MIWBEs on this contract, by an authorized officer or employee of the City. Any intentionaland/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. �. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number r' Address Emall Address City/State0p Date Rev.512803 ATTACHMENT 1A FORT WQ RT H Page 1 of 5 City of Fort worm Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime zar ?Pr)dA rt �� -r I'll f 7 G MAN/DBE 1E N©N-MNw1DBE PROJECT NAME: Northside it—48-inch water Main Extension, BID DATE Unit 4—Cantrell Sansom Pump Station to Future Basswocd Boulevard Unit 5A—North Tarrant Parkway Ali`"ust:':111--,12[}05 City's MIWBE Project Goal: Prime's MIWBE Project Utilization. PROJECT NUMBER q D UNIT 4-City Project Number:00229,water °�o 0005- Project No.:P 264-0602140022983,nos Nc.3637 UNIT 5A-City Project Number:00230, Water Project No.:P 254-0602140023083, DOE No.4089 Identify all subcontractors/suppliers you will use on this project b Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MIWBE 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 MNVBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall countries. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M1WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonaflde minority or women businesses by the North Central Texas Regional Certification Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. If Mauling services are utilized, the prime will be given credit as long as the MIWBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may#ease trucks from another M/WSE firm, including MNVBE owner-operators, and receive full MIINBE credit. The MIWBE may lease trucks from non-MANBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MIWBE as outlined in the lease agreement. Rev.512.1103 ATTACHMENT 1A Page 2 of 5 FORTWORTH Primes are required to identify ALL subcontractorslsiu,ppliers,regardless of status;i.e., Minority,Women and non-MIWBEs. Please list MIWBE firms first,use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTOFUSUPPLIER T n N T Detail Detail Company Name i Address a WC x M Subcontracting Work Supplies Purchased [Dollar Amount Tele T 0 W Telephone/Fax r E E �. p R 0 B C T E A rL V-rci-Pssoc4+es 3 3-qt? CUn� d. .2-75 `�Udo�f�r �10/ DOD D6 McI15sa CFS c�6r- 383- rCD r 'vyaf Pkw Sup itr -1'5. DO C-u f,esst-r/ -WOya Fod to)S1-7-AQ8- 591 LI 13�C) Gt !man 2d. �,f A 000.C)0 pry-U)Or4-A, -ry -I(o1L4a IL'bar &) '90- 493- '►te03 -7- q83- FL//S yjL'r t�Drmo- S+, p FQo 0� ,,. f-rt -Dr441, T-1 1(0103 (p Fier.5/21/03 ATTACHMENT IA Page 3 of 5 f �M FORT WORTH Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M,MIBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (cheat one) SUBC©NTRACTOWSUPPLIER T n Company Name t N T Detail Detail Address a tN W C X M Subcontracting Work Supplies purchased Dollar Amount Tele honalFax T fl W p r E E R C B C T E A 00 0 00 L00673/ (Q)aIq-to jq- "N t�� ,�,+CLJ et-Dt)1 Dn Sery crS TY 1, J r e.�sl DDb. dC� tip) -g-7--16D- 231Le / } V-1.--150-arae,CDnsxan l�{ S•Ce,nky-ai ' �vl>n 1 Fe- i S,1'X -'i DO CO L1 9- S513-�$_7D J142- QL/q 0 �DD3 N.macrr+h� G� l6 [P)q�a- ��a- 3LaaD ale- Rev.5/21/03 ATTACHMENTtA Page 4 of 5 PM FORTWORTH Total Doilar Amount of MlWBE Subcontractors/Suppliers $ U D / Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ Ovo, 0 ) j . []c) A TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 5,, -7-7�, o qD • OD 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 ChangelAddr"tion. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MIWBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City) upon request, complete and accurate information regarding actual work performed by all subcontractors, including MAN/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 MMIDBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any fallure 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. FYU Au prized Signature Printed Signature V IQc Vre51deyj FronK ?endO- r11 Title Contact NamefFitla(if different) Nr�a r �t y� ra -ir,� . 1 rc. B l�-`f I -2-103 ? 1_ .- H91- ik' ?7 rCompany Name Telephone and/or Fax 61 k A[ r r-rr�iA 'L.D►'L�"'�cC#rMa. b ry i rAddress E-mail Address Twno4e V( J(047 db5 -- City/State/Zip Dat Rev.5/21103 PROPOSAL TO: Charles Boswell City Manager Municipal Office Building 1000 Throckrnorton Fort Worth,Texas 75102 PROPOSAL FOR: The furnishing of all materials and equipment and labor and all necessary appurtenances avid incidental work to provide a complete and operable project designated as: Northside 11 48-inch Water Main Extension Port Worth,Texas Unit 4—Cantrell Sansom Pump Station To Future Basswood Boulevard City Project Number: 40229 Water Project No. P264-06021400983 DOE No. 3637 Unit SA—Future North Tarrant Parkway, Between Harmon Road and iH35W City Project Number: 00230 Water Project No. P264-06021400230$3 DOE No. 4089 Pursuant to the foregoing"Notice to Bidders",the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment,and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director,Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit, NS346551'roposal B-t R (Addendum No. 1)$!4105 UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. QTY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE {]} 6 EA Exploratory Investigations to determine utility locations at locations designated on the plans DruE V3V&2Azo!& Dollars and yLo — Cents per Each S oo _ $ (0 00 (2A) 10,000 LF 48 inch diameter C-343 Sar Wrapped Concrete Cylinder Pipe(160 psi working pressure) furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of Dollars $ �3o r S_'Zr3_ °`1° and d Cents per Linear Foot (2B) 10,000 LF 48 inch diameter Steel Pipe(16 0 psi working pressure) furnished and installed complete in place as shown on the flans and described in the Specifications for the sum of Dollars S $ and Cents per Linear Foot (2C) 10,000 LF 48 inch diameter Pressure Class 150 psi DIP, furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of Dollars S $ No tt and Cents per Linear Foot (3A) 1 LS 48 inch diameter Concrete Pressure Pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the 90100c) — 9 L7' a rod' ecifrcations for the sum of ! l,� Jho uSam Dollars and Cents per Lump Sum S f Note- Contractor shall select only one option on Items Numbered R, B or C. NS34655Frapnsal B-2R (A d d e rid u m N n. l)914105 UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. TY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (3B) I LS 48 inch diameter Steel Pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for Nsum o11 U 49 N . Dollars and nt7 - Cents per Lump Sum $ (3C) 73 TN 48 inch diameter DIP Pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of Dollars and Cents per Ton (4) 50 LF 16 inch diameter Pressure Class 150 Ductile Iron Pipe furnished and installed complete in place as shown on the Pians and described in the Specifications for the sum of Q/41G , �s■s � �d Dollars and I(3t _Cents per Linear Foot $ (S) 0.25 TN 16 inch diameter DIP pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of Dollars and A3 S2 Cents per Ton $ -� (6) 9,900 LF Trench Safety System complete and in place for the sum of Dollars and /L)<=- ------Cents per each Linear Foot $ 1 $ (7A) 175 LF 48-inch 0-303 Bar Wrapped Concrete Cylinder (160 psi working pressure)pipe furnished and installed in 72-inch Steel Casing(0.50"thick) furnished and installed by other than open cut c mplete and in place for the sum of _ $ 3QOl $6Q _Dollars and f1b Cents per Linear Foot Note: Contractor shall select only one oplion on Items Numbered A, B or C. NS3465SPraposal B-3R (AddeMpm No. I)814105 a UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL, NO. OTY. UNIT WRfTTEN IIN WORDS UNIT PRICE PRICE (7B) 175 LF 48-inch Steel Water Pipe(164 DIP working pressure) fiimished and installed in 72-inch Steel Casing(4.54"thick) furnished and installed by other than open cut complete and in place for the /(Jp 6 rD sum of j Dollars and ft ants per Linear Foot (7C) 175 LF 48-inch Pressure Class 150 DIP furnished and installed in 72-inch Steel Casing(4.50"thick) furnished and installed by other than open cut complete and in place or the sum of Dollars $ $ and Cents per Linear Foot (8) 2 EA Furnish and install Butterfly Valve Vaults as 1P shown on drawings complete and in place for the sum of 7"`ws-vr T�tt"1vSr�dES Dollars rand -IQ d -------- Cents per Each $ ZO,000— $ 07 ()Ccs (9) 2 EA Install 48-inch Butterfly Valve(Owner furnished) in vault complete and in place for the sum of Dollars _ and ,U o Cents per Each $ (10) 2 EA Furnish and install Combination Butterfly and Air Release Valve Vaults as shown on drawings complete and in place for the sum of rw.6,vrV To(Q9'jAva — T Dollars and ) o Cents per Each $ Z0�000 (11) 2 EA Install 48-inch Butterfly Vaive(Owner furnished) and 3"Air Release Valve(Contractor furnished) and Vault complete and in place for the sum of .C�ti s T k 1��+S�.�►►! F6 v G �f u.�,�•r�,a Dollars and /U0 Cents per Each $ 1500— S Note. Contractor sliall select only one option on Items Numbered A, B or C NS3465SProposal B-4R [Addendum No 1]814!05 re UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. QTY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (12) 1 EA 3-inch Air Release Valve in Vault complete and in place as shown on the Plans and described in the Specifications for the sum of 06 T iN QQ S PrA>. \ — Dol lars and_f _ _Cents per Each $ 5,000 $ sD (13) 4 EA 8-inch Blow Off and Sump Manhole for the sum of ?a :515VSA/ �1�tayfArrll� '� Dollars and Cents per Each $ l coo ` $ -'•--gt ox (14) 1 EA 16-inch x I6-inch Tapping Sleeve and Valve complete and in place for the sutra of UGrV Tkoos t a p`u Hy,rs 4.1�,a � Dollars and "OV' Cents per Each $ �.Q'� $ � _�G] (15) L00 CY Class"A"Concrete for Miscellaneous Placement for the m of t�6A.,T Dollars and iQ a-- Cents per Cubic Yard $ Z0_ $ Zoo (16) 100 CY Class"B"Concrete for Miscellaneous Placement for the for the sum of �FrCe.1 .. Dollars and ",p ----r Cents per Cubic Yard $ (17) 100 CY Class"E"Concrete for Miscellaneous Placement for the surra of Dollars _ ~` and A,7cVo Cents per Cubic Yard $ $ — (18) 100 CY Ballast Stone for Miscellaneous Placement for the At sum of Dollars and Jt3o Cents per Cubic Yard $ (19) 100 CY Crushed Limestone for Miscellaneous Placement for the sum of Dollars t and Cents per Cubic Yard $ $ �© t+fS34655Proposal $-51K (Addendum No 1)814105 UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. QTY, UNIT WRITTEN IN WORDS UNIT PRICE PRICE (20) 250 CY Rip Rap as shown on the drawings or directed by the Engineer +� Dollars and ,No -­—Cents per Cubic Yard $ (21) Ho o LF Concrete Encasement as shown on the drawings or directed by the Engineer Dollars and .R.)- c) Cents per Linear Foot $ y $ 6,Z70 r (22) 4,150 LF Hydromuich Seeding furnished and installed for the sum of Qti a~ Dollars II and A ,)o ents per Linear Foot $ 1 r $ 1-x-.1.50 (23) 4,150 LF Grass Solid Sodding furnished and installed for the sum of TWg L►L Dollars and /J a Cents per Linear Foot $ 17-- $ 4%96o r (24) 1 LS SWPPP Implementation and Maintenance for the sum of 717A.A 7-6 t3 tj S A AJ IN Dollars and o eats per Lump Sum $ � ,U�p.. $ ��• ' (25) 1 EA Cathodic Protection complete and in place as shown on the Plans and subscribed in the Specifications for the sum of F i F7ie TN%Qy &lkwA, Dollars and 82o - Cents per Each $ '50,000. $ (26) 300 LF Permanent Asphalt Pavement Repair per Figure 2002-2 as shown the Plans and described in the Specifications for the sum of Dollars and Cents per Linear Foot $ 40 $ I Z ,6*D r (27) 200 SY Asphalt Pavement Repair beyond Trench Width complete and in place for the sum of Twe,u-Ty Dollars •• and 11lb Cents per Square Yard $ �- $ 14„nm' N53465SProposal $-5R (Addendum No I)$14105 w gin UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. QTY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (28) 4,200 SY Permanent Concrete Pavement Repair per Figure 2002-1 for the sum of � _ w Dollars and,,VA— ^ice-' Cents per Square Yard $ (29) 1,500 LF Replace Concrete Curb&Gutter for the sum of T+~AJ Dollars and p Cents per Linear Foot (30) 1 EA Connect to existing,48-inch line complete in place for the sum of THZ66 TKotj:S AAJ 0, Dollars and encs per Each $ � � $ 3600 ( #) 1 EA Connect to existing 16-inch Unit 5A complete in place for the sum of 0"F_ T%kov 6 A►J 0 Dollars and A_)o -Cents per Each $ ` _ $ looc>— (32) 1 EA Install 48"Plug complete and in place for the sum of — �lU+~. VU�1iCu�i"� - Dollars and AL3_o Cents per Each $ 500- $ �Y (33) l LS Flory Meter in Vault as shown on the drawings for the sum of TI,V���t� T�• tau�rt.ur� Dollars and Cents per Lump Stam (34) 80 LF Remove and replace 6"sanitary sewer service line for the sum of _Dollars _ and A-)e,7 Cents per Linear Foot $ Sd $ � NS34655Proposal B-7R (Addendum No 1)814105 4j>! :. UNIT 4 BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE 'TOTAL NO. QTY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (35) 1,000 LF Extra trench depth for 48 inch pipe and fitting in excess of I foot below the design grade complete in place for the sum of 0015 Dollars and &20 '—Cents per Linear Foot TOTAL BLD UNIT 4 S Transfer Bid to Summary Page B-1 SR y } p r N53465SPraposal B-SR (Addendum Na. 1)814!45 UNIT 4 LIST OF STEEL FITTINGS FOR 48"WATER LINE No. of Fittings Size of Fittings Type of Fitting Price 10 48-inch 90°Bend 51 1 Z--5- 6 .S6 48-inch 45°Bend Z &&0 7 48-inch 22.50 Bend I It—V-5- 8 48-inch 11.25°Bend l 1 48-inch Plug 2 t o t) 1 48-inch Tee soo 1 48-inch x 16-inch Tee 2- 0 *Fittings for Steel Pipe will be custom made for the project. LIST OF CONCRETE CYLINDER FITTINGS FOR 48"WATER LINE No. of Fittings Size of Fittings Typeof Fitting Price 10 48-inch 900 Bend $Le3 o 6 48-inch 45°Bend 4 �3 -1 ZD 7 48-inch 22.5°send $ a 340 8 48-inch 11.25°Bend $a, '"J i D 1 48-inch pluci ison n 1 48-inch Tee lo,L),50– 1 48-inch x 16-inch Tee 1,Iota " *Fittings for Concrete Cylinder Pipe will be custom made for the project, LIST OF DUCTILE IRON FITTINGS FOR 16"WATER LINE No.of Fittings Size of Fittings Type of Fitting Weight per Fitting(lbs) Total Weight(Ibs) 1 16-inch x 12-inch Reducer JZ 5- Total Weight= 12.s— lbs. ( V•00 Tons) " LIST OF DUCTILE IRON FITTINGS FOR 48"WATER LINE No.of Fittings Size of Fittings Type of Fitting Weight per Fitting(lbs) Total Weight Obs) w - 10 48-inch 900 Send 2 q -Z 7'-4-C) 6 48-inch 450 Bend , al $ ✓ ,6 -* 7 48-inch 22.5°Bend 3,7,vo Z i o b t 8 48-inch 11.250 Bend v?Li 1 99 Z 1 48-inch Plug 1,if0 �I !o 1 48-inch Tee s a s v f ry I 48-inch x 16-inch Tee `f 3 9 f Total Weight= 64" lbs. Tons) N534655Proposal 13-4R (Addendum No. 1)814M MA`!'ER1AL SUPPLIER fNFORMATION FORM—UMT 4 CONCRETE CYLINDER PIPE The concrete pipe information form hound with this project manual shall be provided by the Contractor at the time that bids were submitted. �r,5Oki Name of Manufacturer Type of Pipe /003 Al. 1TJAa&44 , - Howie Office Address of Manufacturer' r 0-1 Location of plant in which pipe and fittings are to be manufactured. STEEL PIPE The steel pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were " submitted. Name of Manufacturer Type of Pipe g`'It 3 P4,7;tr, - Ste. x Home Office Address of Manufacturer �l 9,rg { Locatio f plant in which pipe and fittings are to be manufactured. Check one; _ Mortar Coated Polyurethane Coating DUCTILE IRON PIPE_ The ductile iron pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. ryrr E J l l w c4� —� �,� _0 [ CG Name of Manufacturer �r Type of Pipe Home Office Address of Manufacturer Location of ptarit in which pipe and fittings are to be manufactured. NS34655Proposa! 8-10R (Addendum No Py 914105 UNIT 5A BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. TY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (1) 1 EA Exploratory Investigation to determine utility locations as shown on the plans _Thre r, t]r 1C�L� Dollars and !7 p - - Cents per Each (2A) 3,050 LF 48 inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe(160 psi working pressure) furnished and installed complete in place as shown on the Plans and escribed in the Specifications for the sum of 'I WO KUn&-CA Dollars $ and Y1U Cents per Linear Foot (2B) 3,050 LF 48 inch diameter Steel Pipe(1 b0 psi working pressure)furnished and installed complete in place as shown on the Plants and described in the Sec'sfic tions for the sura of r !G ltx)o V Jnd rcd - Dollars $ and /76 Cents per Linear Foot (2C) 3,050 LF 48 inch diameter Pressure Class 150 DIP furnished and installed complete in place as shown on the Plans and described in Elie Specifications for the sum of Dollars S 'N� F��fl� S lJ666(, and Cents per Linear Foot (3A) 1 LS 48 inch diameter Concrete Pressure Pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of Dollars and hA) _Cents per lump Sum S !! __ lC+�r wo + $lat o ac) (3B) 1 LS 48 inch diameter Steel Pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for �? the Sum of /jo 91 e C Si Kit s L_ t1 e, -_ o,5a h d U� —T Dollars and Cents per Lump Sum Note: Conlraclor shall select only one option on Items + Numbered A, B or C. NS34655Proposal B-!1R (Addendum No 1)814105 UNIT" 5A BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL �. NO2 QjY, UNIT WRITTEN IN WORDS UNIT PRICE PRICE (3C) 15 TN 48 inch diameter Ductile Iron Pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for the sure of Dollars $ l $ � and Cents per Ton (4) 700 LF 16 inch diameter Pressure Class 150 Ductile Iron Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of Al,.arr�l Dollars and moo --- Cents per Linear Foot A (5) 1 TN 16 inch diameter Pressure Class 150 DIP pipe fittings and specials furnished and installed complete in place as shown on the Plans and described in the Specifications for the sum of revs rtivvf.�.v� Dollars and d Cents per Ton $ $ SCS (6) 3,750 LF Trench Safety System complete and in ,place for the sura of Dollars _ and 42u -�� Cents per each Linear Foot $ $ �� � (7) I EA Furnish and install Butterfly Valve Vaults as shown on drawings complete and in place for the sum-Qf Dollars and No Cents per Each $ Z Ot 0 7-6i 0:)o (8) l EA Install 48-inch Butterfly Valve(Owner furnished) in vault complete and in place for the sum of - Dollars _ and Cents per Each $ -75-0 s -15-0- Note: Contractor shalt select only one optron on Items Numbered A, B or C. NS34655Proposal B-12R (Addendum No 1)814/05 r� UNIT 5A BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. QTY. UNIT WRITTEN IN WORDS 'UNIT PRICE PRICE (9) 2 EA Furnish and install Combination Butterfly and Air Release Valve Vaults as shown on drawings co_mplete and in place for the sum of 1�tq.000 -- — - Dollars and A Q Cents per Each $ —nop ° A ^^ (10) 2 EA Install 48-inch Butterfly Valve(Owner furnished), 3"Air Release Valve(Contractor furnished)and vault complete and in place for the sum of UMe�Thto�5ar d Five- YA2tzdrr-d Dollars and ItiD Cents per Each $ $ �� (11) 1 EA 8-inch Blow Off and Sum Manhole for the sum of ] f r7 c7ir t luz Do I l ars _ and f) Cents per Each $�_D�� $�I CM (12) 1 EA 16-inch Gate Valve complete and in place for the sum of Fou, f DUSA•edC Fives h ride& Dollars and r]D Cents per Each $ q, (13) 100 CY Class"A"Concrete for Miscellaneous Placement for the surn of ty Dollars and tit) Cents per Cubic Yard $ r $ dt (14) 100 CY Class`B"Concrete for Miscellaneous Placement for the for the sum of �GCr1 Dollars L` and P1 C) ---Cents per Cubic Yard $ $ (15) 100 CY Class"E"Concrete for Miscellaneous Placement for the sure of Dollars and rlb _ Cents per Cubic Yard $ (16) 100 CY Ballast Stone for Miscellaneous Placement for the sum of Five— Dollars and no � Cents per Cubic Yard $ � $ N534655Proposal I3-13R (Addendum No.1)B14/05 UNIT 5A BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL �. NO. OTY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (17) 100 CY Crushed Limestone for Miscellaneous Placement for the sum of Fie- _ _ Dollars _ and r 1p �� Cents per Cubic Yard $ $ Ob (18) 110 LF Concrete Encasement as shown on the drawings or directed by the Engineer �. + F4v S�d,rn Dollars and o1c) Cents per Linear Foot (19) 1,850 LF Hydromulch Seeding furnished and installed for the sum of Dollars and l?o Cents per Linear Foot $ $ � (20) 1,850 LF Grass Solid Sodding furnished and installed for the sum of wel ve, Dollars and Cents per Linear Foot $ (21) 1 LS SWPPP Implementation and Maintenance for the sum of Y _ Dollars �7 and Cents per Lump Sum $ O t t7 $ ' 1)00 (22) 1 EA Cathodic Protection complete and in place as shown on the Plans and subscribed in the Specifications for the sum of Dollars ~' and�p Cents per Each $yr�� f $�i�o® " (23) 1 EA Connect to existing 15-inch complete in place for .� the sum of L e e lhoozsar7zi - Dollars and n o Cents per Each NS34655ftposal S-14R (Addendum No 1)814105 "IT 5A BID DESCRIPTION OF ITEMS ITEM EST. WITH BID PRICE TOTAL NO. OTY. UNIT WRITTEN IN WORDS UNIT PRICE PRICE (24) 1 EA Instal148" Plug complete and in place for the sum of Five- k,ndr-ed Dollars and //jp Cents per Each $ $ 600 " (25) 100 LF Extra trench depth for 16 inch pipe and fitting in excess of I foot below the design grade complete in place for the sum of Dollars and_ t2n Cents per Linear Foot $ ! (26) 500 LF Extra trench depth for 48 inch pipe and fitting in excess of 1 foot below the design grade complete in place as for the sum of Dollars and Cents per Linear Foot $ $ TOTAL BID UNIT 5A S *� Transfer Bid to Summary Page B-18R NS34655Proposel B-15R (Addendum No. 1)8/4/05 1 UNIT 5A LIST OF STEEL FITTINGS FOR 48"WATER LINE No. of Fittings Size of Fittings Type of Fitting Price 2 48-inch 11.25° I 1 48-inch Plug Z 1912` 1 48-inch Tee 1 48-inch x 16-inch Tee 7,o?-5- 1 o?-S1 48-inch x 16-inch Reducer t'I tfov *Fittings for Steel Pipe wiI I be custom made for the project. A LIST OF CONCRETE CYLINDER FITTINGS FOR 48"WATER LINE No, of Fittings Size of Fittings Type of Fitting Price 2 48-inch 11.25° r1 48-inch Plug $1 g$b 1 48-inch Tee -1)!5 Lio- I 48-inch x 16-inch Tee 1 'M 1 48-inch x 16-inch Reducer ��L460 "Fittings for Concrete Cylinder Pipe will be custom made far the project. LIST OF DUCTILE IRON FITTINGS FOR 16"WATER LINE F I — - I No.of Fittings Size of Fittings Type of Fitting Weight per Fitting(lbs) Total Weight{lbs} 3 16-inch 45°Bend )OLAP 1 16-inch 22.50 Bend 1 1 A --�*-"�-- � i 16-inch 11.25°Bend i 16-inch Plug r 3 k Total Weight= /v3-A— lbs. D• 5 ;L-- Tons) a LIST OF DUCTILE IRON FITTINGS FOR 48"WATER LINE No.of Fittings Size of Fittings Type of Fitting Weight per Fitting(Ibs) Total Weight(lbs) 2 48-inch 11.250 _ $r I 48-inch Plug v f 1 D ' I 48-inch Tee o 1 48-inch x 16-inch Tee 3}�� `l 3 7--7 1 48-inch x 15-inch Reducer `f Total Weight= t'1.07'q lbs. Tons) NS34655Proposal B-16R (Addendum No.1)8/4105 i MATERIAL SUPPLIER INFORMATION FORM—UNIT 5A CONCRETE CYLINDER PIPE The concrete pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted, —Ibwwl Name of Manuffacturre &A, Home Type of Pipe Al. Home Office Address of Manufacturer P.1445 Location of plant in which pipe and fittings are to be manufactured. STEEL PIPE The steel pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted.f Name of I'vianufacturer Type of Pipe LIr IPS'*ff. Home Office Address of Manufacturer Locatiof o plant in which pipe and fittings are to be manufactured. Check one: Mortar Coated Polyurethane Coating DUCTILE IRON PIPE The ductile iron pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Type of Pipe Home Office Address of Manufacturer Location of nt in which pipe and fittings are to be manufactured, NS 34555Proposal $-17R (Addendum No.1)8/4105 SUMMARY PAGE TOTAL BID UNIT 4 $ 2 TOTAL BID UNIT 5A S +6 TOTAL BID (Unit 4 & 5A) $ r The Contract will be awarded based-on the lowest total (Unit 4 and Unit SA NS34555Proposal B-!8R (Addendum Na. 1)W4R75 04 Within ten 0 0)days of notification by City, g the Ci ,the undersigned wiI8 execute the formal contract and will deliver an approval Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this 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 cased thereby. The undersigned bidder certified that he/she has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978 and that he/she has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant plans The successful bidder shall be required to perform the work in accord with the following publication,both of which are incorporated herein and made a part hereof for al purposes: I. The General Contract Documents and General Specifications for Water Department Projects dated January I, 1978,which may be purchased from the Water Department. p 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the r Department of Transportation and Public Warks. The undersigned assures that its employees and applicants for employment and those of labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. r This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State sales tax under House Sill I I,enacted August 15, 1941. The Bidder agrees to begin construction with 10 calendar days after issue of the work order,and to complete the contact within 220 Calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of contract. Liquidated damages shat! be assessed as indicated in General Conditions section C7 -7.10,except that the sum per day shall be $5,000.00 for this contract. The Bidder further agrees to have the 48-inch water transmission main installed, disinfected and accepted by May 31.2006. f N534655Proponl B-19R (Addendum No 1)814165 (Complete A and 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,ere not Required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of ,our principal place of business, are not required to underbid resident bidders, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Addendum No. i (Initials) Addendum No.2 (Initials) Addendum No. 3 (Initials) Respectful] ed L-- Title; e 16( Address: 5v«- 8 er'Zr Lk, RbGnc-Ae—K (SEAL) rflp�°�. If Bidder is Corporation Date: l -END OF PROPOSAL END OF SECTION NS3455SPropoW $-20R (Addendum No 1)914105 -PART C- ' GENERAL CONDITIONS PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms Cl-1 (1) C1-1.2 Contract Documents C1-1 (2) C1-1.3 Notice to Bidders Cl-1 (2) ~` C1-1.4 Proposal Cl-1 (2) C1-1 .5 Bidder C1-1 (2) C1-1 .6 General Conditions Cl-1 (2) C1--1 .7 Special Conditions Cl-1 (2) C1-1 .8 Specifications C1-1 (2) C1-1.9 Bond C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1--1 (3) C1-1. 12 City C1-1 (3) C1-1. 13 City Council Cl-1 (3) C1-1. 14 Mayor Cl-1 (3) C1-1. 15 City Manager Cl-1 (3) 01-1 .16 City Attorney C1-1 (3) C1-1 . 17 Director of Public Works C1-1 14) C1-1 . 18 Director, City Water department C1-1 (4) C1-1.19 Engineer C1-1 (4) C1--1.20 Contractor Cl-1 (4) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) ,., C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Day C1-1 (4) C1-1.25 Legal Holiday C1-1 (4) C1-1.26 Abbreviations C1-1 (5) C1-1 .27 Change Order C1-1 (6) C1-1.28 Paved. Streets and Alleys C1-1 (6) C1-1.29 Unpaved Streets and Alleys Cl-1 (6) C1-1.30 City Streets C1-1 (6) 01--1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION �. OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2--2.3 Examination of Contract Documents, and Site C2-2 (2) C2-2 .4 Submitting of Proposal C2-2 (3) C2-2 .5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) PR {1) 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 .18 Public Opening of Proposal C2-2 (4) C2-2 .11 Irregular Proposals C2-2 (4) C2-2 . 12 Disqualification of Bidders C2-2 (5) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 . 1 Consideration of Proposals C3--3 (1) r C3-3 .2 Minority Business Enterprise Women-Owned Business Enterprise Compliance C3-3 (1) C3-3 .3 Equal Employment Provisions C3-3 (1) C3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3 . 5 Award of Contract C3-3 (2) - C3-3 .6 Return of Proposal Securities C3-3 (2) C3-3 . 7 Bonds C3-3 (2) C3-3 .8 Execution of Contract C3-3 (4) C3-3 . 9 Failure to Execute Contract C3-3 (4) C3-3 . 18 Beginning Work C3-3 (4) C3-3 . 11 Insurance C3-3 (4) C3-3 . 12 Contractor' s Obligations C3-3 (7) s. 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 increased or Decreased Quantities C4-4 (1) C4-4 .4 Alteration of Contract Documents C4-4 (2) C4-4 .S Extra Work C4-4 (2) C4-4 .6 Schedule of Operations C4-4 (3) C4-4 .7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) F C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1 Authority of Engineer C5-5 (1) C5-5 .2 Conformity with Plans C5-5 (1) C5-5 .3 Coordination of Contract Documents C5-5 (2) C5-5 . 4 Cooperation of Contractor C5-5 (2) C5-5 .5 Emergency and/or Rectification Work C5-5 (3) C5-5 .6 Field Office C5-5 (3) 05-5 .7 Construction Stakes 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 . 1= Substitute Materials or Equipment C5-5 (5) C5-5 . 12 Samples and Tests of Materials C5-5 (6) C5-S . 13 Storage of Materials C5-5 (6) C5-5 . 14 Existing Structures and Utilities C5-5 (7) C5-5. 15 Interruption of Service C5-5 (7) C5-5 .16 Mutual. Responsibility of Contractors C5-5 (8) C5-5. 17 Cleanup C5_5 (8) C5-5 . 18 Final Inspection C5-5 (9) {2} C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 .1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6 .3 Patented Devices, Materials and Processes C6-6 (1) C6-6 .4 Sanitary Provisions C6-6 (2) C6-6 .5 Public Safety and Convenience C6-6 (2) C6-6 .6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3) C6-6 .7 Railway Crossings C6-6 (4) C6-6.8 Barricades, Warnings and Watchmen C6-6 (4) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor 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) C6-6 . 14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) C6-6 . 15 Temporary Sewer Drain Connections C6-6 (10) C6-6 . 16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6 . 17 Use of a Section of Portion of the Work C6-6 (11) C6-6 . 18 Contractor's Responsibility for Work C6-6 (11) C6-6 . 19 No Waiver of Legal Rights C6--6 (12) C6-6 .20 Personal Liability of Public Officials C6-6 (1.2) C6-6 .21 State Sales Tax C6-6 (12) 1■ C7-7 PROSECUTION AND PROGRESS C7-7 . 1 Subletting C7-7 (1) C7-7 .2 Assignment of Contract C7-7 (1) C7-7 .3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operations C7-7 (2) C7-7. 5 Character of Workman and. Equipment C7-7 (2) C7-7 .6 Work Schedule C1-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (4) C7-7.8 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 Suspension C7-7 (6) '• C7-7 .13 Termination of Contract due to National Emergency C7-7 (7) C7-7 . 19 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 for Convenience of the Owner C7-7 (10) C7-7.17 Safety Methods and Practices C7-7 (13) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement of Quantities C8-8 (1) C8--8 .2 Unit Prices C8-8 (1) (3) C8-8 .3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8--8 (2) CS-8 .6 Withholding Payment C8-8 (3) C8-8 .7 Final Acceptance C8-8 (3) C8-8 .8 Final Payment C8-8 (3) C8-8 . 9 Adequacy of Design C8-8 (4) C8-8 . 10 General Guaranty C8-8 (4) C8-8 . 11 Subsidiary Work C8-8 (5) C8-8 .12 Miscellaneous Placement of Material C8-8 (5) C8-8 .13 Record Documents C8-8 (5) (4) E f PART C -GENERAL CONDITIONS CI-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1. 1 DEFINITIONS OF TERMS: Whenever in these Contract ` Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, brands, addenda, plans, etc. , which govern the terms and performance of the contract . These are contained in the - General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS. The General Contract Documents govern all Water Department Projects and include the following items: PART A NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL, (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E -- SPECIFICATIONS E1-White E2-Golden Rod KA-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White �. PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-I (1) C1-1 .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 wtiLLeil and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the owner . C1-1 .5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through F a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder . C1-1 . 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the _ performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth' s charter and promulgated ordinances . 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 Contractor and owner should have in order to gain a thorough knowledge of the project . C1-1 .8 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, construction, 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 documents shall became a part of the Contract Documents just as though they were embodied therein. C1-1 .9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and CI-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 .7) b. Payment Band (see paragraph C3-3 .7) C . Maintenance Bond (see paragraph C3-3 .7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2 .6) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1 .11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the owner . The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. C1-1. 12 CITY: The city of Fart Worth, 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 specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous . CI-1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort worth, Texas . C1-1 . 1.9 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fart worth, Texas. C1-1 . 7.5 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort worth, Texas, or his duly authorized representative. C1-1. 7.6 CITY ATTORNEY: The officially appointed City Attorney _ of the City of Fart worth, Texas, or his duly authorized representative . C1-1 (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. C1-1 . 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. C1-1 .19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.24 CONTRAC'T'OR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. ~ C1-1.21 SURETIES: The 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 and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1 .22 THE WORK OR PROJECT: The completed work contemplated _. in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. 4 C1-1 .23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7 : 88 a.m. and 6 :00 p.m. , with exceptions as permitted in paragraph C7-7 .6 . C1-1 .24 CALENDAR DAYS: A calendar day is any day 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 Worth for observance by City employees as follows: Cl-1 (4) 1. New Year's Day January 1 2. M. L. King, Jr. Birthday Third Monday in January 3 . Memorial Day Last Monday in May 4 . Independence Day July 4 S . Labor Day First Monday in September 6 . Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November 8 . 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 declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1 .26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic 'Foot per Engineers Second LAW - In Accordance with ASTM - American Society of Min. - Minimum Testing Materials Mono. - Monolithic AWWA - American Water Works % -- Percentum Association R - Radius ASA - American Standards Association I .D. - Inside Diameter HI - Hydraulic Institute O.D. - Outside Diameter Asph. - Asphalt Elev. - Elevation Ave. - Avenue F - Fahrenheit Blvd. Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D.I . - Ductile Iron C1-1 (5) C1-1 .27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal . R All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the - following types of wearing surfaces applied over the natural unimproved surface: 1 . Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material . 3 . Erick, with or without separate base material . 4 . Concrete, with or without separate base material . 5. Any combination of the above. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, - roadway or other surface is any area except those defined above for "Paved Streets and Alleys. C1-1 .30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines 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 added one or more applications of gravel or - similar material other than the natural material found on the street surface before any improvement was made . C1-1 (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized 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 formal contract . The Owner will furnish forms for the Bidder' s "Experience Record, " "Equipment Schedule, " and Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by " an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and 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. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it 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 (S) years prior to the date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project . The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2 (1) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 .3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which T, the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just _ as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to 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 investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal . No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for - general information only and may not be correct . Neither the C2-2 (2) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist . C2-2 .4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposesto do the work contemplated or furnished the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent . _ If a proposal is submitted by a f-rm, 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 and business address must be given, and the proposal signed by an official or duly authorized agent . The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal . C2-2 . 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be' returned to the Bidder unopened. C2 -2 .6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2 (3) C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid - Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly 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 City Manager, City Hall, Fort worth, Texas. F C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration 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 4 unopened. C2-2 .9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modidify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager _ prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal . C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals - which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "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) - 9M FM Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be warred. 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 bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work *' contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e, The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. g. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the fallowing: 1. Financial Statements showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project . VD The Bid Proposal of a bidder who, in the judgment of - the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. r. C2-2 (5) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . I CONSIDERATION OF PROPOSALS : After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the - proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum • items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the owner. C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor . Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or tiles in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements.- further, tatements;further, any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for a bidding on future Contracts with the Owner for a period of Lime of not less than six (6) months. C3--3 .3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment. 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 Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer . C3-3 .4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 .5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action, on the proposals for a reasonable time, not to exceed forty--five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, 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 proposed price totals have been determined for comparison of bids, the Owner`may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will he - retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the F Owner in the amounts herein required, the following bonds: 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 full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the - Contractor, or improper execution of the work or the use of inferior materials . This performance C3-3 (z) rt .. bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall. remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8 .10. C. PAYMENT BOND: A good and sufficient payment 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 prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being �• constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made_ d_ OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner_ All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the owner. In order to be acceptable, the name of the surety shall be included on the current U-S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory any time by the owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the Owner . No payment will he made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner . 03--3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by _ either the Mayor or City Manager . C3-3 . 9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may 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 amount of damages occuring to the Owner by .- reason of said awardee' s failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of T- 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 an acceptance of this provision by the Bidder.. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract . C3-3 .11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4) certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors- It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project ' under this contract, and for all sub-contractors- In case any class of employees engaged in hazardous work on the project under this contract is not protected under the WorkersCompensation Statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000, covering each occurrence on account of property damage with $2, 000, 000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor' s Liability for acts of sub-contractors) . 2 . 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_ PW �w C3-3 (5) 5 . Builder 's risk (where above-ground structures are involved) . 6 . Contractual Liability (covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE -- BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile .Liability insurance in an amount not less than $250, 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500, 000 on account of one accident, and automobile property damage insurance in an amount not less than $100, 000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage _ claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract . f_ PROOF OF CARRIAGE OF INSURANCE_ The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and, by carriers satisfactory to the owner. (Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub-contractor, should the Prime Contractor' s insurance not cover the sub-contractor' s work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance payment, maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) T City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon 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 against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3 .12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3 .13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner' s representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor . C3-3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION Any contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other r C3-3 (7) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local author-ty for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other A than in the Fort Worth-Dallas metropolitan area, notification of the Contractor' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a _ local representative shall become part of the project Contract ds Lhough bound diieuLly into the pru j ect ducuriients . The intent of these requirements is that all matters associated with the Contractor' s administration, whether it be oriented in furthering the work, or other, he governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor' s local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole - discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 . 15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite Y intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or, special work as may be considered by the Owner as necessary to T complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all Labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project . C4-4 .2 SPECIAL PROVISIONS: Should any work or conditions which. are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All 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 DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices . Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items .. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be y entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1) waiving or invalidating any conditions or provisions of the Contract Documents. r Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, T but not to the various depth categories . C4-4 .4 ALTERATION OF CONTRACT DOCUMENTS; 3y Change Order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision or the Contract Documents . C4-4 .5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods : a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10% 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 cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1) , (2) , (3) ,and (4) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 (2) suggested by the owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change order" shall become effective until it has been approved and signed by each of the Contracting parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation he shall make written request to the Engineer for written orders authorizing such Extra work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep 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 Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon 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 permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for 'extra work' whether or not initiated by a 'change order' shall be a full, complete and final payment for all costs Contractor incurs as a result or z relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or extra work . C4-4. 6 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor 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 elements of the contract. There shall he also shown the estimated monthly cost of work for which estimates are to be expected. There C4--4 (3) shall 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 prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the owner. C4-4 .7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end 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 shall be delivered at such .intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate 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 following guidelines shall be adhered to in preparing the construction schcdulc : a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values nct to exceed $SO, 000 . Fabrication, delivery and submittal activities are exceptions to this guideline. C4-4 (4) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the 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. f. Thirty 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 schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals. 2 . Submittal review periods . 3 . Shop fabrication and delivery. 4. Erection or installation. S. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. .g 7. Owner ' s operator instruction (if applicable) . B. Final inspection. C4-4 (S) 4 . Operational testing. lfl . Final inspection. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. in addition, _ the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements - shall be considered grounds for determination by the Owner that :�he Contractor is failing to prosecute the work with such diligence as will insure its completion within the a time specified. C4-4 (5) T R PART C - GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. 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 sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor' s means, methods, techniques, 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. C5-5 .2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order- 05_5 (l) C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown T on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict . C5-S.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished 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 Documents . The Contract shall give to the work the constant attention -- necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor' s agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to CS-5 {2} adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or a 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 be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request , or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with Cicy forces or by contract . The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project . C5-5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for_ The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the T elements. C5-5 .7 CONSTRUCTION STARES: 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 be 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 established for the Contractor' s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the t opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. CS-5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the -- City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend _ work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or F 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 superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 (4) T C5-5. 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should 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 shall be done or materials used without suitable supervision or inspection. C5-5 .10 REMOVAL OF DEFICIENCIES AND UNAUTHORIZED WORK: All work, ' materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner_ Work so done may be ordered removed at the Contractor' s expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5-5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall , prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same 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 substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use r of substituted materials or equipment . C5-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner . The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and — shall not, without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not K meet the requirements of the Contract Documents . Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials . C5-5 .13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so 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. A CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available_ omission from, or PM 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 mains, conduits, sewer lines and service lines for all utilities, etc. , is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in ++ their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the ,. pay quantities in any manner whatsoever, unless an obstruction encountered is such as, to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing ..� utilities, structures and service lines . Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary_ All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5,15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall W be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. AW C5-5 (7) 2 . Notify each customer personally through responsible personnel as to time and schedule F of the interruption of their service, or 3 . In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in g composition, and in large bold type shall say: *NOTICE* Due to utility Improvement in your neighborhood, your (water) (sewer) service will be inter- — rupted on between the hours of and. This inconvenience will be as short as possible. Thank you, Contractor Address Phone R b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but a immediate. C5-5. 16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor, any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who F shall indemnify and sage harmless the Owner against any such claim. C5-5. 17 CLEAN-UP: clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer. Twenty-fours fours after written notice is given to the Contractor that the clean-up on r the job sit : 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 such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor . ry Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind_ He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project . C5-5 .18 FINAL INSPECTION. Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the 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, if the work and materials and equipment are found satisfactory, the Contractor will be notified in - writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date Y of notification of the Engineer and the date of final inspection of the work. C5-5 (9) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY _ C6-6 . 1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment . No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims r or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees . C6-6 .2 PERMITS AND LICENSES : The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6 .3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract 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 . for 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 may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits . C6-6 (1) C6-6 .4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, - properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor . All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance . All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: 'Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required Yo maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular - traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer . If diversion of traffic is approvcd by the Enginccr at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, C6-6 (2) gas valves, or manholes in the vicinity. The owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may corre to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work 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. Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are 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 crossings . The Contractor shall at all times conduct his operation and 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. C6-6. 6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF- WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, 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 work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 . 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the city will secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take 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 inten:ions 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; B BARRICADES, WARNINGS AND WATCHMEN: Where the work is A carried on in or adjacent to any street, alleys 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, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night . From sunset to sunrise the Cor_tractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vchicles 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 to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the 1119BO Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways" , codified as Article 6701d Veron" s Civil Statutes, pertinent sections being Section Nos . 27, 29, 30 and R 31 . C6-6 (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 Contractor shall contact the Transportation and Public Works department, Signs and Markings Division (phone number 8780-807S) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met . When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractorl.s own expense. The Contractor ' s responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or 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 - C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT STC. : Should the Contractor elect to use explosives, drop weight, etc. , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in C6-6 (S) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project as specified in the Special Contract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . All claims arising out of the use of explosives shall be investigated and a written report made 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 city or the claimant . The City shall proceed to give notice 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 stared or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all times . All vehicles in F which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes . C6-6 .1C WORK WITHIN EASEMENTS : Where zhe work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his 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 not enter upon private property for any purpose without having previously obtained permission from the owner of such property . The Contractor will F not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use 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 lines, 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 public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might 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 non-execution 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 directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer . All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project . When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross 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 the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area_ The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project 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 _ may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the owner to be necessary, and tr_e cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6 . 11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that 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 herein shall be construed as creating a partnership or joint enterprise between owner and Contractor. C6-6 . 12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to, and does hereby indemnify hold harmless and defend Owner, its officers, agents, _ servants, and employees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in T connection with, directly or indirectly, the work and services to be performed 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 invitees 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 character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents employees, contractors, subcontractors, licensees and invitees, whether or not caused, C6-6 (8) in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in 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 submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned ,remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written 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 whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1 . The claim has been settled and a release has been obtained from the claimant involved, or 2 . Good faith efforts have been made to settle such ow outstanding claims, and such good faith efforts have failed. up If condition (1) above is met at any time within the six month period the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any we time within the six month period, the Director may recommend that the final payment to the Contractor be made. At the .. IM C6-6 (9) expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept . bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the F 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 sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor 's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC. : In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders _ thereupon have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of Making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6 . 1.5 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing _ sewer lines have to be taken up or removed, the Contractor shall , at his own expense and cost, provide and maintain temporary outlets and connections for all private or public t 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 . The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage C6-6 (10) r received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6. 16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense . The Contractor ' s responsibility in the use of all existing fire hydrant and/or valves is detailed in section E2-1 .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents . When meters are used to measure the water, the charges, if any, for water will be 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 on estimates and rates established by the Director of the Fort Worth Water Department . C6--6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written 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 i 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 WORK; Until written acceptance by the owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part 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 make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove F causes . C6-6 .29 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may he discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6 .20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6 .21 STATE SALES TAX: On a contract awarded by the City of w Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20 . 04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of _ the tax, said exemption certificate to comply with State Comptroller' s Ruling . O07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's r Ruling . 011, and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the: construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (B) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. C6-6 (12) a or Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX r r r r r r r r C6-6 (13) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendence, work of a value of not 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 the Engineer will be with the Contractor_ Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work_ The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any 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 or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of f C7-7 (1) 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 such sequencing shall be submitted to the Engineer for his approval . Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the contract. The contract time may be changed only as set forth in Section C7-7 . 8 "Extension of Time of completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time . C7-7 .4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to K create a minimum amount of inconvenience to the public . At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street . C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the city of Fort Worth his key men and his superintendent . All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) F otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses 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 perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 .23 "WORKING 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 be made to the Engineer no later than the proceeding Thursday_ b. Any work to be done on the project on such a T specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project . The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor, for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. 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 in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner F may proceed as he sees fit . The Contractor shall maintain a rate of progress such as will F insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may ae properly authorized by the Owner . C7-7 .8 EXTENSION OF TIME OF COMPLETION: The Contractor' s request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work, consideration will be given to unforeseeable 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 of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7 . 9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if C7-7 (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. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract , C7-7 . 16 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or --he City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the z increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum pet day given in Lhe following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from 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 $ 54, 000 inclusive $ 105 . 00 $ 50, 001 to $ 100, 000 inclusive $ 154 .00 $ 100, 001 to $ 500, 000 inclusive $ 210, 00 C7-7 (5) $ 500, 001 to $1, 000, 000 inclusive $ 315 . 00 $ 1, 000, 001 to $2,000, 000 inclusive $ 420 .00 $ 2, 000, 001 and over $ 630 .00 _ The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents - would be incapable or very difficult 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 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the city in the 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. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause - further prosecution of the work to be unsatisfactory or detrimental to the interest of the project . During temporary suspension of work covered by this contract, for any reason, _ the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the E fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should 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 his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 (6) that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations . C7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the 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 f 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 carryon the work satisfactorily. f . Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or - Owner provided for in these Contract Documents . g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract . 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 carryon the working operation in an acceptable manner . k. If the "Contractor commences legal action against the Owner . A copy of the suspension order or action of the City Council shall be served on the Contractor' s Sureties. When work is suspended for any cause or causes, or when the contract is 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 that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such evert shall assume the Contractor' s place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents . In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered 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 necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In Mase such expeiises shall exceed Lhe amounL which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the city on notice from the Owner of the excess due . When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.7.5 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner . C7-7 . 16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is - terminated, and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. - S. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall : 1. Stop work under the contract on the date T and to the extent specified in the notice of termination; 2 . place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3 . terminate all orders and subcontracts to the. extent that they relate to the performance of work terminated by the notice of termination; 4 . transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer : C7-7 (10) . a■ a_ the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as a part of, or acquired in connection ,4 with the performance of, the work terminated by the notice 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. S. complete performance of such part of the work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. M" At a time not latex than 30 days after the termination date specified in the notice of termination, the contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of •. item the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement . C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his .� termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived- C7-7 ( A � y 11) D AMOUNTS: Subject to the provisions of Item C7-7 .16 (C) , the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never 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 due 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, shall be deemed to limit., restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E_ FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7--7 . 16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the - amounts determined. No amount shall be due for lost or anticipated profits . F. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this - contract; and (c) the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) equitable 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 termination) , such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, 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. contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the work and Amendment 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 initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local, laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. F IP C7-7 (13) FART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8 .1. MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer . These measurements will be made according to the United States Standard Measurements used in common practice. , and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. C8-8 .2 UNIT PRICES: when in the proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8 .3 LUMP SUM: when in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. r C8-8 .4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment r for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the F 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 1P 1 Cg-8 413 before its final acceptance by the Owner, (except as provided in paragraph C5-5. 14) for all risks of whatever description - connected with the prosecution of the work, for all 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, Liademarks, uopyxi9hLs, 01 uLhex loyal LeservetLioli6, and fear complexing the work in an acceptable 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, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or _ during the one year guaranty period 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. C8-8.5 PARTIAL ESTIRATES AND RETAINAGE: Between the 1st 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 month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($10D.00) in amount, 9D% of such estimated 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 forms 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 thereof, but which at the the time of the estimate have not been installed. (such payment will be allowed on a basis of 85% of the net invoice value thereof. ) The Contractor shall furnish the Engineer such information as he may request to aid CB-8 (2) him as a guide in the verification or the preparation of partial estimates . It is understood that the partial 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 respect, 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 under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract . C8-8 _6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8 .7 FINAL, ACCEPTANCE : Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for 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 terms of the Contract r Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefore as outlined in C8-8 .8 below. C8-8 .8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. 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 Go days after final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected 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. C8-8 . 9 ADEQUACY OF DESIGN: It is understood that the owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 to GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 (4) r pay for any damage to other work resulting therefrom which �. shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 160 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline. The Owner will give notice of observed defects with reasonable promptness. C8-8 .11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material . These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. r Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 .13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer upon completion of the work. C8-8 (5) -PART Cl- SUPPLEMENTARY CONDITIONS (to Part C) SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C- GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 51h day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents, The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.1 1 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (G): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10124/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR.DAMAGE CLAIMS. Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not an such injury, dao;a e or death is caused in whole or in Part, by the ne li ence or alleged ne li ence of©wirer, its officers, servants or employees, Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such in,iurp or damage is caused in whale or in part by the negligence or allecerl neali.-ence of Owner,its officers, servants or enieloyees. T In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor - either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of port Worth public work from a Contractor against whom a claim for damages is outstanding + as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4(1), revise paragraph C4-4.3 INCREASED OR _ DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes he considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10124/02 G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76IO2, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised Pg. 3 10]24102 1, Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5,14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. L C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted in its entirety and replaced with the following: - Neither the final certificate of payment nor any provision in the Contract Documents,nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10]24102 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specif cations shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders," It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration 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 Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS). Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised Pg. 5 10124/42 I. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal iaw; or (2) have obtained reinsurance for T any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C- General Conditions, Section C8-8 MEASUREMENT AND PAYMENT,Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: - (a) Contractor agrees that the City shall, until the expiration of three(3) years after final payment under this contract,have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of the Contractor involving - transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and farther, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance - notice of intended audits. (c)Contractor and subcontractor agree to photocopy such documents as may be requested - by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24102 1. 50 copies and under- 10 cents per page 2. More than 50 copies- 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be .. removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4),part C- General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five(5) and six (6),change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: r Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE) and/or a �- Woman Business Enterprise(WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal,state or local Iaws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised Pg. 7 10/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a)The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of port Worth to be the prevailing wage rates in accordance with f Chapter 2258, Texas Govemment Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three(3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L,. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its _ subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period,whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall past the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02. -PART D- SPECIAL CONDITIONS R PART D - SPECIAL CONDITIONS DD=1 GENERAL ....................................................................................................................3 D-2 COORDINATION MEETING..........................................................................................5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................5 D- 4_ COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES...... ..................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS..............................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES............................................................8 D- 8 TRAFFIC CONTROL.....................................................................................................9 D- 9 DETOURS.....................................................................................................................9 D- 10 EXAMINATION OF SITE. ..............................................................................................9 D- 11 ZONING COMPLIANCE. .............................................................................................10 5--_12 WATER FOR CONSTRUCTION..................................................................................10 D- 13 WASTE MATERIAL ..........................................................................................,..........10 57-14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK_..................................10 D- 16SAFETY RESTRICTIONS - 'WORK NEAR HIGH VOLTAGE GE LINES............................11 D- 17 BID QUANTITIES. ..................................................................................................,....11 D- 18 CUTTING OF CONCRETE............................................................ .............................11 D- 19 PROJECT DESIGNATION SIGN.................................................................................11 E-_20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL ............................................................................12 D- 23 2:27 CONCRETE.........................................................................................................12 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION.........................................13 D- 25 PAVEMENT REPAIR (E2-1_9) ......................................................................................14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................15 D- 27 SANITARY SEWER MANHOLES................................................................................16 D- 28 SANITARY SEWER SERVICES .................................................................................19 D- 29 REMOVAL., SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES................20 D- 30 DETECTABLE WARNING TAPES. .............................................................................22 D- 31 PIPE CLEANING..........................................................................................................22 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................22 D- 33 MECHANICS AND MATERIALMEN'S LIEN. ...............................................................23 D- 34 SUBSTITUTIONS ........................................................................................................23 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................26 D- 37 BYPASS PUMPING ......................................................... ...........27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..........28 D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................29 D- 40 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL..........30 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................31 D-42 PROTECTION OF TREES PLANTS AND SOIL..........................................................31 a. D-43 SITE RESTORATION .................................................................................................32 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................32 D- 45 TOPSOIL, SODDING. SEEDING & HYDROMULCHING.............................................32 D- 46 CONFINED SPACE ENTRY PROGRAM.....................................................................37 D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................37 D- 48 EXCAVATION NEAR TREES .....................................................................................38 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE ..........................................................38 D- 50 CLAY DAM...................................................................................................................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................39 D- 52 INSTALLATION OF WATER FACILITIES. ..................................................................39 0,9/01/04 SC-1 PART D - SPECIAL CONDITIONS 52.1 Polyvinyl Chloride (PVC)Water Pipe. ..........................................................................39 _ 52.2 Blocking ......................................................................................................................39 52.3 Type of Casing Pipe. ................................................,..................................................39 52.4 Tie-Ins..................................................................................,.......................................40 52.5 Connection of Existing_Mains.......................................................................................40 �. 52.6 Valve Cut-Ins ....................................................................................40 52.7 Water Services................... ....................................................................... .................41 52.8 2-Inch Temporary Service Line ...................................................................................43 52.9 Purging and Sterilization of Water Lines .....................................................................44 52.10 Work Near Pressure Plane Boundaries. ......................................................................44 52.11 Water Sample Station..................................................................................................44 52.12 Ductile Iron and Gray Iron Fittings. ..............................................................................45 D- 53 SPRINKLING FOR DUST CONTROL. ........................................................................45 D- 54 DEWATERING.............................................................................................................45 F-_5_5 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................45 D- 56 TREE PRUNING ....................................................,....................................................45 D- 57 TREE REMOVAL ........................................................................................................46 D-- 58 TEST HOLES...............................................................................................................46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................47 D- 60 TRAFFIC BUTTONS....................................................................................................48 D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................48 – D- 63 CONSTRUCTION STAKES .........................................................................................48 D- 64 EASEMENTS AND PERMITS......................................................................................49 576-5 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................49 D- 66 WAGE RATES.............................................................................................................50 .6- 6-7 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE......................................50 D-68 STORM WATER POLLUTION PREVENTION ............................................................50 – D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS....................................................................................52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ........................... ............52 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION.................................................53 D-72 AIR POLLUTION WATCH DAYS.................................................................................53 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS......................................54 09101104 SC-2 PART D - SPECIAL CONDITIONS D, Part D shall This Part D — Special Conditions is complimentary to Part C—General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C --- General Conditions and part C1 -- Supplementary Conditions to Part C of the Contract are to be read together. Any conflict Y between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: PROJECT DESCRIPTION UNIT 4—CANTRELL SANSOM PUMP STATION TO FUTURE BASSWOOD BOULEVARD City Project Number: 00229 Water Project No.: P 264-06021400983 DOE No. 3637 113,000 LF 48- inch Waterline, Installation of 4—48-Inch butterfly valves/vaults UNIT 5A—FUTURE NORTH TARRANT PARKWAY, BETWEEN HARMON ROAD AND 1H35W City Project Number: 00230 Water Project No.: P 264-0602140023083 DOE No. 4089 2,804 LF 484nch Waterline and '1,'100 LF 16-inch Water Line D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The fallowing Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures os/arraa SC-3 PART D - SPECIAL CONDITIONS described in the current Fort Worth Water Department General Specifications, which general _. specifications small govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: - 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH . 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents, - A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be _ those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remorse any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL; No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact f that a proposal was dispatched will not be considered. The Bidders must have the proposal actually dellvered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot ~ be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received 0910 1/04 SC-4 PART D - SPECIAL CONDITIONS within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers" compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Personas providing services on the project ("subcontractor"' in §406.098)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all r persons providing services on the project; and I -- 09101104 SC-5 PART D - SPECIAL CONDITIONS - - 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the Y project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.[ 11(44) for all of its employees providing services on the r project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. -_ 0910 1104 SC-6 PART D - SPECIAL CONDITIONS 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes s persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)449-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service fine and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the requiredlength of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. 0910 VO4 SC-7 PART D - SPECIAL CONDITIONS -� Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary _ work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them fn their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection or relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional - protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the 09101104 SC-8 PART D - SPECIAL CONDITIONS Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control fan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which 09141104 SC-9 PART D - SPECIAL CONDITIONS may give, rise to later contingencies should be brought to the attention of the Owner prior to the _ submission of the Proposal. 0- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer, All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner T • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work.. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector, s 09/01/04 SC-10 PART D - SPECIAL CONDITIONS D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. - The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fork Worth. The notifying department shall maintain an accurate log of all such calfs to ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that 044.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 13- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs " shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: 09101/04 SC-1 1 PART D - SPECIAL CONDITIONS For (questions on this Project Call: F. (817) 871-8306 M-F 7:30 am to 4:30 p.m. or _ (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing - steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances - required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material, These materials shall be used only when directed by the - Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. - Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Warks Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 0910110¢ SC-12 PART D - SPECIAL CONDITIONS D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfili and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.l. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or"Y Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backf'sil material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: Less than 10%v passing the #290 sieve P.1. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained - 1"' 0-10 1/2" 40-75 318" 55-90 #4 90-100 #8 95-190 All other provisions of this section shall remain the same. 09109/04 SC-13 PART D - SPECIAL CONDITIONS 3. TRENCH COMPACTION All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D898) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within f-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) - inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts 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 backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) font vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type"B" backfill, ti and labor costs of excavation and backfill will be included in the contract documents as a pre-bid pay item in cubic yards. D-25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as R detailed in the Public Works department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required matedals as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2)feet or less in width. Therefore, at the locations in the project where the trench wail is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such 09101104 SC-14 PART D - SPECIAL CONDITIONS gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. if paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. 09101104 SC-15 PART D - SPECIAL CONDITIONS D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes,. Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. - 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3)feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be 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 than 1/8-inch gap _ between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 09101104 SC-16 PART D - SPECIAL CONDITIONS 6. SHALLOW CONE MANHOLES. Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED, 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two map coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 456 Hearty Tnemecol,"or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole - sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shat! require Bitumastic joint sealants as per Figure M. This sealant small be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials, All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. 09/01/04 SC-1 7 PART D - SPECIAL CONDITIONS In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. - If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. - Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper"Bitumastic Super Service Black", Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all ,pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 112-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating, - Payment shall not include pavement replacement,which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to,joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. 09/01/04 SC-18 PART D - SPECIAL CONDITIONS D-28 SANITARY SEINER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. - A. SEWER SERVICE RECCNNECTiON: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to Vine up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shali be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber, The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out)the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed_documentation verifying that the line has been 09101104 SC-1 9 PART D SPECIAL CONDITIONS installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 305 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Y Plumbing Inspector. A copy of the plumbing permit shalt be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer -_ re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of - way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D- 29 REMOVAL, SALVAGE,AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and _ meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FiRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable 09f0 1104 SC-20 PART D - SPECIAL CONDITIONS excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfifl. Backfill material shall be suitable I excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 J inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either �r clean washed sand of clean, suitable excavated material approved by the Engineer. Surface I restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. a J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. 09101104 SC-21 PART D - SPECIAL CONDITIONS K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new maid. Once this determination has been made, the existing main will be abandoned as indicated above in Item 1. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows. Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution? Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as - close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit - price bid for the appropriate bid item(s).. D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. - D- 32 DISPOSAL OF SPOILIFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator (""Administrator'), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10058). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A 09101/04 SC-22 PART D - SPECIAL CONDITIONS floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens - upon receipt of payment. D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory prosect. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this subsection as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation, The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of,producing flows from a fine spray to a solid stream, The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. 09101104 SC-23 PART D - SPECIAL CONDITIONS Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable darn shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary s to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no - additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6, TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection, a B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater 09101104 SC-24 PART D - SPECIAL CONDITIONS than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City.. 3, PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the 09101104 SC-25 PART D - SPECIAL CONDITIONS c tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under - Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. r The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. T The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. - The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping - shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift hales shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer limes entering the manhole shall be plugged and braced to prevent the plugs u from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table i below in accordance with ASTM 01244-93: 09101104 SC-26 BART D - SPECIAL CONDITIONS Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 'I" Hg (1D"Hg -9"Hg)_(SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30" 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. 09101104 SC-27 PART D - SPECIAL CONDITIONS D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER _. A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. �. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no _ payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, _ telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, small be incidental to Television inspection. r Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the Pacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television togs shall be referenced 09101104 SC-28 PART D - SPECIAL CONDITIONS to stationing as shown on the pians. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations.. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tae of the line at no additional cost to the Ci . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken, The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. 09101104 SC-29 PART D - SPECIAL CONDITIONS C. Quality control testing of in-place material on this project will be performed by the city at its _ own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the -' requirements of the contract. iE f D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations rt requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL A. DESCRIPTION; This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS. The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The - Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such + limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 09101104 SC-30 PART D - SPECIAL CONDITIONS 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of _ such barriers to minimize the muddying of a stream. 4. All waterways shalt be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. w C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESSIOBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall, be preserved or restored after completion of the work, to a condition equal to or a better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall - be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 11 Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. 09101104 SC-31 PART D -- SPECIAL CONDITIONS No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of t=ort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. -- D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHIN{G This item shall be performed in accordance with the City of Fort Worth Parks and Community T Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL - DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation, All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION; Sodding will consist of furnishing and planting Bermuda, Buffalo or St. - Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 509. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when 0910 f/04 SC-32 PART D - SPECIAL CONDITIONS transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shalt be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sad existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding_ shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (112) inch below the finished grade. Hales of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. 09/0 VO4 SC-33 PAIN D - SPECIAL CONDITIONS MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Puri Germination Common Bermuda Grass 95% 90%v Annual Rye Grass 95% 95% F Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for _ Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 T May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tail Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent - washing of the slopes or dislodgment of the seed. 09101104 SC-34 PART D - SPECIAL CONDITIONS b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING. The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall = be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. if the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 09101104 SC-35 PART D - SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate - soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the F soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: if hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WiTHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients R respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of z"Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for"Seeding"will be measured by the linear foot, complete in place. Acceptable material for"Sodding"will be measured by the linear foot, complete in place. 09101104 SC-36 - - PART D - SPECIAL CONDITIONS Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly.. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsiblli y of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. Ali active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 0910rm4 SC-37 PART D - SPECIAL CONDITIONS 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final - Inspection" of PART C - GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be N_ considered as incidental work included in the Contract Unit Price hid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. - 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. _ 6. At designated locations shown on the drawings, the "short tunnel' method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. ` 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-112 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE - Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in plane along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM - Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locat#ons indicated on the 09/01104 SC-38 PART a - SPECIAL CONDITIONS Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-5. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-5. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory 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 this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 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 Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: 09/01104 SC-39 - PART D - SPECIAL CONDITIONS For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER; Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for malting tie-ins to the existing water mains. It shall y be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the - Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The _ Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE,. Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other - lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually -- 09101104 SC-40 PART D - SPECIAL CONDITIONS advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 314-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for m pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a Licensed plumber. 6. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear l=oot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 09101104 SC-41 PART a - SPECIAL CONDITIONS 7. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 8. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. Ail other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time, Locations with multiple service branches will be - paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A- Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service tine from Main to Meter five (5)feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 9. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 10. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction 09109104 SC-42 PART D SPECIAL CONDITIONS shall be replaced with one service line that is applicable for the size of the existing_ service meter and approved by the Engineer. Payment shall be made at the :mit bid price in the appropriate bid item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 314-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work, The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 314-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon h' restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points.. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3i4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 314-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a hire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be i' estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will 09/01/04 SC-43 - PART D - SPECIAL CONDITIONS require a separate hydrant meter obtained by the Contractor, at its cost, from the Water - Department. 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The Contractor will furnish all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime {HTH} shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (54) PPM. The residual of free chlorine shall be - measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "cle-chlorinated" prior to disposal. The - line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe• 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; - however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS. Payment for all work and materials necessary for the installation of the 314-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for ail work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. 09/01104 SC-44 PART D -- SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7,11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings,joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle small be included in bid items for vales and fittings and no other payments will be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. ,. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife A 09101/04 SC-45 PART D - SPECIAL CONDITIONS 2. Vermeer V-155ORC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-112 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging. "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil' temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no — roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services,. pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract _ price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. F 09101104 SC-46 PART D - SPECIAL CONDITIONS Whether prospective bidders perform this subsurface exploration jointiy or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. - The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following Information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each Block of the project to the inspector. In addition, a copy of the flyer small be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary Interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DQE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. os�oartr SC-47 PART D - SPECIAL CONDITi+ONS A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, _. the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D 61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. — Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cast of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving — contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, 0910 1104 SC-48 PART D SPECIAL CONDITIONS transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished, If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been Inst, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas - Board of Professional Land Surveyor as a Registered Land Surveyor, No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for - properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shali be subsidiary to the project price. No additional payment will be allowed for this item. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin = on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related - questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 49/01/04 5C-49 � --- PART D - SPECIAL CONDITIONS D-66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the - Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos NESHAP found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by ail Excavators in the removal and disposal of ACP in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category Il, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. EPA defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City _ of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not "9 limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) _ D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a - Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined _ as an "operator" by state regulations and is required to obtain a ,permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permittingMater perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and _ designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management 0910{/04 SC-50 .. PART D - SPECIAL CONDITIONS Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 app IicaUon fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 - P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & GeneraI Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP); A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY- DISTURBED AREA EQUAL TO OR GREATER THAN 5 - ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated 49101104 SC-51 PART Q - SPECIAL CONDITIONS during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a Nal form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in - evaluating and assessing the ability of the apparent low bidders) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a 09101/04 SC-52 PART D - SPECIAL CONDITIONS contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-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 performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public T Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 5:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSION'S FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and 09101/04 SC-53 PART D - SPECIAL CONDITIONS as such shall not 'begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: 1. The street permit fee is $30.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 09/01104 SC-54 L (To be printed on Contractor's Letterhead) Date; DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMNS OF CONST.: West of 9"Avenue along FW'4j+R between Rosedale and Oleander Estimated Duration of Construction on your Street : CXX>days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FL YER HAND Y THEN YOU CALL. PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 T Carpenter (Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7,00 Form 'Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 r Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 112 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 112 $11.52 CY) Front End Loader (2 112 CY & less) $9.94 Front End Loader (over 2 112 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9,88 Roller, Steel Wheel Other Flatwheel' or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 - Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 09101104 SC-56 FORTWORTH DOE N0. ]LXXX Project Kms: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE [QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE, THANK YOU, _. , CONTRACTOR PART D - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH DEMOLITION I RENOVATION o *; NOTIFICATION FORM r NOTE:CIRCLE rTEMS THAT ARE:AMENDED ) n U NOTIFICATION# ffi) Aba'eme-ni Contractor: TDH Licanse Number. i Address, City: State, ZIp: Offica Phone?dumber:C l __ _ Job Site Phone number: a Site Supervisor; � TDH License Number. D Site Supervitsar: TDH License Dumber: S Trained tan-Site NESHAP Indlvldual: Certification DGte: a Demolition Contractor: Offlce Phone Numher(- f - n Address: City: ip: I y ?) Project Consultant or Operator: TDH Lfcanse Number. Mailing Address: D City: State: Zip' Office Phone Number:(-- I T H A'lontlon: P Marling Address: A CICY.' State: Z p: Qvrrler P'lone idumbarf_) °Nath:Th*irtvolty for the notlfcation fee will be a.nnt to the owner of the qunding and rho bllting addre"for the invoice will be D ebtalood from tho Information ghat is provtd"In this seotlon. N 4) [?ascription or FacrI Name: E Physical Address: ZIP: S Facility Phare Number(�} Fafi ilk°Contact Person: H Description of ArealRoom Number. - A Prtior Use: Fulula Lisa' P Age of BupolrrglFacility: - Sf�a: Number of Floors; _Schoal(K-12): C• YES C NO ❑ 5) Type of Work: rl Domclitlan D Renovation{Abatement) ❑ Annual Consolidated T Workwill be oWrtng= Ll Duy D Evening ❑ Night Phased Project ❑ Description of work schedule H ti) Is this a Public Building? [7 VES n- NO Federal Facility?D YES Z NO Industria]Sita?❑YEs n NO O NESHAP-Only Fscillty? D YES D NO IS 90dinglFacility Occupled? a YES cl NO L. 7) NolificatIon Type CHECK ONLY ONE V i:j Original(iD Working'Days) - Cancellation u Amendment r] Ernergency[Ordured _ i o If this Is an amendment,which amendment number Is this?,-,-,(Enclose copy of orfglnal andior last amendment) If an emergency,who did you talk with at TDH? Emergency#; e Date and Hour of Emwgancy(HHINIU DDrYY): _ tl- Descrfptlon of the sudden,unexpected event and explanation of hour the avant Caused unsafe conditions or Would cause c equipment damage(computers.machinery.etc n D B) Description of pmcedrtres to be folicived In the event that unoxpect€cl asbestos is found or previously non-friable Y astrestos material becomes grumbled,pulyorizad,or reduced to powder E' 9) Was an Asbestos survey performed? :1 YES 0 NO Bate: t ! TDH Inspector License No, © Analytical Method D PLM ❑TE&I1 f]Assumed TDH Laboratory Ltoense No; N (For TAHPA(public binding)projects:an assumption m ust be made by a TDH Licensed Inspeclor) 10) Description of planned derrrofiHnn or renovation work,type c{f material,and rnethod(s)to be used: 11) De=ipticn or warts practices and engineering contra s lo be used to prevent emtssrons of aabesios at the - d emo li ti onlre n oVsiivrr: . 09101104 SC-58 PART D - SPECIAL CONDITIONS 12) ALL appllcab[D Items in the follavring table must be completed: IF NO ASBESTOS PRESENT CVMCK HERS: Approximate amount of Cheek unit of measurement AsbLmtos-Containing Building Material Asbestos Type PIP-Es Surface Area Ln Ln SO SO Gnu Cu Ft hi Ft hi Ft M RACNI to be removed ;^ RACM NOT removed 01. Interior Category I non-Nabts removed I Exterior Category I non-friable removed 4 CateSv Ey I non-friable NOT removed Interlor GatWory tl non-friab[,a remoyed € . Exterfor Cateancy 11 non-friable removed ren,_ -_ Cateqory II raan-friable NOT removed RAC%%Off-Faddy Component 13) Waste Transpoder Name: TDH license Number: Address: City: Stater Zip; Contact Parson: _ Phone Number: I' 1 14) Waste Dispmai Site Name: Addraw9: City: State: Zip: - Telephone:f TNRCC Permit Number. 15) Far structurally unsound factlltles,attach a copy of damoirbon order and identify Governmental Official below; Name: Registretlon No: Tile; Date of order(MWDDIYY) / 1 Date order to begin(MNVDD YY] { 1 _ 16) Soheduied Dates of Asbestos Abatement(NIMIDE7IYY) Start f 1 Cixnplete: 1 r 17) Scheduled Dates❑ernolitfonlRenovetian JMP.i•AD/YY) Sian: f I Complete: f i M Note:If the start date an thls notittcatfon can not be mat,the-f0H Regional or Local Frogram office Must be contacted by phone prior to the start data. Failure w do sols a violatton In accordance Co TAMPA,Sedlon 296.81, I hereby ccrlify that ell Information I have provided Is correct,complete,and lrud to the,best of my knowledge. I ackngvledge that I am responsible for all aspects of the notifiicaiicn form,uacluding,but not limiting,content and submisslon dates. The maximum penalty is 510,000 per day per violation. (Signature of Bullding Ownerl OperatDr (Printed Narmc) (Date) (Telephone) or Delegated Consullant/Coniradw) {Feat N ur+ber) MAIL TO: ASBCSIOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH 'Fars am not accepted' PO BOX 143538 'Faxes aro not accepted' AUSTIN,TX 7$7143536 P11,512-834-6600,1-SM-572-5548 Farm APBit5,daferf 07129/132:Replaces TDD femi dated 0711 1(11.For assistance in comphding form,cal 1-800.572-554$ 09101104 SC-59 r r r i r -PART DA- ADDITIONAL SPECIAL CONDITIONS r r r r r r r r r r r r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ......,.....OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE..................................OMITTED - 6A-3 PIPE ENLARGEMENT SYSTEM .....................................................................OMITTED DA-4 FOLD AND FORM PIPE..................................................................................OMITTED DA-5 SLIPLINING....................................................................................,................OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT...........................................................4 DA-7 TYPE OF CASING PIPE................................................................................................7 DA-8 SERVICE LINE POINT REPAIR 1 CLEANOUT REPAIR..................................OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ....,.OMITTED DA-1D MANHOLE REHABILITATION ............ ............ ....OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION....................OMITTED DA-12 INTERIOR MANHOLE COATING - MICROS]LICATE MORTAR SYSTEM .....OMITTED DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM ..................................OMITTED DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ..........................OMITTED DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM........................OMITTED DA-16 INTERIOR MHOLE COATING: PERMACAST SYSTEM WIEPDXY LINER...OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM..........................OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS.......................................................OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION....................................OMITTED DA-20 PRESSURE GROUTING ................................................................................OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES.................................OMITTED DA-22 FIBERGLASS MANHOLES.............................................................................OMITTED DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........OMITTED DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER .............,..................OMITTED DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................OMITTED DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE.................................OMITTED DA-27 GRADED CRUSHED STONES......................................................... ..OMITTED DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.[1' WIDE...............................................OMITTED DA-29 BUTT JOINTS - MILLED .................................................................................OMITTED DA-30 2" H.M,A.C. SURFACE COURSE (T(PE "D" MIX].........................................OMITTED *" DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER.................................OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER.........................................................OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP...................................................OMITTED DA-34 8" PAVEMENT PULVERIZATION ...................................................................OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ..............OMITTED 5A-36 RAISED PAVEMENT MARKERS ....................................................................OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .....OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED 37A-39 ROCK RIPRAP - GROUT - FILTER FABRIC ................................................................8 DA-40 CONCRETE RIPRAP...................................................................................................12 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ...........................................................12 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS............................................................13 DA-43 UNCLASSIFIED STREET EXCAVATION........................................................OMITTED DA-44 6" PERFORATED PIPE SUBDRAIN . .OMITTED 5A-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS.........................................OMITTED DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION................................................13 DA-47 PAVEMENT REPAIR IN PARKING AREA........... J 11147J44 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS....................................,.................................................13 DA-49 HIGHWAY REQUIREMENTS .....................................................................................14 DA-50 CONCRETE ENCASEMENT ........................................................................................14 DA-51 CONNECTION TO EXISTING STRUCTURES.................................................OMITTED DA-52 TURBO} METER WITH VAULT AND BYPASS INSTALLATION......................OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS................................................................OMITTED DA-54 WATER SAMPLE STATION........................................................................................14 DA-55 CURB ON CONCRETE PAVEMENT...........................................................................15 DA-56 SHOP DRAWINGS .....................................................................................................15 DA-57 COST BREAKDOWN ..................................................................................................16 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY.......................OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP........................................................OMITTED 5A-60 ASPHALT DRIVEWAY REPAIR......................................................................OMITTED DA-61 TOP SOIL .......................................................................................................... DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT.......OMITTED DA-63 BID QUANTITIES .................... ..................................................................................16 DA-64 WORK IN HIGHWAY RIGHT OF WAY........................................................................17 DA-65 CRUSHED LIMESTONE {FLEX-BASE) ..........................................................OMITTED DA-66 OPTION TO RENEW.......................................................................................OMITTED DA-67 NON-EXCLUSIVE CONTRACT.......................................................................OMITTED DA-68 CONCRETE VALLEY GUTTER.......................................................................OMITTED DA-69 TRAFFIC BUTTONS. ......................................................................................OMITTED FA-70 PAVEMENT STRIPING. ..................................................................................OMITTED DA-71 H.M.A.C. TESTING PROCEDURES................................................................OMITTED DA-72 SPECIFICATION REFERENCES.....................................................................OMITTED DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTERICONTROL VALVE AND BOX............................................................................. ....OMITTED DA-74 RESILIENT-SEATED GATE VALVES ........................... ......................................17 DA-75 EMERGENCY SITUATION, JOB MOVE-IN.....................................................OMITTED DA-76 1 '/z" & 2" COPPER SERVICES......................................................................OMITTED DA-77 SCOPE OF WORK UTIL. CUT ......................................................................OMITTED DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)...........................................OMITTED DA-79 CONTRACT TIME (UTIL. CUT) ......................................................................OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) .....................OMITTED 57A-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)........................................OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT)............................................................OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT) ...........................................................OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT)...................................................................OMITTED DA-85 CLEAN-UP (UTIL. CUA .................................................................................OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) .................................................................OMITTED F- DA-87 SUBMISSION OF BIDS (UTIL. CUT)...............................................................OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ....................................OMITTED DA-89 CONCRETE BASE_ REPAIR FOR UNIT II & UNIT III (UTIL. CCIT) ..................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 BOND UTIL. CUT ...............................................................OMITTED _ DA-93 BRICK PAVEMENT (UTIL. CUT).....................................................................OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT).................................................OMITTED 11102104 ASC-2 - PART DA - ADDITIONAL SPECIAL CONDITIONS DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)............................................OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) .............................OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL. CUT).........................................................OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT) ..............................................................OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT).......... -.....................................................................................................^ ..............OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL, CUT) ...........................OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) .............................................OMITTED DA-102 PAYMENT (UTIL. CUT) ...................................................................................OMITTED DA-103 DEHOLES (MISC. EXT.)..................................................................................OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ..............................................OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ...................................OMITTED DA-106 BID QUANTITIES (MISC. EXT.) ......................................................................OMITTED DA-107 LIFE OF CONTRACT (MISC. EXT.) ................................................................OMITTED DA-108 FLOWABLE FILL (MISC. EXT.) ......................................................................OMITTED DA-109 BRICK PAVEMENT REPAIR {MISC. REPL.) ..................................................OMITTED DA-110 DETERMINATION AND INITIATION OF WORK MISC. REPL. .....................OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) .....................................OMITTED DA-'112 MOVE IN CHARGES (MISC. REPL.)...............................................................OMITTED DA-'113 PROJECT SIGNS (MISC. REPL.) ..................................................................OMITTED DA-'114 LIQUIDATED DAMAGES (MISC. REPL........................................................OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.).....................................OMITTED DA-116 FIELD OFFICE. ...........................................................................................................18 DA-117 TRAFFIC CONTROL PLAN ..................................................................... .....19 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .................19 11102104 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS OMITTED DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE OMITTED DA-3 PIPE ENLARGEMENT SYSTEM OMITTED DA-4 FOLD AND FORM PIPE OMITTED DA-5 SLIPLINING OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified andlor necessary to complete the work. 2. Afl excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line 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. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. * b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements), d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 2.8 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under T highways, streets or other facilities in other than open cut, construction shail be performed in such a manner so as to not interfere with the operation of the 11102104 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During Construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed, 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall + be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: 19/07104 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. _ b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer, e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and' Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed r 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. �+ 6. 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 rt than jacking or boring, or when shown on the pians, a tunneling method may be used, with the approval of the Engineer or railroad/highway 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 liner 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 liner method. 11102104 ASC-6 1 PART DA - ADDITIONAL SPECIAL CONDITIONS rb. The space between the tunnel liner and the limits of excavation shah be pressure grouted or mud-jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all f labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown 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 AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1- 15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) 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. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 11102104 ASC-7 r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION OMITTED DA-10 MANHOLE REHABILITATION OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION OMITTED DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM OMITTED DA-13 INTERIOR MANHOLE COATING - QUAD EX SYSTEM OMITTED DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM OMITTED DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM OMITTED DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WIEPDXY LINER OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION OMITTED DA-20 PRESSURE GROUTING OMITTED - DA-21 VACUUM TESTING OF REHABILITATED MANHOLES OMITTED DA-22 FIBERGLASS MANHOLES OMITTED DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES OMITTED DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER OMITTED DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS OMITTED DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE OMITTED DA-27 GRADED CRUSHED STONES OMITTED DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.i]' WIDE OMITTED DA-29 BUTT JOINTS— MILLED OMITTED DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) OMITTED DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER OMITTED - DA-33 NEW 4" STANDARD WHEELCHAIR RAMP OMITTED DA-34 8" PAVEMENT PULVERIZATION OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) OMITTED - DA-36 RAISED PAVEMENT MARKERS OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL OMITTED DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 11102104 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Rlprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size (Square Mesh) Percent Passing 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Mesh} Percent Passing 181, 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 3. FILTER FABRIC BLANKET: * Supac- Heavy Grade 8NP (UV) Approved Manufacturer: . Trevire 0111280 Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 318 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 - 100 No. 8 (2.36 mm) 80 -95 No. 16 (1.18 mm) 55- 75 No. 30 (600 um) 30- 60 No. 50 (300 um) 12 - 30 I11OM4 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS No. 100 (150 um) 2 - 10 D. EXECUTION: 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FiLTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, _ stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock rt riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified rt tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid r displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. 11OW4 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the -' quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the _ ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYME=NT " 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 filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which Includes all plant, labor, material, and installation costs in-place, complete. 1 V02104 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan - dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP I GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for rfprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed. After the concrete has been placed, compacted, and shaped to conform to the dimensions shown an the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidental's necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans per Technical Specification 02613. Payment for work such as backfill, bedding, blocking, excavation and all other associated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). 11/02104 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid. 2. Provide a unit price indicating the cost for fumishing and installing each of the various items. of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall 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 STREET EXCAVATION OMITTED DA-44 6" PERFORATED PIPE SUBDRAIN OMITTED DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION Two areas in the project are effected by future work in the same area. It is necessary for coordination of work for the waterline in these two areas be expediated and placed as a priority before the remaining work. 1. All of Unit 5A 2. Station 19 + 00 to Station 45 + 00 of Unit 4 After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on the project. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each segment listed above have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA OMITTED DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. " Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the I 110Z104 ASC-13 PART DA - ADDITIONAL SPECIAL GC)NDMONS din Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113, for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES OMITTED DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS OMITTED DA-54 WATER SAMPLE STATION � s GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. R PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 314-inch type K copper service line will be shall be i included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for ' the instaliation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. 11/02/04 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations, DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL. CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawfngs, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2, Shop drawings shall be submitted for the following items prior to installation; 11102104 ASC-'I 5 PART DA - ADDITIONAL SPECIAL CONDITIONS • Shop drawings for 48-inch waterline • Transit Time Meter • Steel Casing Pipe • Trench Safety System Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: Mr. Miguel Domenech, P.E. City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the 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.C. OVERLAY OMITTED DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP OMITTED DA-fit} ASPHALT DRIVEWAY REPAIR OMITTED DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort _ Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-fit WATER METER AND METER BOK RELOCATION AND ADJUSTMENT OMITTED DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $266,600 (see Options to Renew) shall be awarded with final payment based on actual measured 11102104 ASC-16 - I PART DA - ADDITIONAL SPECIAL CONDITIONS F quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE FLEX-BASE OMITTED DA-66 OPTION TO RENEW OMITTED DA-67 NON-EXCLUSIVE CONTRACT OMITTED DA-68 CONCRETE VALLEY GUTTER OMITTED DA-69 TRAFFIC BUTTONS OMITTED DA-70 PAVEMENT STRIPING OMITTED DA-71 H.M.A.C. TESTING PROCEDURES OMITTED DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. F DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CQNTROL VALVE AND BOX OMITTED i DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the LN exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, .SOB MOVE-IN OMITTED DA-76 1 1/2" & 2" COPPER SERVICES OMITTED DA-77 SCOPE OF WORK (UTIL. CUT) OMITTED DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) OMITTED DA-79 CONTRACT TIME (UTIL. CUT) OMITTED DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) OMITTED DA-83 PAVING REPAIR EDGES (UTIL. CUT OMITTED I 110n4 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-84 TRENCH BACKFILL (UTIL. CUT) OMITTED DA-85 CLEAN-UP (UTIL. CUT) OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT) OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT) OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (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 BOND (UTIL. CUT) OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT) OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL, CUT) OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) OMITTED DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) OMITTED DA-98 UTILITY ADJUSTMENT(UTIL. CUT) OMITTED DA-99 STANDARD CONCRETE SIDEWALK &WHEELCHAIR. RAMPS (UTIL. CUT) OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) OMITTED DA-141 CONCRTE CURB AND GUTTER (UTIL. CUT) OMITTED DA-102 PAYMENT (UTIL. CUT) OMITTED DA-103 DEHOLES (MISC. EXT.) OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) OMITTED DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) OMITTED DA-106 BID QUANTITIES (MISC. EXT.) OMITTED DA-107 LIFE OF CONTRACT(MISC, EXT.) OMITTED DA-148 FLOWABLE FILL (MISC. EXT.) OMITTED DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) OMITTED DA-112 MOVE IN CHARGES (MISC. REPL.) OMITTED DA-113 PROJECT SIGNS (MISC. REPL.) OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL.) OMITTED DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) OMITTED DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the t following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 144 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at feast 8-in off the ground and shall be insulated and suitably ventilated. The office shalt be provided with janitor service, heating and cooling _ equipment, electrical wiring, outlets and fixtures suitable to fight the tables and desk adequately as directed. Provide separate toilet facilities in the field office. 11102104 ASC-18 ' r PART DA - ADDITIONAL SPECIAL CONDITIONS rC. Provide the following furniture and equipment in the Construction Manager's office: 1. One plan table, 3-ft by 5-ft and one stool Z. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (8-ft). 2. Eight folding chairs. �. 3. First aid kit suitable for ten people with manual, American White Cross No. K14 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D. Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the focal electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-'117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is i included in the project plans. All other requirements of D-8 shall apply. DA-'118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline LI constructed for the connecting unit the contractor shall connect his line with the adjoining unit in u of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. r I I/OZV4 ASC-1 g f -PART E- SPECIFICATIONS r DIVISION 2 .. SITEWORK City of Fort wont NSI;Water Mam Extension Unit 4 -Cantrell-Sansom PS to Future Basswood Boulevarc] ,. Unit SA-Future North Tarrant Parkway,between Harmon Road and 1H35W SECTION 02221 TRENCHING, BACIFIl..LING AND COMPACTION PART l GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and perform all trenching for pipelines and appurtenances, including drainage, falling, backfilling, disposal of surplus material and restoration of trench surfaces and easements. B. Excavation shall extend to the width and depth shown on the Drawings or as specified herein and shall provide suitable room for installing pipe,structures and appurtenances. C. Furnish and place all sheeting, bracing and supports and shall remove from the excavation all materials,which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be firm, dry and in all respects,acceptable. If conditions warrant,deposit gravel for pipe bedding, or gravel refill for excavation below grade,directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches. D. All excavation, trenching and related sheeting,bracing, etc.,shall comply with the requirements of OSHA excavation safety standards(29 CFR Part 1926.650 Subpart P),and the H.B. 1569 of the 7I't Regular Legislative Session. E. Wherever the requirement for 95 percent compaction is referred to herein it shall mean "at least 95 percent of maximum density as determined by ASTM D1557,Method D". F. Prior to the start of work submit the proposed method of backfilling and compaction to the Engineer for review. PART 2 PRODUCTS .2.01 MATERIALS A. CONCRETE EMBI-DMENT,CAP,BLOCKfNG AND ENCASEMENT Where concrete embedment,cap,blocking or encasement is indicated or requested by the Engineer, it shall be 2,000 psi unless otherwise indicated. B. GRANTJLAR EMBEDMENT Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones,clay and organic material. Embedment material shall be a soil classification of GW, GP, SW or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck or be dispersive. The embedment material shall be composed of tough, durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure Ipermanence in the trench. The F.I. of the fines shall not exceed 3. Lightweight aggregate is NS1135659S62.221 02221-1 7111105 I City of Fort Warth NSII Water Main Extension Chit 4 —Cantrell-Sansom PS to Future Basswood Boulevard Unit SA-Future North Tarrant Parkway,between Harmon Road and a135W not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohmslcm as measured by ASTM G57. Material used for granular embedment shall have an LA Abrasion percent of wear no greater than 35%as � measured by ASTM 0131. 1. GRANULAR EMBEDMENT: This shall be cohesionless material meeting one of the followings gradation requirements and shall be unitized in place of D-24- Gradation#1 Sieve Size Sq. Openings Amount Passing Percent by Weight 112" 100 318" 85 - 100 " No. 4 10 -30 No. 8 0 - 10 No. 16 0 -5 -, Gradation#2 Sieve Size Sq.Openings Amount Passing Percent by Weight .. 1" 90- 100 112" 25 -60 318" 10- 45 No. 4 0_ 10 No. 8 0-5 2. PIPE CLASSIFICATION a. For the purpose of this specification,"rigid pipe"shall be defined as the following: i. All diameters Pre-stressed Concrete Pressure Pipe(AWWA C301). ii. Twenty-four inch(24")and smaller diameters Bar-Wrapped Concrete Cylinder Pipe (AWWA C303). iii. All diameters Ductile Iron Pipe(AWWA C151). b. For the purpose of this specification,"semi-rigid pipe"shall be defined as the following: i. Twenty-seven inch(27")and larger diameters bar-Wrapped concrete Cylinder Pipe(AWWA C303). ii. All diameters Steel Water Pipe(AWWA C200). PART 3 EXECUTION 3.01 TRENCH EXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered. Pavement shall be cut with a saw,wheel or pneumatic chisel along straight lines before excavating. B. Strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced,when required, with approved topsoil of equal quality. NS11366595a2.22 l 02221-2 7111105 City of Fon worth NS11 Water Main Extension Unit A —Canlrell-Sansom PS to Future Rasswood Boulevard Unit 5A-Future North Tarrant Parkway,between Harmon Road and 1H35W C. While excavating and backfiliing is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the General Conditions and General Requirements. D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations _ shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be practical minimum_ E. Excavation and dewatering shall be accomplished by methods, which preserve the undisturbed state of subgrade soils, The trench maybe excavated by machinery to,or just below the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed, Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by screened gravel fill as required by the Engineer at the Contractor's expense. F_ Clay and organic silt soils are particularly susceptible to disturbance due to construction operations, When excavation is to end in such soils, use a smooth-edge bucket to excavate the last 141 of depth. G. Where pipe is to be laid in screened gravel bedding, the trench may be excavated by machinery to the normal depth of the pipe provided that the material remaining in the bottom of the trench is no more than slightly disturbed. H. Where pipe is to be laid directly on the trench bottom, final excavation at the bottom of the trench shall be performed manually,providing a flat-bottom true to grade upon undisturbed material. Bell holes shall be made as required. 3.02 DISPOSAL OF MATERIALS A. Excavated material shall be stacked without excessive surcharge on the trench bank or obstructing free access to hydrants and gate valves. Inconvenience to traffic and abutters shall be avoided as much as passible, Excavated material shall be segregated for use in backfilling as specified below. B. It is expressly understood that no excavated material shall be removed from the site of the work or disposed of, except as directed by the Engineer, When removal of surplus materials has been approved by the Engineer,dispose of such surplus material in approved designated areas. C. Should conditions make it impracticable or unsafe to stack material adjacent to the trench,the material shall be hauled and stored at a location designated by the Owner. When required, it shall be re-handled and used in backfilling the trench. 3.03 SHEETING.AND BRACING A. Furnish,put in place and maintain sheeting and bracing required by Federal,State or local safety requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel,damage or delay the work or endanger adjacent structures. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided,he/she may order additional supports placed at the expense of the Contractor. Compliance with such order shall not relieve the Contractor from his/her responsibility for the sufficiency of such supports. rrsll 6659so2.221 02221-3 7111105 a City of Fort Worth NSH Wafer Main Extension Unit 4 —Cantrell-Sansom P5 to future Basswood BotOevard Unit 5A-Future Noeth Tarrant Parkway,between Harmon Road and I1-135W Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. B. Where sheeting and bracing is required to support the sides of trenches, engage a professional engineer, registered in the State of Texas, to design the sheeting and bracing. The sheeting and bracing installed shall be in conformity with the design and certification of this shall be provided by the professional engineer. C. When moveable trench bracing such as trench boxes,moveable sheeting,shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe,or disturbance of the pipe bedding and the screened gravel backfill. 1. When installing rigid pipe, any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing semi-rigid pipe trench boxes,moveable sheeting,shoring or plates shall not be allowed to extend below mid-diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved,screened gravel shall be placed to fill any voids created and the screened gravel and backfill shall be recompacted to provide uniform side support for the pipe. P. Permission will be given to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. The cost for use of sheeting will be included in the bid items for pipe and shall include full compensation for driving,bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose,by watering or otherwise as directed. F. No payment will be given for sheeting, bracing,etc., during the progress of the work. No payment will be given for sheeting,which has actually been left in the trench for the convenience of the Contractor. G. Sheeting driven below rnid-diameter of any pipe shall remain in place from the driven elevation to at least 1-ft above the top of the pipe. 3.04 TEST PITS A. Excavation of test pits may be required for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work. B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified. N51136659542.221 02221-4 711[145 City of Fon Worth N511 Water Main Extension Unit 4 —Canireli-Sansom PS to Future Basswood Boulevard Unit 5A-Future North Tarrant Part-way,between Hamm]Load and tH35W 3,05 EXCAVATION BELOW GRADE AND REFILL A, Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B. if the Contractor excavates below grade through error or for the Contractor's own convenience,or through failure to properly dewater the trench,or disturbs the subgrade before dewatering is sufficiently complete,he/she may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his/her own expense. C. If the material at the level of trench bottom consists of fine sand,sand and silt or soft earth which may work into the screened gravel notwithstanding effective drainage,the subgrade ]na:erial shall be removed to the extent directed and the excavation refilled with a 6-in layer of coarse sand,or a mixture graded from coarse sand to the rine peastone, as approved by the Engineer,to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the Engineer prior to placement.. Gravel backfill shall then be placed in 6-in layers thoroughly compacted up to the normal grade of the pipe. D. Geotextile filter fabric may be substituted for filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N; Supac;equivalent,or equal. 3.06 BACKFILLING _ A. As soon as practicable after the pipe has been laid and jointed,backfilling shall begin and thereafter be prosecuted expeditiously. Bedding gavel,as specified for the type of pipe installed, shal l be placed up to l-ft over the pipe. B. Where the pipes are laid in the yard,the remainder of the trench shall be filled with common fill material in layers not to exceed 3-ft and mounded 6-in above the existing grade or as directed. Where a loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the cleanup process,so that the ground may be restored to its original level and condition. C. Where the pipes are laid in paved areas, the remainder of the trench up to a depth of 1-ft below the bottom of the specified permanent paving shall be backfilled with common fill material in layers not to exceed 1-ft and thoroughly compacted. The subbase layer for paving shall be of bank-run gravel thoroughly compacted in 6-in layers. D. To prevent longitudinal movement of the pipe,dumping backfill material into the trench and then spreading will not be perrrritted until selected material or screened gravel has been placer/and compacted to a level l-ft over the pipe. E. Backfill shall be brought up evenly on all sides. Each layer of backfill material shall be thoroughly compacted by rolling,tamping, or vibrating with mechanical compacting equipment or hand tamping, to 95 percent compaction. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench. NSff36659Sp2.221 02221-5 711 f105 City of Foci Worth NMS11 Water MnD Extension Unit 4 —Cantrell-Sansom PS to Future Basswood Boulevard Unit 5A-Future North Tarrant Parkwav,6ehveen Ifarmon Riad and IH35 W F. Compaction shall be by use of hand or pneumatic ramming with tools weighing at least 20 lbs, The material being spread and compacted in layers not over 8-in loose thick. 1f necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Subject to the approval of the Engineer, fragments of]edge and boulders smaller than 6-in may be used in trench backfill providing that the quantity in the opinion of the Engineer, is not excessive. Rock fragments shalt not be placed until the pipe has at least 2-ft of earth cover. Small stones and rocks shall be placed in thin layers alternating with earth to ensure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. H. 131rum-nous paving shall not be placed in backfilling unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. 1. Water jetting will not be accepted as a means of consolidating/compacting backfill. J. All road surfaces shall be broomed and hose-cleaned imniediately after backfilling. Dust control measures shall be employed at all times. 3.07 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved streets, in shoulders, sidewalks, or in cross-country areas,thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place, immediately deposit additional fill to restore the level of the ground. R. The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved road shall be restored to a condition at least equal to that existing before work began. C. In sections where the trench passes through grassed areas, and at the Contractor's own expense, loam and seen the surface to the satisfaction of the QwneriEngineer. END OF SECTION - NS 1 3G554S02 22 I 012221-6 7/11 M City of Fort Worth NSII Walcr Main Extension Unit 4—Cantrell Sansom PS to Future Basswood Blvd Unit 5A—Future North Tarrant Parkway between Harmon Rd and IH35 SECTION 026I3 BURIED CONCRETE PRESSURE PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor,materials,tools, equipment and incidentals necessary to install,ready for operation and test buried concrete pressure pipe and fittings,rubber gaskets,mortar for inside joints as shown on the Drawings and as specified herein. B. Concrete pressure pipe used on this project shall be Bar-wrapped concrete pressure pipe (AWWA C303). C. Where the word "pipe"is used,it shall refer to pipe, fittings,or appurtenances unless otherwise noted. PP D. Cathodic protection details and spacing requirements are shown on the drawings and Division 15 of the specifications. on 1.02.1 RELATED WORK The following items are included in the Fort Worth Water Department's General Contract Documents and General Specifications,Special.Conditions and Additional Special Conditions. A. Trenching,backfilling, compaction and granular fill materials. B. Sedimentation and Erosion Control. C. Testing of Pipelines. D. Disinfection of potable water facilities. E. Trench Safety Requirements. F. Installation by other than open cut. 1.03 SUBMITTALS A. Preliminary Shop drawings shall be submitted by the apparent low bidder within 30 calendar days of submission of bid. Excerpt for areas designated for exploratory investigations to determine field location and depth of existing utilities. After the Contractor has determined the location and depth of the existing utilities, shop drawings can be prepared. B. Submit seven(7)shop drawings to the Engineer according to the Special Conditions of all details of reinforcement,concrete and joint dimensions for all pipe and fittings. Submit a tabulated laying schedule which references stationing and invert elevations as shown on the Drawings as well as all fittings,bevels,restrained joints,outlets,tees,bends,adapters, closures and specials, t+ along with the manufacturer's drawings and specifications indicating complete details of all NS36659562.613 02613-1 7/19145 City of Fort Worth N511 water Main Extension Unit.4—Cantrell Sansom PS to Future Basswood Blvd Unit 5A—Future North Tarrant Parkway between Harmon Rd and IH35 items. The laying schedule shall show pipe class,class coding,station limits and transition stations for various pipe classes. The above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. �. B. Submit anticipated production and delivery schedule. C. Design Data I. Submit all design calculations and data in accordance with AWWA M9 for 0303 bar- wrapped concrete pressure pipe and AWWA 0304 for bar-wrapped concrete pressure pipe. D. Test Reports 1. Shop test results as applicable per AWWA 0301 or AWWA C303. 2. Field pressure/leakage tests. E. Certificates .� 1. Prior to shipment of pipe,submit two(2)certified affidavits of compliance stating that the pipe for this Contract was manufactured,inspected and tested in accordance with the AWWA standards specified herein. 1.04 QUALIFICATIONS A. The materials specified herein are intended to be standard types of bar-wrapped concrete pressure ' pipe for use in transporting potable water. B. All bar-wrapped concrete pressure pipe and fittings shall be fumished by reputable manufacturers with a minimum of ten years of experience in manufacturing concrete cylinder pipe 30-in diameter and larger. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications .. and with the latest edition of all referenced standards and specifications. 1.05 REFERENCE STANDARDS A. The AWWA Standard and Design Standard for Bar-Wrapped Concrete Pressure Pipe, Steel Cylinder Type(AWWA C303, latest edition)are made a part of these Specifications. Documents referenced in AWWA 0301, Section 1.3 form a part of AWWA 0301 to the extent specified therein. B. Other standards applicable to the work specified herein are,but not limited to,the following: 1. AWWA 0204-Steel Water Pipe 6-in and Larger 2. AWWA 0341 -Prestressed Concrete Pressure Pipe,Steel-Cylinder Type, for Water and. Other Liquids 3. AWWA 0600 -Installation of Ductile-Iron Water Mains and Their Appurtenances 4. AWWA C651 Disinfection of Water mains 5. AWWA M-9-Concrete Pressure Pipe NS36659542.613 02613-2 7119145 City of Fort Worth NS11 Water Main Extension Unit 4—Cantrell Sansom P5 to Future Basswood Blvd Unit 5A—Future North Tarrant Parkway between Harrison Rd and IH35 6. AWWA M-1 l -Steel Pipe Guide for Design and Installation r 7. AWWA C304-Design for Prestressed Concrete Cylinder Pipe 1 8. AWWA 0303 -Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type C. Arnerican Association of State Highway and Transportation Officials(AASHTO) D, Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A. The bar-wrapped concrete pressure pipe and fittings manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of AWWA 0303-95. The Owner reserves the right to provide, at Owner's expense,the services of an independent testing agency to verify testing of the pipe. The manufactures cooperation shall be required in these inspections. B. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall be subject to resection at any time on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once at no additional cost to the Owner,unless otherwise approved by the Engineer. 1.07 DELIVERY, STORAGE AND LLANDL.ING A. Care shall be taken in loading, transporting,and unloading materials to prevent damage to the pipe and fittings. Under no circumstances shall the pipe be dropped or skidded against each other. Slings, hooks,or pipe tongs shall be used in pipe handling. B. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other appurtenances shall be kept free from dirt or foreign matter at all times. C. Pipe shall not be stacked higher than the limits recommended by its manufacturer. The bottom tier shall be kept off the ground on timbers, rails, or concrete. Stacking shall conform to the manufacturer's recommendations. D. Gaskets for mechanical and push-tan joints to be stored shall be placed in a cool location out of direct sunlight. Gaskets shall not conte in contact with petroleum products. Gaskets shall be used on a first- in, first-out basis. 1.08 PATENTS AND LICENSES A. The Contractor shall be responsible for a]1 patents or licenses that exist on the equipment that may be provided. Ns36659SO2.513 02613-3 7119i05 City of Fon Worth NSII water Main Extension Unit 4—Cantrell Sansom PS to Future Basswood Blvd Unit 5A—Future North Tsrrant Parkway between Harmon Rd and 1H35 ~ B. The Contractor and equipment manufacturer shall assume all costs of patent fees or licenses for the - equipment or process: and shall safeguard and save harmless the City/Engineer from all damages, judgments, claims and expenses arising from license fees, or claimed infringement of any letters, patent or patent rights, or fees for the use of any equipment or process structural feature or — arrangement of any of the component parts of the installation; and the price bid shall be deemed to include payment of all such patent fees, licenses or other costs pertaining thereto. 1.09 WARRANTY A. Provide a two (2)year warranty as stipulated in the contract documents. _ PART 2: PRODUCTS 2.01 MATERIALS Unless otherwise specified,the design materials and wort rnanship for pipe shall conform to the requirements of AWWA 0303 for bar-wrapped concrete pressure pipe for Water and Other Liquids. Care and coating thickness for pipe shall be as specified in AWWA C303. Concrete cylinder pipe shall be the size shown on the drawings. A. The following shall be clearly marked on the interior surface of each special and each length of pipe: a. The design pressure, maximum backfill height or trench depth and date manufactured. b. The sequence or intended location of the pipe. c. Beveled pipe shall be marked with the amount of bevel and the point of maximum bevel shall be marked at the end of the spigot. R B. Pipe shall be designed in accordance with the AWWA M9 for 0303 Bar Wrapped Concrete Pressure Pipe and AWWA C3044-99 Design Standard, using the following design conditions, these conditions shall also be used in designing fittings that include a reinforced concrete exterior coating of the steel cylinder: a_ External Loading 1) The earthload shall be taken as the greater of the following: (a) Depth from existing ground level to top of pipe as shown on plans, or 4 (b) A minimum depth of six feet. 2) Earthloads(deadloads)shall be computed as outlined by the "Concrete Pipe Designs Manual"and the "Concrete Pipe Handbook", American Concrete Pipe Association, latest editions. Trench width is assumed to be that giving the maximum load on the pipe (transition width)for the following parameters: (a) Soil Weight= 130 pounds per cubic foot (b) KuN=0.130 3) Jive loads shall be calculated as:. NS36559s42 613 02613-4 7119/05 City of Fort Worth NSII Water Main Extension _ Unit 4—CantrelI Sansom PS to Future,Basswood Blvd Unit 5A—Future North Tarrant Parkway between Harmon Rd and 1H35 (a) Pipe in Streets: AASHTO H-20 for two trucks passing (b) Pipe within railroad right-of-way: Coopers E-80. (c) Both H-20 and E-80 loads shall be computed in accordance with the"Concrete Pipe Design Manual"and the "Concrete Pipe Handbook". b. Internal Pressure Pipe design shall be in accordance with AWWA M-9, for the design pressure of 160 psi working pressure, 100 psi for surge and test pressures described in Section 3.03 Testing. C. Fittings 1. Steel thickness of all fittings shall be designed with a=ximum deflection of two percent of the internal diameter for the external loading condition specified in paragraph 2.01.B.a.1 of this Section. In addition,under the internal loading conditions described in Section 2.01.B_b.2 of this specification, the thickness shall be determined in accordance with Chapter 8 of AWWA Manual M9. 2. Fabrication of the fittings shall be as per the applicable standard and AWWA Manual M9. I Interior and exterior concrete/mortar coating shall be as per AWWA C205 standard. D. The slate of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi,or 7 days after manufacture, and/or repair,whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits,blisters, rough spots, minor breakage,and other imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4500 psi at the end of 28 days, when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling from interior of pipe shall be reason for the rejection of pipe. Pipe may be repaired under unloaded conditions (removal of prestressing wire). New prestressing wire may be applied when the compressive strength as determined by cylinder testing equals or exceeds the strength required for prestressing as stated in AWWA 0301. E. Cement shall be Type 1 or 11 and shall be in accordance with ASTM 0150. F. The pipe core shall be manufactured by the centrifugal or vertically cast process. G. Mortar coatings shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate, by weight. Rebound,not to exceed one fourth of the total mix weight may be used, provider] the rebound is treated as fine aggregate. H_ Bell and spigot joint rings shall be steel,self centering type, and otherwise as specified in AWWA C301. NS36659SO1613 02613-5 7/19/05 City of Fon Worth NSII Watei Maim Extension Unit 4—Cantrell Sansom PS to Future Basswood Blvd Unit 5A_Future Nooh Tarrant Parkway between Harmon Rd and IH35 _ 1. The rubber gaskets shall be in accordance with AWWA 0301. J. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Concrete Products, _ Inc. Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and construction. K. Restrained joints shall be the field welded,clamp type or snap ring type as manufactured by Hanson Concrete Products, Inc., or approved equal. L. Radii for curved sections may be produced by joint deflection up to 75 percent of that recommended by the manufacturer. Deflections required which are in excess of those recommendations shall be produced by beveling one or both ends of the pipe. M. Bends shall be fabricated to the degree of curvature required. -- PART 3: EXECUTION 3.01 GENERAL A. Care shall be taken during loading, transporting,and unloading to prevent injury to the pipes, fittings, or coatings. Pipe or fittings shall not be dropped, All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid shall conform to the lines andd grades shown on the Drawings, B. All pipe and fittings shall be subjected to a careful inspection and mortar coating disbonding and soundness test by tapping with a hammer prior to installation. C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional cost to the Owner. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured. For prestressed concrete cylinder pipe,pipe found to have longitudinal cracks from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required" E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. 3.02 INSTALLING CONCRETE PRESSt1RE PIPE A. Concrete pressure pipe and fittings shall be installed in accordance with requirements of AWWA M9, Concrete Pressure. Pipe,except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be provided by providing bedding material as specified in the contract documents. BLOCKING WILL NOT BE PERMITTED. B. All concrete pressure pipe shall have a minimum of five feet of cover. Pipe shall be laid such that the invert elevations shown on the Drawings are not exceeded, C. The pipe interior shall be maintained dry and broom clean throughout the construction period. D. Gasket, gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be Ns36659SO2.613 02513-6 7)[91{15 r t City of Fort Worth NS11 Water Main Extension Unit 4—Cantrell Sansom PS to)suture Basswood Blvd Unit 5A—Future North Tarrant Parkway between Harmon Rd and IH35 ,. harmless to the rubber gasket. Pipe shall be laid with bell ends looking upstream. As soon as the tongue is centered in the groove of the previously laid pipe,it shall be forced home with approved automatic equipment. After the gasket is compressed,verify the position of the gasket with a r�• feeler gage provided by the pipe manufacturer. E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wixe or steel strapping stitched into its edges. Mix a 1:2 mortar grout of sufficient liquid consistency to flow easily and pour it into the joint recess beneath the cloth band. To assist the flow and to assure complete filling of the entire recess completely around the pipe,rod the joint recess with a stiff-wire curved to the radius of the pipe. Close the joint recess at the top with a stiffer mix of the same mortar. F. Pack interior joints of pipe 30-in in diameter and larger with mortar after backfilling is completed. Mortar grout shall be employed,consisting of one part by volume of Portland cement, 1-112 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33 and sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry, crumbly consistency and shall be pushed into place and troweled to make a smooth joint. G. All pipe shall be sound and clean before laying. Wben laying is not in progress, including lunchtime,the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recommended by the manufacturer. Fittings,in addition to those shown on the Drawings, shall be provided at no additional cost to the Owner, if required,in crossing utilities or other obstructions,which may be encountered upon opening the trench. H. Have on hand a sufficient supply of assorted short pipe lengths,adaptors,and any other fittings necessary to prevent delays in pipe laying. I. Concrete thrust blocks shall not be used on this project except as specifically directed by the Owner or Engineer. Where concrete thrust blocks are required by Owner or Engineer,minimum bearing area shall be as shown on the Drawings or as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material,and shall not cover joints,bolts or nuts,or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. J. Provide joint restraint per AWWA Manual M9 guidelines, using friction coefficient-0.25,at all conditions and locations as directly by the Owner or shown on the Drawings. Except where shown otherwise on the Drawings,provide mechanical joint restraint as specified. Concrete thrust blocks shall not be used except where specifically directed by Owner or Engineer. 3.03 TESTING A. Hydrostatic and Leakage Tests I. Furnish all necessary equipment and labor for conducting a pressure test on the pipelines. The procedures and method for conducting the pressure tests shall be approved by the Engineer. 2. Make any taps and furnish all necessary caps,plugs,bulkheads, etc., as required in conjunction with testing portions of the pipe. Furnish test pumps,gauges,meters and any other equipment required in conjunction with conducting the tests_ Hydrostatic pressure and leakage tests shall conform to AWWA M-9 and Contract Documents. NS36659SO2.6 t 3 02613-7 7/14105 City of Fon Worth NS11 Water Main Extension Unit 4—Cantrell Sansom PS to Future Basswood Blvd Unit 5A—Future North Tarrant Parkway between Harmon Rd and 1H35 3. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the design -* pressure(presented above)at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage that will be permitted shall be in accordance with AWWA 0600. 4. Lines, which fail to meet the requirements of the test,shall be repaired and retested as necessary until test requirements are met. Defective materials,pipes,valves,and accessories shall be removed and replaced. 5. The Owner will supply at no cost to the Contractor a maximum quantity of water for testing purposes equal to 110 percent of the volume of the pipeline. The Contractor shall furnish and install the necessary connections, which may be required to transport the water to the pipe being tested_ Additional water required will be provided at the Owner's standard rates for the volume required. 3.04 CLEANING A. At the conclusion of the work,thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt,stones,and pieces of wood or other material,which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest manhole. If,after this cleaning,obstructions remain,they shall be removed. B. After the pipelines are cleaned and if the ground-water level is above the pipe,or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time,they shall be repaired or replaced. 3.05 DISINFECTION A. Before being placed into service,pipelines,which will convey potable water,shall be disinfected in accordance with Contract Documents and AWWA C-551. END OF SECTION NS36659SO2.613 02613-8 7114105 y City of Fort Worth NSII 48-inch Wafer Main Extension Unit d-Cantrell Sansom PS to Future Basswood Blvd. Unit 5A-North Tarrant Parkway SECTION 02617 r BURIED STEEL PIPE AND FITTINGS PART I GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, material, tools,equipment and incidentals required and install and test steel pipe and fittings, rubber gaskets,mortar for inside joints and wrap outside joints of all pipe as shown on the Drawings and as specified herein. B. Cathodic protection details and spacing requirements are shown on the Drawings and as described in Division 15 of the Specifications. 1.02 RELATED WORK The following items are included in the Fort Worth Water Department's General Contract Documents and General Specifications, Special Conditions and Additional Special Conditions. A. Trenching, backfilling,compaction and granular fill materials. B. Sedimentation and Erosion Control_ C. Testing of Pipelines. D. Disinfection of potable water facilities. E. Trench Safety Requirements. F. Installation by other than open out. 1.03 SUBMITTALS A. Submit, in accordance with the Special Conditions, within 10 days of the Effective Date of the Agreement, the name of the pipe and fittings suppliers and a list of materials to be furnished. B. Preliminary Shop drawings shall be submitted by the apparent low bidder within 30 calendar days of submission of bid. Except for areas designated for exploratory investigations to determine field location and depth of existing utilities. After the Contractor has determined the location and depth of the existing utilities, shop drawings can be prepared. C. Submit shop drawings with a tabulated layout schedule showing the location of each piece, by mark number,for the entire.job,method of manufacture and installation of pipe,joint details, r* fittings and any specials. Design calculations for the conditions specified in Paragraph 1.03D below,shall be submitted with the shop drawings and shall include all formulas used in the calculations, all values of constants used in the formulas in accordance with AWWA 0200 and AWWA M l 1 based on internal pressure, deflection and external loads. NS36659SO2.5 17 02617-1 71 i 9tos Cily of Fon worth NSII 49-inch WaleF Main Extension Chit 4—Cantrell Sansom PS to Future Basswood Blva. Unit 5A—North Tarrant Parkway D. Prior to shipment of pipe, submit certified test reports that the pipe for the Contract was manufactured and tested in accordance with the AWWA standards specified herein. D. Design Data - 1. Pipe and fittings shall be designed in accordance with AWWA 0200 and 0208, using the following design conditions; a. External Loads 1) Weight of earth 130 lbs/cu ft 2) Deflection Lag Factor I.25 3) Bedding Constant (k) 0.10 4) Soil Modulus E' 1,000 psi 5) Live Load a) Pipe in Streets AASHTO H-20 for two trucks passing. b) Pipe within railroad right-of-way: Coopers E-80. b. Internal Pressure Design working pressure shall not be less than 160 psi working pressure and 100 - psi for surge and test pressures described in Section 3.06 Testing. 2. Pipe and fittings shall be designed with a maximum deflection of the steel cylinder oft _ percent of the internal diameter, 3. Minimum wall thickness-0.250(in)or outside diameter/230, whichever is greater. The wall thickness shall be increased, as required,at all bends, fittings and anchorage locations where thrust is transmitted by the pipe. 1.01 KEFERENCE STANDARD A. American Society for Testing and Materials(ASTM) 1. ASTM A 139-Standard Specification for Electric-Fusion (Arc) -Welded Steel Pipe (NPS 4-in and over) 2. ASTM A283 -Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates 3. ASTM A570-Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality NS36659s02 617 02617-2 7119105 City of Fort Worth NS11 48-inch Water Main Extension Unit 5A—North Tarrant Parkway 4. ASTM A572 -Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel 5_ ASTM 0150 -Standard Specification for Portland Cement B. American Water Works Association(AWWA) I. AWWA C200 -Steel Water Pipe -6-in(150-mm)and Larger 2, AWWA C205 -Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4-in and Larger-Shop Applied 3. AWWA 0206 -Field Welding of Steel Water Pipe 4. AWWA C207 -Steel Pipe Flanges for Waterworks Service -Sizes 4-in Through 144-in (100r m Through 3600mm) 5. AWWA C208 - Dimensions for Fabricated Steel Water Pipe Fittings 6. AWWA 0209 -Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections and Fittings for Steel Water Pipelines 7. AWWA C214-Tape Coating Systems for the Exterior of Steel Water Pipelines S. AWWA C600 -Installation of Ductile-Iron Water Mains and Their Appurtenances 9. AWWA 0646—Grooved and Shouldered Joints 10. AWWA 0651 —Disinfecting of Water Mains 11. AWWA M 11 -Steel Pipe -A Guide for Design and Installation C. American National Standards Institute(ANSI) L ANSI B16.1 -Cast Iron Pipe Flanges and Flanged Fittings 2 ANSI B 16.5 - Pipe Flanges and Flanged Fittings D. Amz:ncan Welding Society(AWS) E. American Society of Mechanical Engineers(ASME) F. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1..05 QUALITY ASSURANCE Ns36659so2.6 r 7 02617-3 7/19/05 City of Fort worth NSII 48-incl}Water Main Extension Unit 5A—North Tarrant Parkway A. EXPERIENCE REQUIREMENTS. Pipe shall be the product of one manufacturer which has not less than five (5)years of successful experience manufacturing pipe of the particular type and size indicated,or which has demonstrated an experience record that is satisfactory to the Engineer and Owner. The acceptability of this experience record will be thoroughly investigated by the Engineer, and will be at the sole discretion of the Engineer and Owner. Pipe manufacturing operations(pipe, liftings, lining,and coatings)shall be performed a one(1)location unless otherwise approved by the Engineer. The lining shall be shop applied spun cement mortar lining. The manufactured shall be certified under SPFA quality certification program for steel pipe and accessory manufacturing. B. OWNER TESTING AND INSPECTION 1. Pipe may be subject to inspection by an independent testing laboratory,which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress,the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing,a minimum of two (2)weeks prior to the pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts,and pipe,which are discovered to be defective,or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without"slow downs" or other abnormal delays. In the event that an abnormal production time is required,the Owner is required to pay excessive costs for inspection,then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. FACTORY TESTING - The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. Shop-applied cement mortar linings shall be tested in accordance with AWWA C-205. 1. POLYURETHANE COATING The polyuretbane costing shall be tested in accordance with AWWA C-2 10- The thickness of the coating shall be tested in accordance with SSPPC PA2. The coating system applied to the pipe shall be tested for holidays according to the procedures outlined in NACE RPO188 using a wet sponge holiday tester or a high voltage spark tester(operating at 100 volts per mil), for dry film thickness specified of 30 mil. NS 36659SO2.6 17 02617-4 7119//15 r City of Fort Worth NSH 48-inch water Main EXLension Unit 5A—North Tarrant Parkway 2. HYDROSTATIC PRESSURE TESTING a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75%of the minimum yield strength of the steel used. Each joint of PR pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment,the Pipe Manufacturer shall maintain a recording pressure gauge,reference number of pipe tested,etc, The pipe small be r numbered in order that this information can be recorded. b, Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall �. be tested by hydrostatic test,air test,magnetic particle test,or dye penetrant test. Air test shall be made by applying air to the welds under 10 pounds per square inch pressure and checking for leaks around and though welds with a soap solution. 3. CHARPY VNOTCH TEST b Each heat of steel shall be tested to verify minimum impact values of 25 foot-lb at 30°F. 4. MULL.CERTIFICATION The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire,steel plate and cement. The Manufacturer shall perform the tests described in AWWA C-200,for all pipe, Fittings and specials. 5. ABSORPTION TEST FOR MORTAR COATING A water absorption test shall be performed on samples of cured mortar costing taken from each working shift. The mortar costing samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497,Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 1 I percent. Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by ten (10)consecutive passing test results at which time testing may be performed on a weekly basis for each working shift. Daily testing shall be resumed fore ach working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is reestablished by ten (10)consecutive passing test results. 6. STRENGTH TEST FOR MORTAR COATING Tests shall be made of cured mortar costing for the purposes of qualifying the mortar coating machine and the mortar mix design. One inch (1")cubes shall be Ns3665902AP 02617-5 7/1 9105 VW City of Fort Worth NSH 48-inch Water Wain Extension Unit 5A--North Tarrant Parkway tested in accordance with ASTM C-1-9. The equivalent cylinder compressive strength of the mortar(0.74 times the cube strength)shall be not less than 5,500 psi in 28 days. D. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION During the construction period,the Pipe Manufacturer shall furnish the services of a factory trained,qualified,job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing application. The technician is not required to be on-site full time. However, the technician shall be on-site during the first two weeks of pipe laying and thereafter as requested by the Engineer,Owner,or Contractor. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink -• joint manufacturer for a period of not less than 1 week beginning of actual pipe laying operations to advise Contractor and Owner regarding installation,including but not limited to,handling and storage,cleaning and inspecting, coating repairs, field applied coatings, heat shrink installation .� procedures and general construction methods and how they may affect pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer,the polyurethane coating or the Contractor's construction methods do not comply with contract specifications at no additional cost to the Owner. PART 2 PRODUCTS 2.01 MATERIALS A. Steel pipe shall be fabricated from steel meeting the requirements of AWWA C-200. Steel shall be homogeneous and shall be suitable for field welding, fully killed and fine austenitic grain size. Design stress shall be limited to 50 percent of the yield. Yield is based on the Grade of Steel. See Table 4-1 of MI I B. Fittings and specials shall be fabricated in accordance with AWWA C200, Section 4. Fittings shall conform to the dimensions of AWWA 0208 or may be fabricated into standard pipe lengths. Elbows 0 to 22-1/2 degrees shall be two piece, 23 to 45 degrees shall be three piece,46 to 67-112 degrees shall be four piece and 67.5 to 90 degrees shall be five piece. Fittings and specials not detailed on the Drawings shall conform to the details furnished by the manufacturer as approved by the Engineer. C. Flanges shall be in accordance with AWWA C207,Class E and F, Table 6 and 7. D. Pipe shall be furnished principally in 40-ft net laying lengths with special lengths as required by pian and profile for location of elbows,tees,etc. Pipe shall be furnished with O-ring joints unless otherwise noted on the Drawings. E. O-ring joints shall consist of a Carnegie shape M-3516 joint ring for spigot end or flared bell end .. and a grooved spigot end designed to retain the O-ring rubber gasket. The spigot end groove may be rolled in. Bell and spigot ends shall be sized by forcing over a sizing die or by expanding to stretch the steel beyond its elastic limit so that the difference in diameter between outside of spigot and inside of bell at normal engagement does not exceed.03-in measured on the circumference with a diameter tape. The bell and spigot with flared bell and grooved spigot end NS36659502.6 t 7 02617-6 71 i 9MS w FCity of Fort Worth NS11 48-inch Water Main Extension Unit SA—North Tarrant Parkway shall have 6-318-in engagement. The 0-ring gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for a safe working pressure equal to the class of pipe furnished and shall operate satisfactorily with a deflection(the tangent of which is not to exceed 0.75-in divided by D where D is the outside diameter of the pipe in inches)or with a pull-out of 0.75-in. F. 0-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer- Be responsible for checking the continuity of this system before final acceptance. G. Mechanical couplings where indicated on the Drawings shall be Victaulic Depend-©-Lok Styles E x E(unrestrained),F x F(self restrained); Dresser Style 38 or equal. Middle ring shall be of a thickness equal to or greater than the thickness of pipe wall. Couplings shall have plain gaskets, Grade 27 and shall be shop coated with Dresser Red "D"or primer compatible with the tape coat system. Dresser couplings shall be furnished complete with bonding wire and brazing cartridges, H. Interior surfaces of all steele i fittings,and specials shall be cleaned and lined in the shop with pp , g � p p cement mortar lining applied centrifugally in conformity with AWWA 0205. Wire mesh reinforcement shall be used in gunited mortar lining of fittings and specials. I. Cement shall be Type H and shall be in accordance with ASTM C150. J. Non-shrink grout employed in the interior.joints shall be Masterflow 713 grout by Master Builders or equal, K. Mortar Coated Pipe 1. Mortar Coated Pipe shall be in accordance with AWWA C-245- Mortar coating shall consist of one part cement to a maximum of 2-'/z parts fine aggregate,by weight. Rebound,not to exceed one fourth of the total mix weight may be used,provide the rebound is treated as fine aggregate. 2. Shop applied outside coating shall be continuous to the end of pipe on the bell end and shall be cut back on spigot end so that coating extends at least 0.5-in inside of the bell end at normal engagement. Shop applied inside lining shall be continuous to the end of pipe on the spigot end and shall be cut back on the bell end to the point of maximum engagement or further as shown on Drawings. Inside of bell and outside of spigot shall be painted with one shop coat of primer(Polyken No. 927 or equal). 3. Prior to shipment,the pipe shall be given an electrical holiday test of a minimum of 6000 Volts with a 60 cycle current audio detector giving a maximum testing voltage 120 times per second. Prior to placement,the pipe shall be visually inspected for damage to the coating. Any areas that appear damaged shall be given an electrical holiday test of a minimum of 6000 Volts with a 60 cycle current audio test giving a maximum testing voltage 120 times per second. If the tests indicate no holidays and the outer wrap is wrinkled but not torn,no repairs are required. If the tests indicate no holidays and the outer wrap(s)is tom,the damaged layer or layers of the outer wrap shall be removed by carefully cutting with a sharp razor-type utility knife. The area to be patched shall be washed with xylol taking care to wash a minimum of 4-in of undamaged tape where the NS36659SO2.617 02617-7 7119/05 City or Fort worth NSII 48-inch water Main Extension Unit 5A—North Tarrant Parkway hand applied tape wrap will overlap. Cold applied tape(outer wrap)meeting the requirements of AWWA C209 and compatible with the tape wrapping system shall then be applied for each layer of white tape that has been removed. 4. When the damaged area shows a holiday when tested,the white outer layers shall be removed and the black inner wrap,Polyken No. 989-20 exposed. The exposed area and ` overlaps shall then be primed with a light coat of 927 primer. A patch of inner wrap of sufficient size to extend 4-in from the holidays in all directions shall then be firmly pressed into place. The patch shall then be holiday tested to determine that it is -� satisfactory. The outer layer of white tape shall then be retrimmed to expose the first wrap of white tape sufficiently to allow a minimum lap of 2-in in all directions. The exposed white tape shall then be washed with xylol and pruned. Two layers of outer wrap with a minimum thickness of 35 mils and conforming to AWWA C209 shall then be applied. L. EXTERIOR POLYURETHANE COATING 1. Polyurethane coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM D16 Type, V system which is a 2-package polyisocyanate, polyol-cured urethane coating. The components are mixed in 1:1 ratio at time of application. The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The plant-applied coating shall be CORROPIPE II TX15 as manufactured by Madison Chemical Industries,Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of five(5)years experience in the production of this type coating. The cured coating shall have the following properties: a. Conversion to Solids by Volume: 97 percent plus or minus 3 percent. b. Temperature Resistance: Minus 40 degrees F and plus 130 degrees F, c. Minimum Adhesion: 500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP IO. d_ Cure Time: For handling in 1 minute at 120 degrees F,and full cure within seven(7) days at 70 degrees F. -. e. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Polyol resin, 1.15. f. Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter steel ball. g. Minimum Tensile Strength: 2000 psi. h. Hardness: 55 plus or minus 5 'Shore D at 70 degrees F. i. Flexibility Resistance: ASTM D522 using 1-inch mandrel. Allowing coating to cure for seven(7)days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. 1. Dry Film Thickness: 30 mils. M. EXTERIOR POLYURETHANE COATING FOR SPECIALS,FITTINGS, REPAIR AND OR CONNECTIONS The shop-applied and yield-applied coating shall be CORROPIPE II TX15,and CORROPIPE II of TX Touch-Up,respectively, as manufactured by Madison Chemical Industries or equal Futura Coatings. The shop-applied and field-applied coating shall have the properties specified in paragraph 2.01L, Mix and apply polyurethane coatings in accordance with the coating "' manufacturer's recommendations. 0" NS36659SD2617 02617-8 7119105 City of Fun worts NSH 48-inch Water Main Extension }r Unit 5A—North Tarrant Parkway N. Restrained joints where required at changes in direction or shown on the Drawings shall be single or double welded lap joints. Design of the joint and welds shall include considerations of stresses induced in the steel wall,the joints,and any field welds, caused by thrust at bulkheads, bends,reducers,and line valves resulting from the working and/or transient pressure. For field welded joints,design stresses shall not exceed 50 percent of specified minimum yield strength of the grade of steel utilized for the part being examined when longitudinal thrust is assumed to be uniformity distributed around the circumference of the joint. Where harnesses are required for sleeve-type couplings,they shall be in accordance with the requirements of AWWA M-I 1. Pipe ends for mechanical couplings shall conform to AWWA C200 Section 3.6 and in accordance with manufacturers' recommendations. The shop applied outside coating shall be held back as required for field assembly of the mechanical coupling or to harness lugs and rings. Harness lugs or rings and pipe ends shall be painted with one shop coat of primer compatible with exterior coating and field joint coating materials. The inside lining shall be continuous to the end of the pipe. O. The manufacturer shall supply pipe complete with sufficient struts to maintain the pipe in a round condition and to limit its deflection during storage and transportation to the job site. P. The manufacturer shall supply any insulated adapter where the pipeline is connected to existing prestressed concrete cylinder pipe. PART 3 EXECUTION 3,01 HANDLING PIPE AND FITTINGS A. Pipe shall be transported from the coating plant to the jobsite on padded bunks with nylon tie-down straps or padded banding to adequately protect the pipe and coating. B. Coated pipe shall be handled,stored and shipped in a manner that will prevent damage to the coating. Pipe shall be handled with wide belt slings or rubber padded forklifts. Chains,cables or other equipment likely to cause damage to the pipe or coating shall not be used. .. C. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen will be permitted to walk upon the coating only when necessary,in which case they shall wear shoes with rubber or composition soles and heels. All pipe and fittings,specials and couplings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired as acceptable to the Engineer. D. If any defective pipe is discovered after it has been laid,it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor,at his/her own expense. ' E. Stored pipe shall at all times be supported on sawdust bags,sand bags,or other suitable support. Bags shall be of sufficient size to prevent contact of the pipe coating with the ground or any other obstruction. Rolling the pipe on the coated surface will not be permitted. NS36659S02.617 02617-9 7119105 w City of Fort Worth NS11 48-inch Water Main Extension Unit 5A—North Tarrant Parkway 3.02 LAYING STEEL PIPE AND FITTINGS A. Regulate the equipment and construction operations such that the loading of the pipe does not exceed the loads for which the pipe is designed and manufactured. B, Except as otherwise specified herein,pipe and fittings shall be installed in accordance with the requirements of AWWA M11. C_ Struts are to be left in the pipe until backfill is complete. D. Permit and aid in the inspection of the coating on the underside of the pipe at the time of installation and shall repair any damage before lowering the pipe into the trench. While being laid,the pipe shall not be rolled,skidded, or otherwise moved,when it contacts with the ground at any point. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. Pipe shall be laid with bell ends upstream, unless otherwise approved by the Engineer. F. As soon as the excavation is completed to the bottom of the excavation,place granular fill in the trench. The pipe shall then be firmly bedded in this gravel to conform to the line and grade indicated on the Drawings. The granular fill shall be placed and compacted as specified in the Contract Documents. Blocking under the pipe will not be permitted. G. Granular fill shall be compacted to give complete vertical and lateral support of the pipe. A depression shall be left in the supporting gravel at the joint to prevent contamination of the rubber gasket immediately before being forced home. Before the pipe is lowered into the trench, the bell and spigot shall be cleaned and free from dirt. Gasket and bell shall be lubricated with a vegetable lubricant furnished by the manufacturer. The lubricant shall not be soluble in water, and shall be harmless to the rubber gasket. As soon as the spigot is centered in the bell of the previously laid pipe,it shall be forced home with jacks or come-alongs, if used. After the pipe is brought fully home,the gasket shall be carefully checked for proper position around the full circumference of the joint. The jacks or came-alongs(if used)shall be anchored sufficiently back along the pipeline so that the pulling force will not dislodge the pieces of pipe already in place. H. As soon as the pipe is in place and before the come-along(if used) is released,granular fill shall be placed to the top of the pipe for at least one half the length of the pipe. Not until this backfill is placed shall the jacks or come-along(if used)be released. If any motion at joints can be detected, a greater amount of backfill shall be placed before pressure is released. 1. O-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. J. Field joints shall be wrapped in accordance with AWWA 0209. The joints shall be cleaned, primed and wrapped with two wraps of tape with a 35 mil thickness each and holiday tested. NS3665901617 02617-10 71 19/05 i' City of Fort Worth NS11 48-inch Wa16r Main Extension Unit 5A—North Tarrant Parkway 7 K. Any damage to the pipe or the protective coating from any cause during the installation of the pipeline shall be repaired and holiday tested as acceptable to the Engineer at no additional cost to the Owner. L. The interior joints of pipe 30-in in diameter and larger shall be filled with non-shrink grout after +" backfilling is completed. Non-shrink grout shall be employed. Prior to application the entire joint shall be wetted and the interior concrete mortar allowed to absorb the moisture. A curing agent as recommended by the grout manufacturer shall also be employed subsequent to grout application. M. All pipe shall be sound and clean before laying, When laying is not in progress,including lunchtime,the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed that recommended by the manufacturer. Fittings, in addition to those shown on the Drawings,shall be provided. N. Have on hand a sufficient supply of assorted short pipe lengths,adaptors and any other fittings necessary to prevent delays in pipe laying. O. Thrust Restraint 1. Thrust at bends,tees, valves or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. 2, Restrained joints shall be used a sufficient distance from each side of the bend,tee,plug, valves or other fittings to resist thrust which develops at the design pressure of the pipe. +� For the purposes of thrust restraint,design pressure shall be 1.5 tunes the working pressure. Restrained j oins shall consist of welded j oints. 3. The length of pipe with restrained joints to resist thrust forces shall be determined by the r• Pipe Manufacturer in accordance with AWWA Manual M-11 and the following: a. The weight of the soil shall be calculated as the weight of the projected soil prism above the pipe. b. Soil Density shall be 110 pcf. c. Coefficient of Friction=0.20(maximum value for polyurethane coated steel pipe) d. Coefficient of Friction=0.30(maximum value for mortar coated steel pipe) e. The above applies to unsaturated soil conditions. In locations where ground water is encountered,the soil density shall be reduced to its buoyant weight for all backfill below the water table,and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe and o.25 for mortar coated steel pipe. f: For horizontal bends the weight of the soil is two times the weight of the soil prism. P. Concrete thrust blocks shall not be used on this project except as specifically directed by the Owner or Engineer. Where concrete thrust blocks are required by Owner or Engineer, minimum bearing area shall be as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not NS366595Q2.617 026 17-1 1 71 t 9105 City of Fort Worth 1 N511 4$-inch Water Main Extension Unit SA—Norih Tarrant Parkway cover joints,bolts or nuts,or interfere with the removal of any,joint. Wooden side forms or sand bags shall be provided for thrust blocks. 3.03 FIELD WELDING A. All field welding shall be in accordance with the AWS. Welding for restrained joints shall be a full fillet weld for the entire circumference in accordance with AWWA C206. B. During welding the coating shall be protected by draping an 18-in wide strip of heat resistant material over the top half of the pipe on each side of the coating holdback to avoid damage to the coating by hot weld splatter. No welding ground shall be made on the coated part of the pipe. 3.04 CONNECTIONS TO STRUCTURES A. Wherever a pipe 3-in in diameter or larger passes from concrete to earth horizontally,a minimum of two flexible joints spaced from 2 to 4-ft apart depending on pipe size shall be installed within 2-ft of the exterior face of the wall, whether or not shown on the Drawings. Acceptable flexible .joints shall be Victaulic Depend-O-Lok F x F Modified or equal. B. Wall pipes shall have a thrust collar located at mid-depth of wall. C. piping underneath structures shall be concrete encased. 3.05 CLEANING A. At the conclusion of the laying, and prior to testing,thoroughly clean all of the new pipelines by spraying with water or other means to remove all dirt,stones, wood struts,pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed at construction access manholes or access ports. If, atter this cleaning, obstructions remain,they shall be removed. B. After the pipelines are cleaned and if the groundwater level is above the pipe,or following a heavy rain,the Engineer will examine the pipe for leaks. If defective pipes or joints are discoverer) at this time, they shall be repaired or replaced at no additional cost.to the Owner, 3.06 TESTING A. Electrical Continuity I. Furnish all necessary equipment and labor for carrying out a continuity check of the pipeline. This check shall be conducted prior to introduction of water into the pipeline for hydrostatic pressure and leakage testing. B. Furnish all necessary equipment and Iabor for carrying out Hydrostatic Pressure and Leakage Tests on the pipeline in accordance with applicable provisions of AWWA 0600. C. Pressure Test \NS36654S02.617 02617-12 7/19105 Ciry of Fon Worth NSII 48-inch Water Main Extension Unit 5A-Norlb Tarrant Parkway 1. All pipelines shall be tested by subjecting each section to a pressure, measured at the lowest end of the section, of at least 150 percent of the design pressure of pipe under test (see Paragraph I.03D above). 2. The test may be made before or after backfilling. However, if mechanical compaction is to be used in the backfilling operations as spelled out in AWWA 0600, the test shall not be made until the backfilling is completed and compacted. All connections, blowoffs, hydrants, and valves shall be tested with the main as far as is practicable. 3. The test section shall be slowly filled with potable water, and all air shall be vented from the line. The rate of filling shall be as acceptable to the Engineer, with at least 24 hour notice _ required before tests are sc=geduled. While the test section is under test pressure,a visual inspection for leaks shall be made along the pipeline, and all visible leaks repaired. The pressure test shall not begin until the pipe has been failed with water for at least 24 hours to allow for absorption in the cement mortar lining. D. Leakage Test i. Leakage test shall be made after pressure test has been satisfactorily completed and all backfilling and compaction is completed to top of trench. Furnish the necessary apparatus and assistance to conduct the test. 2_ To pass the leakage test, the leakage from the pipeline shall not exceed the leakage allowed by the following formula: L =ND 4 P. -" 3700 in which L = allowable leakage in gallons per hour. N = number of joints in the pipeline being tested, this"N" being the standard joint length of the pipe furnished divided into the length being tested, with no allowance for joints at branches,blowoff, fittings,etc. D= nominal diameter of pipe in inches. P = average observed test pressure of the pipe being tested, equal to at least 100 percent of the class rating of pipe being tested, in pounds per square inch gauge, based on the elevation of the lowest point in the line or section under test and corrected to the elevation of the test gage. 3. Should the test on any section of the pipeline show leakage greater than specified above, locate and repair the defective pipe, fittings,or joint until the leakage is within the specified allowance of two hour duration. All repairs and retests, if required, shall be rnade without additional cost to the Owner. 3.07 CHLORINATION OF P)PELINES NS36659542.637 02617-13 7/19/05 E City of Fon Wotth NS11 48-inch Water Main Extension Unit 5A—North Tarrant Parkway A_ Chlorination of the pipelines used for potable water shall be per City of Fort Worth Standards. END OF SECTION NS36659502.617 02617-14 7119105 DIVISION 15 MECHANICAL i i City of fart Worth NSII Waley Main Extension Phase 11-Cantrell-Sansom PS to Park Glen 31vd SECTION 15140 INSTALLATION OF 48-INCH BUTTERFLY VALVES (OWNER FURNISHED) PART l GENERAL 1,01 SCOPE OF WORK A. Furnish all labor, materials,equipment, and incidentals necessary and test and install (OWNER supplied butterfly valves) as shown on the Drawings and as specified herein. 1.02 REFERENCE STANDARDS A. American Water Works Association(AWWA) 1. AWWA 0544 - Rubber-Seated Butterfly Valves, Class B. 2. AWWA 0554 -Protective Epoxy Interior Coatings for Valves and Hydrants. B. American Society for Testing and Materials(ASTM) I. ASTM A126 -Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A48 - Specification for Gray Iron Castings. r 3. ASTM A436 -Specifications for Austentic Gray Iron Castings. C_ Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.03 GENERAL DESCRIPTION A. OWNER supplied Butterfly Valves will be in accordance With attached Item D-208, and attached Shap Drawings. B. Valves, appurtenances,and miscellaneous items shall be installed substantially as shown on the Drawings, so as to form complete, workable systems. PART21 PRODUCTS 2.01 GENERAL.REQUIREMENTS A. After installation all ferrous metal surfaces of valves and accessories shall have an exterior epoxy coating in compliance With AWWA 0550_ NS1136659S 13.300 15100-1 7/16/05 City of Fort Worth 1'SH Wares Main Extension Phase 11—Cantrell-Sansom PS to Patk Glen Blvd FART 3 EXECUTION 3.01 TIME OF COMPLETION MR A. Contractor shall coordinate delivery of valves with requirements of ItemD-208 Part 3, Paragraph 3.01. 3.02 INSPECTION,UNLOADING AND INSTALLATION A. Inspection prior to installation shall be in accordance with AWWA 0504, Appendix 13, unless otherwise specified. B. Contractor shall be responsible for unloading and storage of valves at the project site. Contractor shall coordinate delivery with OWNER's representative. See Section 1.06 of attached Item 208— 48 inch Butterfly Valves (Furnished and Delivered). C. Butterfly valves shall be supported to avoid placing loads on connecting piping until backfill or pipe supports are completed. END OF SECTION NS11366595}3.300 15100-2 7/16/05 DA-248 48-INCH BUTTERFLY VALVES(F[1RNISHED AND DELIVERED) PART 1 GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials,equipment, and incidentals necessary and to manufacture, test, and deliver butterfly valves as specified herein. Installation of the butterfly valves will be by others for the Northside E Section B projects. 1.02 SUBMITTALS A. Submittals For the 48-inch butterfly valves shall be included in the hid package and submitted at the time of bids. B. The submittal shall include six copies of complete information on the butterfly valves and appurtenances to be supplied. information shall include an affidavit of compliance with the governing standard, manufacturer's data sheets,dimensions,material descriptions, operating characteristics, number of turns to open,certified delivery schedule and all other data required to ensure compliance with this Section. B. The City's consultant, CDM, Inc.,will review the shop drawings and submittal information from the Contractor. Approval or comments will be provided to the Contractor on the submittal within 30 days of receipt of submittals for this project. C. Certification reports from valve testing shall be submitted to the City prior to shipping of valves. The manufacturer shall submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C-504 and specifically listing all exceptions. 1.03 REFERENCE STANDARDS A. American Water Works Association (AWWA) 1. AWWA C504 -Rubber-Seated Butterfly Valves, Class B. 2. AWWA C550 -Protective Epoxy Interior Coatings for Valves and Hydrants. B. American Society for Testing and Materials (ASTM) 1. ASTM A126- Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A48-Specification for Gray Iron Castings, 3. ASTM A436 - Specifications for Austentic Gray Iron Castings. C. American National Standards Institute(ANSI) 1, ANSA B16.104—Butterfly Valves D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1 E. Applicable standards of the Fort Worth Water Department's specifications shall apply_ In case of conflicts or discrepancies between this specification the Water Department Specifications, the Fort Worth Water Department Specifications shall govern. 1.04 QUALITY ASSURANCE A. The butterfly valve manufacturer shall demonstrate and document with shop drawing submissions at least 10 years of experience in the manufacture of valves of the type, size, and class conternplated for provision herein. B. All valves shall be the product of one manufacturer. C. Valves must appear in the latest"City of Fort Worth Standard Product List", Products and processes listed in the"City of Fort Worth Standard Product List"shall be considered to meet City of Fort Worth minimum technical requirements. Butterfly valves currently part of"City of Fort Worth Standard Product List"are: Henry Pratt Company,Mueller Company and Dezunk. D. All of the valves and materials specified herein are intended to be products of proven ability for use in controlling the flow of fluids under pressure, 1.05 SPECIAL TOOLS AND SPARE PARTS A. Special tools and the manufacturer's standard stock of spare parts, if required for normal operation and maintenance of the valve, shall be supplied with each distinct type or size of butterfly valve. 1.06 DELIVERY STORAGE AND HANDLING A. Packing and Shipping 1. Care shall be taken in loading and transporting to prevent injury to the valves, appurtenances, or coatings. 2. Prior to shipping, the ends of all valves shalt be acceptably covered to prevent entry of foreign.material. 3. All valves shall be shipped with wood or plywood covers on each valve end. 4. Rising stems and exposed stem valves shall be coated with a protective oil film which shall be maintained until the valve is delivered. B. Delivery 1. The Contractor shall deliver the butterfly valves as needed, during construction of the Northside 11 Section B,Units 4 and 5. The project sites are located north of Hwy 820 and West of 11135. 2. The valves shall be delivered between the dates of November 1,20015 and April 1, 2006, The Engineer will inform the Contractor as to the specific delivery dates and locations where the butterfly valves are to be delivered during construction of the Northside II Section B,Unit 4 and Unit 5 projects. Award of contract for construction of Northside 11 Section 3, Unit 4 is anticipated in mid October 2005. Contract award for construction of Northside II Section B, Unit 5 is anticipated in first of November 20105. 2 C. Unloading 1, Northside 11 Section B Unit 4 and Unit 5 Contractor(s) will be responsible for unloading and storage of the valves at the project site. The Contractor shall - provide the Northside U Contractor(s)at least hero days advance notice of delivery. PART 2 PRODUCTS 2.01 BUTTERFLY VALVE A. Butlertly valves shall be constructed of close grain cast iron per ASTM A126, Class B. Butterfly valves shall be Class 150E and shall have flanged ends and be short body. The actual minimum �. inside dimension at any point in the valve shall not be less than 1.5-in less than the nominal valve size. B. All valves shall be provided with manual gear actuators, per Section 2.02 VALVE ACTUATORS. C. All valves shall be RIGHT HAND to open (clockwise). Each valve body or actuator shall have cast thereon the word "OPEN" and an arrow indicating the direction to open. D. All ferrous metal surfaces of valves and accessories,both interior and exterior, shall be shop painted with an epoxy coating in compliance with AWWA 0550. D. Valve seats shall be of field replaceable synthetic Buna-N or EFT and recessed into the body. Where required, stainless steel hardware shall be used to restrain the seats from any movement at the maximum rated flow in either direction. E. Valve discs shall be constructed of cast iron, ASTM A48, Class 40; Ni-resist, ASTM A436, Type 1;or ductile iron,ASTM A536, Grade 65-45-12. When resilient seats are attached to the body, discs shall have Type 316 stainless steel seating edges. When the resilient seat is attached to the discs,it shall be fastened with a one piece Type 316 stainless steel retaining ring, Type 316 stainless steel Nylock set screws and a mating Type 316 stainless steel ring shall be installed in the valve body. F. As an alternate, corrosion resistant material(epoxy)shall be used to mechanically secure the seat. F. Valve shafts shall be turned, ground, and polished and shall be constructed of Type 304 or 316 or ASTM A564 stainless steel. The disc shall be secured to the shafts with pins. These pins shall be of the same material as the shaft and pass completely through the disc and shaft. Pins shall be tightly secured with lockwashers and nuts to ensure line vibrations cannot loosen the connection, G. Valve bearings shall be sleeve type, corrosion resistant, and self-lubricating. Bearing load shall not exceed 20 percent of the compressible strength of the bearing or shaft materials, and shall be secured in the trunion by a machined ledge. Ferrous bearings in the flow stream shall not be allowed. H. Shaft seals shall be of the chevron or O-ring type. 1. Cartridge retained seats in the valve body are not acceptable. 3 J. After each valve is completely assembled, including the actuator, it shall be operated several z times in the factory to ensure it is in working condition. Each valve shall be shop tested and certified for leakage with the disc in the horizontal plane, in accordance with AWWA C504. K. Extension stems and/or bonnets shall be provided. Each extension stem shall extend to the Finished su3-face. 2.02 VALVE ACTUATORS A. Manual ;gear type actuators shall be provided for each valve. B. The valve manufacturer shall supply and integrally, rigidly mount all actuators on the valve at the factory. The valves and their individual actuators shall be shipped as a unit. C. Each valve body or actuator shall have cast thereon the word "OPEN"and an arrow indicating the direction to open. Q. All manual actuators shall be provided with a 2-in square operating nut and position indicator. Manual actuators shall be serviceable without removal from the valve. Valve disc stops and a shaft seal shall be incorporated between the manual actuator and the valve. Flow stops in the valve flow stream will not be allowed. All valve gear actuators shall be lubricated and sealed to prevent the entry of dirt or liquids into the actuator. E. All actuators shall be capable of moving the valve from the full open to full closed position and in reverse and holding the valve at any position part way between full open and closed. F, Gear actuators shall be of the worn or helical gear type with output shaft perpendicular to valve shaft. G. Actuators shall be capable of being removed from the valve without dismantling the valve or removing the valve from the line. H. Gearing shall be machine-cut steel designed for smooth operation. Bearings shall be permanently - lubricated, with bronze bearing bushings provided to take all thrusts and seals and to contain lubricants. Housings shall be sealed to exclude moisture and dirt,allow the reduction mechanisms to operate in lubricant and be of the same material as the valve body. - PART 3 EXECUTION 3.01 TIME OF COMPLETION A. The butterfly valves shall be delivered during the construction of Northside II Section B projects. Each butterfly valve may require separate delivery due to consWuction sequencing for the Northside II Section B, Unit 4 and Unit 5 projects. B. The butterfly valves shall be available for delivery November 1,2005. If the Northside II f Section B projects are not ready for delivery of any or all of the butterfly valves by April 1, 2006, the Engineer will designate a location at the Northside II Section B projects or other nearby storage area for delivery of all remaining valves. 4 3.02 MEASUREMENT AND PAYMENT Payment for Butterfly Valves will be per each. Payment will not be approved by Engineer until after the valve is delivered to the project site and has been inspected and found to be undamaged. 3.03 WARRANTY A. The Butterfly valves and actuators shall have a two year warranty beginning after installation and final completion of the construction project,.lune 1,2006. Written warranty shall be provided by the butterfly valve manufacturer after delivery of valves. END OF ITEM DA-207 5 Henry Pratt Company ' cya i fir'. �y- - 't( \r� tre e4ti�i��1�� �F—^ar-�,�,., _",� '�. 3�a ���ar-sr.. :sem !-r 'Kai�.•,i - - 132- J. �'�' �:s�,�-''cam.' 'i 4- .�.r `r{•..�+ C�.�_ _ s .t..'n�i'}4�' H�`,'��f'� �=J�w�`"�J7�.�.A��•F 3!C`�[/1. ~ • k ��� � s � '.-.�.w-1,_..#�. .t'rr i" Com.r 3 ` ��ZIA IRA ,i PH ,iTT-1 r-, V7--- I s If G c- a I a Fr v _ 4 r rFF� IL r�- SIIiC7 IyCli 1'12A'l'C ATradition of Excellence Creative Engineering r" With the development of the first rubber seated for Fluid Systems butterfly valve more than 70 years ago, the Henry Pratt's ability to provide practical solutions to complex Pratt Company became a trusted name in the flow issues is demonstrated by the following case histories. control industry, setting the standard for product quality and customer service.Today Pratt provides the Valves Designed for following range of superior products to the water, Zebra Mussel Control wastewater and power generation industries. Pratt designed and manufactured a variety of large $uT-rERFLY VALVES:from 3"to 168" site circular and rectangular butterfly valves for use RECTANGULAR VALVES: 1'x 1'to 14'x 16` in recirculating hot water systems for zebra mussel BALL VALVES— control at several Midwestern fossil fuel power RUBBER SEATED:from 4"to 60'° generating stations. METAL SEATED:from 6"to 48" Earthquake Proof Valves Ptiuo VALVES: from 3"to 36' Pratt designed and manufactured hydraulically VENTUM FLow TuaEs; from 1'1x"to 102" actuated valves for a water storage application so that PM DISMANTLING Joim-rs:from 1'1x"to 216" the valves would automatically operate in the event of earthquakes.This lead to the development of a valve ENERGY aISSIPA7iNG VALVES that will withstand forces of up to 6g"s_ A Commitment to Meeting Custom Actuation/ The Customers' Needs Isolation Valves Henry Pratt valves represent a long-term commitment Pratt designed and manufactured valves that would to both the customer and to a tradition of product isolate a working chamber in the event of a nuclear excellence.This commitment is evident in the number emergency during the decommissioning of armed of innovations we have brought to the industries we nuclear warheads.The valves were able to close in a serve. In fact, the Henry Pratt Company was the first millisecond using specially designed Pratt electro- to introduce many of the flow control products in use pneumatic actuators. today,including the first rubber seated butterfly valve, one of the first nuclear N-Stamp valves, and the bonded seat butterfly valve. Valves Designed far Harsh Environments Innovative Products Pratt designed and manufactured a 144"diameter For Unique Applications butterfly valve for the emergency cooling system at a jet engine test facility.The valve was designed to Though many of the standard valves we produce are supply water to help dissipate the tremendous heat used in water filtration and distribution applications, generated by the engines during testing. Pratt has built a reputation on the ability to develop specialized products that help customers to meet their individual operational challenges. PRIfT Henry Pratt Company Through experience, commitment and creative engineering,Pratt is uniquely suited to provide superior products for our customers'special needs. For moreinformation, contact our corporate headquarters in Aurora, Illinois or your Ibcal Pratt sales representative listed an the inside back,coVer s 401 South Highland Avenue Aurora, Illinois 60506-5563 PRATThttpJ/www.hen rypratt-com phone:630.844,4000 Henry Pratt Company fax:630.644.4160 TABLE OF CONTENTS THE HENRY PRATT PLUS ............................................................2 GROUNDHOG BUTTERFLY VALVE "A MARK OF EXCELLENCE"" ..........3 FEATURES AND BENEFITS...........................................................,3 4" — 20" GROUNDHOG BURIED SERVICE BUTTERFLY VALVES ......:.4 PUSH-ON ,JOINT GRouNDH0G0 .............................................. ...5 BURIED SERVICE BUTTERFLY VALVES FOR, C900 PVC AND DUCTILE IRON PIPE ..........................................5 DESIGN DETAILS 4" - 20" GROUNDHOGS BURIED SERVICE BUTTERFLY VALVES ..........................................E 24" — 72" GROUNDHOG BURIED SERVICE BUTTERFLY VALVES ......7 GROUNDHOG BUTTERFLY VALVE AWWA C504 CLASS 150E FOR BURIED SERVICE ......................8 DESIGN DETAILS 24" --- 72" GROUNDHOGS BURIED SERVICE BUTTERFLY HALVES ..........................................9 BURIED SERVICE ACTUATORS ....................................................10 HP250 RUBBER-SEAT 250-LB. 4" TO 72'" BUT-F ERFLY VALVES ..................................................................1 1 H P250 BUTTERFLY VALVE CLASS 250 FOR BURIED S1=RVICE .........................12 DIVINER`D GROUND LEVEL POSITION INDICATOR ..........................13 GROUNDHOG AWWA C504 SPECIFICATION ..........................14-18 THE HENRY PRATT SEAT ON BODY DESIGN ADVANTAGE ..............19 FEATURING ....................................................... Valves for the . 1st Century Aft THE HENRY PRATT PLUS Henry Pratt Company was founded in 1901 and application of AWWA butterfly valves, as well as being manufactured the first rubber seated butterfly valves to involvedlinfiuentiai in the evolution of AWWA butterfly be built in the United States beginning in 1926- Over specifications_ the years, Pratt has concentrated on the design, development and manufacture of butterfly valves as an A complete range of sizes, valve end connections,and r.. industry specialist. During this time, Henry Pratt has pressure alternatives are available as follows: been at the forefront of product development.and field n GROUNDHOG AWWA CLASS 150 6 105 Sizes. Encs Connection 4" —48" M/J x M1J 4" 72" Flg x Flg 4"—16" Push on x Push on 10"--48" Victaulic 6"--16" A1C x A1C 6"— 16" Fig X M/J V-12- Push an x Fig 6"--8"_ 12Z' A1C x Fig 34"—48" Concrete Hubs .M HP250 CLASS 250 PSI Sizes End Connection 6"—48" M1J x M/J 4"—72" Fig x Fig Pratt representatives and stacking distributors available in most major cities. rFor details, call 630-844-4044. r page 2 Newry Pratt Company GROUNDHOG BUTTERFLY VALVE "A MARES OF EXCELLENCE" The trend to butterfly usage for water distribution and Essentially the Pratt butterfly valve solution to fluid transmission applications continues.Pratt control needs for water distribution and transmission GROUNDHOG valves have been at the forefront of this systems is the most advanced"state of the art" preference &-ange, as the standard of reliability for butterfly valves over the past quarter century. The GROUNDHOG valve offers not Only proven advantages when compared to alternative control Henry Pratt's tradition of heavy emphasis an research approaches—but also provides the most"cost and development is reflected in the dependable and effective"choice, for just about any buried service virtually service-free performance record of the requirement. GROUNDHOG valve over the years. Success has been proven snder totrgh field service conditions— Consider the following features and benefits which the -- "where it counts Pratt GROUNDHOG valve provides. FEATURE BENEFIT • Bubble-tight shutoff No leakage •Light Weight Easy installation ■ Compact size Saves space s Sealed and lubricated mechanical actuator Easy operation plus corrosion resistance •Will accept input torque loads to ASO ft/lbs Virtually impossible to damage • No exercising required Minimum maintenance cost • Can be installed in various positions Flexibility at low cost without extra attachments R Competitive— tow cost Most cost-effective alternative • Seat an body design,plus sweeping Keeps seat clean of foreign matter disc to seat motion • Thrcttl:ng capability Multiple uses • Direct burial Low-cost installation a Meets and exceeds AWWA Standard Exceeds minimum requirements C-504 for rubber seated Butterfly valves Specific features of the Pratt GROUNDHOG design that deliver various benefits are detailed in this brochure. These butterfly advantages are proven, not just promised.To our knowledge, there is no known alternative approach to fluid control that offers similar advantages and flexibility, for water distribution and transmission applications. Valves for the 21stCentury Page 3 24" -- 72" GROUNDHOG BURIED SERVICE BUTTERFLY VALVES To satisfy the demanding requirements of larger underground water distribution or transmission systems, a Pratt offers a unique design for 24"through 72" ,;,: GROUNDHOG valves,Based on the successful and field- proven TRITON XR-74 rubber seal butterfly valve concept, this design assures Longer seat life, bubble light closure and less pressure drop than convenlional butterfly FSI valves of this size and pressure class. , F L A unique feature of these GROUNDHOG valves is the : patented E-LOK°seating system.The body-mounted rubber seat seals a full 360'against the stainless steel �. disc edge.Ridges on the seat provide multiple sealing r`a lines and permit higher levels of radial compression_As a result, rubber stress is reduced for lower seating torques, better seating action and longer seat life_The seat is Typical of sizes 30"and above. ., mechanically retained in the body by a cast epoxy compound which locks the seat against the disc with uniform pressure around the entire periphery, to provide a bubble-tight seal.This eliminates seat retention hardware R f, Fa" ,., that often corrodes, causing seats to lose sealing integrity. . The design also allows easy adjustment or replacement while the valve Is in the line. • ,meq �� ��} Another unique feature is the flow-through disc ; configuration,which provides greater free-flow area than either conventional on-center or,offset disc designs. n Greater mass is concentrated in areas of highest stress, for more strength with less weight.Structure is also safer because all surfaces can be 100%inspected to assure that all structural members are at full design strength. rypical of 24"size. GROUNDHOG valves in these larger sizes meet all requirements of AWWA 0504 for Class 1545.They come TECHNICAL DATA completely equipped with a Pratt MDT buried service Sizes: operator and can be furnished with either flanged, 24"through 72" mechanical joint,Vlctaulic coupling (Style 44)4 or concrete Body Style: pipe end (SP-5& SP-12)styles.See pages 16—19 for Cast iron with ends for Flanges, mechanical joints, breakdown of sizes and styles. Victaulic couplings and concrete pipe. Pressure Class: " 'Class 1508 per AWWA Standard C504 a Actuators; Disc Pratt traveling nut design actuator in strict srA NLEss STEEL ossc VnGE compliance with AMA 0504 latest revision. rt uiipiEuENFAI GPOINTS Specialty designed and built for buried service. (Refer to page 12 for design details.) svDr Service: Distribution, potable or raw water. Accessories-. DIVINER°ground-level position indicator, CAST EPDXY handwheel,extension stem,valve box(standard EAT IN COMPOUND UTgYITO �D and slipjoint). EPO%V NEJnAEri ADHERES 70 THE METAL BODY CHANNEL NOR 'Valves can be tested for 200 psi upon request_ R UBBEA SEAT SURFACE Valves for the 21st Century page 7 QROUN❑HOG BUTTERFLY VALVE AWWA 0504 CLASS 150B FOR BURIED SERVICE SUGGESTED SPECIFICATION All butterfly valves shall be manufactured in Valve Bearings shall be sleeve type that are corrosion accordance wsth the latest revision of AWWA 0504 for resistant and self-lubricating. Class 150E service and comply with the following details: Valve Actuators shall be fully grease packed and ' have stops in the openlclose position.The actuator Valve eodles shall be constructed of cast iron ASTM shall have a mechanical stop which will withstand an A-126 Class B and conform to AWWA 0504 in terms input torque of 450 Q.lbs.against the slop.The T of laying lengths and minimum body shelf thicknesstraveling nut shall engage alignment grooves in the End connections shall be as specified on the pians. housing.The actuators shall have a built in packing leak bypass to eliminate possible packing leakage into Valve Discs shall also be made from cast iron ASTM the actuator housing- A-126 Class B or ASTM A-48 Class 40 in sizes 24" and smaller.Sizes 30" and larger shall be built from The Valve Inferior and Exterior Surfaces except for ductile iron in conformance to ASTM A-536. Disc shall seating shall be coated with two coats of asphalt be furnished with 315 stainless steel seating edge to varnish in accordance with TT C-494A and AWWA mate with the rubber seat on the body. 0504, Valve Seat shall be Bursa-hl rubber located on the Optional:All internal and/or external surfaces shall be valve body. In sizes 20"and smaller, valves shall have covered with a polyamide cured epoxy coating applied bonded seats that meet lest procedures outlined in over a sand blasted"new white metal surface" per ASTM D-429 Method B.Sizes 24" and larger shall be SSPC•SP10 to a minimum of 6 mils in compliance with retained in the valve body by mechanical rneans AWWA C550. without use of metal retainers or other devices located in the flow stream. Valve Shafts shall he 18-8 type 304 stainless steel •� conforming to ASTM A-276.Shaft seals shall be standard self-adjusting split V packing.Shaft seals shall be of a design allowing replacement without removing the valve shaft. page 8 Henry Pratt Company - rp DESIGN DETAILS 24" — 72" GROUNDHOGS BURIED SERVICE BUTTERFLY VALVES n Corrosion-Resistant Shafts Constructed of ASTM A-276 Type 304 stainless steel.Two-piece,stub" type shafts are sized per AWWA Standard C544,Class 1508. �+ tacking and Packing Gland Assemblies f Self-adjusting"11"'type packing, utilized only in top trunnion of valve body where shaft protrudes,incorporates nylon retainer followed by several r. f`. rings of packing. go 4 ` Bearings r Sleeve-type bearings are used in troth trunnions of the valve body. Material is teflon-lined with special non-metallic backing-This provides electrical insulation between disc and shaft to prevent ' galvanic corrosion.Lower coefficient of friction cuts down operating torque requirements. Rubber Seat p" Specially compounded Buna-N seat seals a full 360°against a stainless steel spherical disc edge.Unique grooved-seal design,coupled with the wide,spherically shaped seating edge of the disc, allows greater disc closure tolerance(up to 1"off center in closed position without leakage).Seat is - - mechanically retained in body without metal =F`eC hardware by a cast epoxy compound that r F insures the seat conforms to the exact radius of the disc with uniform contact pressure. Shaft Connections i3 ��ikt i " t Disc and shaft are connected together by r` r generously sized stainless steel pins ' - "' •,, designed to transmit torques required and } y withstand stresses imposed under severe operating conditions. Flow-Through Disc - t Provides less pressure drop in full-open position ' than conventional disc shapes.On 24"size the arch side of disc is closed and the flat side is open, forming slightly concave surface-Disc structure is K� e safer,with no internal cores that can shift during casting,no hollow chambers that can collect water, later freeze and fracture the disc,Material is cast iron or ductile iron with stainless steel spherically shaped seating L' t surface.Cast iron ASTM A-48 Class 40 is used for 24"size. In sizes 30"through 72", ductile iron ASTM A-536 Is used. Body Body is heavy Gast iron ASTM A.1 26 On flange-end bodies, flange drilling is per ANSI 816.1 Class 125 Standard for cast iron flanges. �4 Thrust tearing Assembly Note: r Two-way bearing is preset at factory.On valves 30" and larger,assembly Cutaway shown consists of stainless steel stud fastened to the bottom of the valve shaft. typical of sizes Stud extends beyond the bottom cover.Thrust collar is threaded to the 30"through 72" stud and pinned.On 24"size,thrust collar is pinned to shaft and adjustment provided by bronze spacers.Thrust-collar cavity is packed with grease and fully gasketed to prevent leakage. Valves far the 21st Century Page 9 i. �r y� desfYi� � Y. �r MI . i3- xurr..1_g5r_' BURIED SERVICE ACTUATORS BUILT EXTRA STRONG AND WATER TIGHT FOR YEARS OF TROUBLE FREE SERVICE Rugged, Feature Packed Construction Smooth Operation Designed and developed by Henry Pratt specifically for On 4"through 12"valve sizes operation is finear,with valve buried service,GROUNDHOG valve actuators exceed the opening approximately in proportion to the turns of the nut.In rigid operating requirements of AWWA Standard C504.They sizes 14"and larger,a link-lever arrangement provides :. are traveling nut type and are self-Locking without a characterized closure,which minimizes the possibility of line unidirectional sustained force from the valve.Unlike some shock by slowing down valve travel as the valve approaches actuators of other designs GROUNDHOG actuators can be the closed position. relled upon to maintain exact valve position under conditions of fluctuating, turbulent and intermittent flow, yet one man TURNS REQUIRED TO OPEN OR CLOSE _ ~ can smoothly and easily operate the valve. Stop limiting Valve Size T devices are provided and are capable of withstanding 111: — Typical MDT Size - No.of Turns times time AWWA C504 standard input torque at full open or 4'-12" MDT-2S 32 closed positions without damage to the valve or actuator. 14"-18" MDT-3S 30 _ 18"-24" MDT-4S 40 Moisture Resistant 30" MOT-5 44 These rugged actuators are lubricated for the life of the 35' Mp75 44 valve.They can be operated without maintenance in MDT-5S 136 _ underground-water conditions because of their grease- 42" MDT-5S 136 packed construction.As long as the cover, gasket and seats MDT-35 215 remain Intact,there is no need to worry about damage 48" MDT-6S 215 resulting from water infiltration. NOTE:54'-72'nuns on raqueSl SLOTTED-LEVER (4"-12") LINK-LEVER(14"-4$'") 2. Screw Rod-Precision-machined,high strength steel. 3, Stop Limiting Collars-Built-in,threaded into position Nz�.. ...._, and pinned.Meet or exceed AWWA 0504 Standard for - �;.;_,...;.•;m a input torque requirements to eliminate the possibility of damage to actuator housing,mechanism or disc-shaft assembly. y e 4, Lever- Rugged casting built to transmit torques from slider nut to valve shaft.On link-lever design, takes up higher,portion of nut movement at the"closing'end of the 1 screw. (Refer to actuator characteristic curves below.) S. Key-Actuator is keyed to valve shaft for positive connection of two units. €. Slider Nut-Precision machined to mate perfectly with screw rod and lever Capable of withstanding 4517 ft.ib. 1. Housing-Provides strurtural support plus protection for input torque against stop ca91ar_ internal operating mechanism. Mounts to valve trunnion 7. Dual-Link Construction- One link above the screw with four bolts.Gasket between housing and cover (shown) and one below(hidden),adds strength and prevents infiltration of dirl and moisture. prevents misalignment and jamming of slider nut. Actuator Characteristic Siotted'Lever Design LinkmLever Design; Curves °a a u= r .a s• Faesle c rr� i �M1 •n �• � d14Td 1nl 4 N� F+ qr n irl ass �• b14]%'11eC/1 im. � v4. Fav( w rne.e ea•o•u M•1, �,neO�r w 1V1Y 1..vK 'Curve Is appm.Jro to Hatt eharaaerisric vsrfns with sire or valve and vpema f page 10 Henry Pratt Company DIVINER° GROUND LEVEL POSITION INDICATOR r' The Pratt DivinerO position indicator is a useful accessory that identifies valve position at a glance, as well as direction and number of turns to open or close completely.This durable indicator is designed for simple operation, strength and reliability.All working parts are constructed of non-metallic material that is virtually indestructible in this kind of service. i. Hermetically sealed,the internal gearing is protected from the elements with a clear, tough plastic cover. The Diviner'position indicator is shipped for field Typical assembly complete with cast iron adapter(t) and cap application in screws, guide bushings(2), position indicator(3), 5"5oilpipe- flexible washer(4), and a two-inch square AWWA nut (5) with set screw.The adapter fits a standard 5 114 inch valve box(6)or 5 inch cast iron soil pipe bell utilizing a cast cover with skirt depth of i`or less (7). Extension stems (8) are available in 5-foot and 10-foot Extension Stem PIN lengths and can be ordered separately at extra cost. Re+novable Cover t Grade The device is designed for use with valves requiring 250 turns or less.S eci number of turns required for r �v+wa bur Sp q valves not made by Henry Pratt. j x , - i 3 A 1 i 6 1'A"sq.shalt furnkshed in I Val of 10,0'lengths.T6 3 i be cve d assembled in field ULJ � � I ++ p ( I Adaprer 1 7C Valves for the 21st Century page 13 an 7-01 err as?,ct• >i� GROUNDHOG AVVWA, 0504 SPECIFICATION All end types on the following pages are standard and normally stacked in the sizes Listed in the dimension charts.These .� dimensions are correct at time of publication but are not to be construed as certified drawings.Certified drawings available upon request. FLANGED 3"-20" $�'1-`�"; ` ' .. ! t WAwwA fAJI Valva I I II:PIJ7 FtlTAipN VIE A B 6 D' OPEN LEFT 1W E F G : wn'eHo°fo 3 414 3S TA 5 4 4-4 6 f ! 4 STS 39 8 5 % 8u{ l4 6 6Y Sn tl 5 1 8-'f, 74 FLAT+GE' f a,o. .D } , 8 TA ON 13:1 6 1% t?i INEIOLT 1 I 10 9 9:4 16 8 1%T 12-M 149 DRGLE I p I } 12 109 111 49 8 1% 12: 17 / f 14 114 12:.4 21 8 19 12-f 18# �{ 16 13% 14% 23V 8 % Ibl 21K � 18 t4ii 1S35 25 8 1K1 16.1% 229 r a AID Jr SIZE sir erxrs 20 16 17 2U 8 P1620-1% 25 lnj sTTHDARD uTvuT D f E dflASi CAST STEEL BOGIES S' THRLI Y0'` STRADDLE CENTCRU-E Ac!°alnr x0v►1Sia MWim CAST rRCIN or*ES W Er 20. \ fNCLLoCS TAPPED MOLES SRtw J O A 'D•1n61r3'IQ"jET3aS Y4►VE 4 TAPPED HOLES ---A EACH FLANGE MOMS 2S 4 1T 4d 89 35 a.1a ran mlo�a"' EE -F-sZE 1JNC-2e x 'E-DP M53S SLI 1PER A.ANOE. 2 HODS At Dr2 TDP AND 2 MOLES AT 86TrOM MOT-4s 6% W 11%T MOT-5 71%, 10 17 FLANGET324`-48". R'c vOttE a E THRk15T EF�RWC .she A 8 t: t1 ,E 1` CIO•+FTP•RE7dOyAL 24 18% 149 32 8 191 20154 :2911 xmawwArvr 30 21f 249' 389 12 . =2% 28.19; ; 36' _36 25°,SI ` 28Y. 46 12 211 871St I.42Y 1 1 � 1 Sw�ApiEp •' '42: 2914. $2% 53 12 -231' Wt% 49ti { I p .48 34% 37X 5T4' 15 2b 1411E 56 FLANee J :Actuator rwr ° ° :c — t SLSfl JOE � �- Sire J 0 A L Ri1L+mnr+annpwm BOLT fff MOT 25 4'3{I 111 8% 'T'f�`M on iavw,: QRRCLC O f •• .MOT-3S 531 534 1184 hr.la odb0 ue l•]+r in k . � Iei6oYi►etirrrc�l�d'.lOTIEI r %� � , MOT-45 6% ti% 11%r raEEra)M W ISMIX1 0hUgM MUT-6 7VA ID 17 6ctWa*kWkrprbw63 iu ' -NEL r4 aaE Or 900% MOT-5s' _11Y, 15'34 194 + rzs�ITANOAAO LATOW D L QR15R�16 iqh df':ad9w1W 'TAPPED HOLES' SrRAO°LE`04rERLINE £TYR WT-5s 9'A 14341 211% "" -r sr uuc-Zn x'r'R[[P - 4RCLUDES TAPPED HOLES [prEf61 h0 an AlkiaelM1 p[hkm EACH�""Ce � firetWdl,d+A 12a 1E 15.1). 2�' P if E-HOLES - . T. fAmft RSM k med rb MAW .2 TI,iP ai Z @OTTOIE .30"VA44'Ev UP'E HRAs, - rahe Wa 9r S sd➢g1. TOP k.•SOTTDH L �tNw moomeC n0a>bon ss Ttwm uOH ruNeE tVlEHANICAI JOINT A"-20" 8 ! 1 2f AVAriA h'LR PrPUT R4SAT{7H Sire A B C U E F 4 X _1, �� � onCrrLCrTrca, 4 S% 33 9 811 1 4Y, 79 6% 9f TA �+• i usaessasHE� " 6 6'r: 5A 11 11'A 1341 1910E NOTED 8 7% 6A IV 99 131 ON 41Y 3'% ,N+°E I 1D 9 9S 15t,'r V 1%1 ON 14 4;4 a D 12 1014 119 17% �4 19 VA 16% d% 14 11% 123 2% 1114 I14 IDS 1814 4% QU ` j { D 16 13% 143 22Y.i 12 111 12% 21 5 18 1471 15% 24% 12% 111 1235 239 59 20 16 17 2TL 12Y 1% 14Y 25% 534 F-!10,dr SIZE X SMIS Actuator Pipe PIPs MIR. STRADDLE CCNTERUNE rYv She J 0 R 14a11Dg r """ MDT-Ps 41,. 4% 6% stre D.U. Pipe I.O, x- UTMC MDT-3S 5% 5% 1% 4 460 300 LEMON MD7.45 Sit ON IIW. 6 890 559 VDT-5 7YI 10 17 8 9.45 755 lea 10 13.20 16 !� } beelensmmcwln>�. 12 13,24 1104 1 uenurAcyrxrde� nn 14 15.65 12,91 ax51t111 16 1780 1481 HttAxIATRN nIACRAu 7 µx a.a.A mtaT ivr °rttr.ed i8 19.92 16.95 BOLxs. Hurl,Q-"Os 20 2286 18,86 AND CASUM NMN SHED 8T OTHERS page 14 Henry Pratt Company HENRY PRATT COMPANY GENERAL ARRANGEMENT DRAWING DRAWING NO. S-2024 PRATT 401 S HIGHLAND GROUNDHOG VALVE FLANGED ENDS DATE AURORA, IL 60506 05--07-01 PHONE- (877) 436-7977 MDT BURIED SERVICE ACTUATOR Haf,Wy Ftad C.CrnpanY www.henryprOtt.corn H APP 3 1/2 SPACE REOUIRED FOR THRUST BEARING 4 1/2 MAX 2 SO AWWA NUT COVER REMOVAL ROTATON OPEN LEFT (OL) 04-7/8 UNLESS OTHERNISE NOTED 13 A. d SOIL PIPE L 6455 SPUR CSAR 1 FURNISHED I I� ON MDT-6S FLANGE ! FLOW_ 0. ❑. !!! wG ;{ —+— SEAT SIDE BOLT CIRCLE f 0 n Il F - NO. do SZE OF BOLTS 1250 STANDARD LAYOUT N TAPPED HOLES. STRADDLE CENTERLINE 'F' SIZE UNC-29 X `E` DEEP INCLUDES TAPPED HOLES P 24' VALVE 4 HOLES EACH FLANGE D 2 TOP & 2 BOTTOM 0/2 30" VALVE do UP 0 HOLES E TYP 4 TOP & 4 BOTTOM EACH FLANGE NOTES: ACTUATOR POSITION 1 1, ALL DIMENSIONS SHOWN IN INCHES. 2_ '❑ DIMENSION tl/8' FOR 24" AND LARGER VALVES.. 3, FOR BOLTS SMALLER THAN 01-3/4, BOLT HOLES WILL 2 sm BE 1/8' LARGER THAN DIAMETER OF BOLT. AWWA NUT FOR BOLTS 01-3/4 OR LARGER, BOLT HOLES MLL BE 1/4" LARGER THAN DIAMETER OF BOLT. 4, DIMENSIONS AND DRILLING OF END FLANGES 1-1/4 S0 TUBING FURNISHED CONFORM TO THE AMERICAN CAST IRON FLANGE IN 10`-11" LENGTHS TO BE STANDARDS, CLASS 125 (816,1), CUT AND ASSEMBUD BY S. VALVES MA14UFACTURED & TESTED IN i,/—CiJSTOMFR IN FIELD ACCORDANCE WITH AWWA SPECIFICATION C-504 STEM SHIPPM LOOSE FROM LATEST REVISION, CLASS 1508, I VALVE ASSEMBLY 6. RECOMMENDATION FOR MATING FLANGES` MERE INSULATING BUSHINGS ARE USED, IT IS NECESSARY THAT BOLT HOLES BE DRILLED OVERSIZE 8Y AN AMOUNT EQUAL TO TWO TIMES THE fNSULATING StlEVE THICKNESS TO MAINTAIN THE SAME MINIMUM CLEARANCE FOR BOLTS. 7, CAUTION: IT I5 RECOMMENDED THAT VALVES BE INSTALLrD INTO PIPING SYSTEM IN I ACCORDANCE WTH AWWA M-11 T4 PREVENT ANY ! UNDUE PIPING STRESS, DEFLECTION OR BENDING THAT MAY EFFECT THE PERFORMANCE OF THE VALVE. B. "TENSION STEM CAN BE USED WITH STANDARD VALVE BOXES OR 5" SOIL PIPE O�aDNAL �7EE_FXTa4-q SdVE A B O D E F G SSzIN ARRANGEMETIT 24 18-5f8 18-5/B 32 B 1-708 20/1-1/4 24-1/2 30 221--112 24-3/8 38-3/4 12 R-1/9 28/1-1/41 36 36 25-7116 29-1/4 46 12 2-3/8 32/1-1/2 42-3/4 42 29-7/8 32-7/8 53 12 2-5/8 36/1-1/2 49-1/2 48 34-L/T6 37-i/B 59-1/2 15 2-3/4 44/1-i/2 56 ACTUATOR NUMBER SIZE U L M N P 0 R CF TURNS MDT-2S 4-11/16 2 2-1/8 2 4-1/2 4-1 L2 8-1/4 32 MDT-3S 5-5/0 2-7/15 3-1/4 3-5/32 5-5 S 5-116 10-3/8 30 MDT-4S 6-3/0 2-27L32 3-3 9 4 7-5 16 6-314 11-5/16 MOT-5 7-9/16 3-15/32 4z1 2 5 1 8--3 4 i0 17 44 MDT-5S 6-"a 16 3-15 16 S-1 2 7 10-1/2 15--15 16 19-=7a 136 1.157--65 9-7L8 5-f 1& 7 B-1/4 12-5 6 14-3 16 2b-1 2 215 REV,-DATE BY APP. REVISION REV.-DAM BY APP. REVISION r 111_Wai° a'`iilc'�+=?2 -ice' *+.-xst..;rx. - THE HENRY PRATT SEAT ON BODY DESIGN ADVANTAGE A key aspect of butterfly valve design relates to Seat on disc designs are,much more susceptible to location of the rubber seat.Essentially the seat can be damage because it is the relatively soft rubber seat on positioned on the body or on the disc per AWWA the disc that comes into contact with corrosion 0504. deposits and build up.Also any solid materials flowing in the fluid can impinge on a rubber seat located on But the sum of Pratt design, testing, and field the disc.(See Figure 3) experience has proven conclusively [hat seat on body design is preferred because it provides maximum Another disadvantage of seat on disc design is that reliability, since [he maximum velocity in a pipeline occurs at the upstream and downstream leading edges of the disc, The major advantage of seat on body design is that the rubber seat on disc designs are much more the risk of damage to the rubber seat is minimized susceptible to wear,vibration and potential loosening because the sealing edge of the disc is much harder of hardware. _ than any corrosion deposits built up within the valve body or pipeline. (See Figures 1 and 2) This is Conclusion:Henry Pratt seat on body designs which important because build up can interfere with the swing do not depend on retaining hardware in the waterway radius of the disc.Additionally, seats on body are for seat retention have recognized these potential recessed and thus more protected than seat on disc problems and addressed them in advance.Successful designs. field performance has substantiated the credibility of this design approach!l Rubber Seat on Disc - Pratt — Rubber Seat on Body Designs Design by Others r.�,r•�f %'•��:ti`; .�.1 ,� •.mss ��ti•, � ,�.' � � �''�:. FIGURE t FIGURE 2 FIGURE 3 Valves for the 21st Century page 19 NORTHSIDE II PROJECT JOINT BONDING AND FORT FORTH,TEXAS ELECTRICAL ISOLATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PART1 GENERAL 1.01 SECTION INCLUDES A. Joint bonding requirements for electrical continuity along dielectrically coated steel, polyethylcnc wrapped ductile iron, and bar-wrapped concrete cylinder pipe (AWWA C303). r+ B. Electrical isolation devices for installation at connections to existing piping, at laterals, at cased crossings and at tunnels. 1.02 RELATED SECTIONS A. Section 15641 - Corrosion Control Test Stations. B. Section 15642 - Specification for Magnesium Anode Cathodic Protection Systems 1.43 REFERENCES A. ASTM D1248 - Polyethylene Plastics Molding and Extrusion Material. B. AWWA 0207- Steel Pipe Flange for Waterworks Service. A C. AWWA M9 Manual- Pretensioned Concrete Pressure Pipe. D. ANSI B 16.5 -Pipe Flange and Flanged Fittings. 1.44 SLBNHTTALS A. Submittals: Submittals shall conform to the requirements of the City of Fort Worth. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient "' information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Fest Results; Electrical continuity and flange isolation test results shall be submitted to the owner or its designated representative. 15640 Jute,2005 Page 1 of 9 NORTHSIDE If PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 1.05 QUALITY CONTROL A. Provide manufacturer's certification that all electrical continuity bonding meets ' the requirements of the drawings and specifications_ Reference certification to applicable section of specifications and applicable standard detail. B. Provide manufacturer's certification that all isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART 2 PRODUCTS 2.01 DESCRIP'T'ION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to,the following: I. Electrical continuity bonds. 2. Flange isolation assemblies. 3. Casing spacers. 4. End seals. ' 2.02 ELECTRICAL CONTINUITY BONDS w A. Applications; Required applications for electrical continuity bonding includes the following: 1. Bonding across bolted joint assemblies. 2. Bonding across gasketed joint assemblies. B. Preparation of Bar-wrapped Concrete Cylinder Pipe for bonding: 1. General: a. Fabrication: Use Bar-wrapped Concrete pipe for this project that has been fabricated in such a manner as to establish electrical F, continuity between metallic components of pipe and joints. K Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: a. Tensile Wire: Pipe manufacturer shall obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end 15640 June,2005 Page 2 of 9 NORTHSIDE II PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELEC'T'RICAL ISOLATION of pipe farthest from that wire. Manufacturer shall state values obtained and method of measurement. b. Internal Pipe Joint Components. Pipe manufacturer shall obtain resistance of lens than 0.03 ohms between any component and steel pipe cylinder. 3. Steel Cylinder Continuity: a. Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket, 3) Spigot ring. 4) Bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. C. Preparation of Ductile Iron Pipe for Bonding: Install insulated band wires as shown on drawings, M D. Preparation of Polyurethane Coated Steel Pipe for Bonding: Bonding wires are ,. not required for welded steel pipe. However, banding is required at non-welded }paints as shown on the drawings. �• E. Electrical Bond Clip: Three ASTM 366 steel bonding clips, each approximately O.19 inches thick, 2.5 inches long, and 1.0 inches wide, shall be welded with 118- inch fillet welds to the bell and spigot of adjacent non-welded bar-wrapped concrete cylinder pipe with rubber gasketed joints. Manufacture clips to maintain continuity regardless of small deflections of finished (mortared)joints. F. Electrical Bond Wires: Use bond wires where bond clips are not practical. Electrical bond wires shall be a minimum No. 2 AWG, seven strand, copper cable, furnished with THH1V insulation. One inch of THHN insulation shall be FOR removed from each end of the bond wire. The minimum number of bond wires shall be provided as shown on drawings. 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 15640 lune,2005 Page 3 of 9 NORTHSIDE 11 PROJECT JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below-grade to aboveground piping transitions. B. For bar-wrapped concrete pipe provide electrical isolation by installing insulating lits, composed of: 1. Insulating Gasket; a. For piping sized 30 inches in diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b. For piping sized between 12 inches and 24 inches in diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. C. AIternately, provide plain-faced phenolic gasket, as manufactured. .., by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth- inserted rubber gasket material, 118 inch thick in accordance with AWWA 0247. Use factory cut,gaskets of proper dimensions. 2. Sleeves and Washers; ., a. For piping sized 30 inches in diameter and greater, provide full length mylar sleeves with Pyrox. G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b. For piping sized 'between 12 inches and 24 inches in diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. C_ For steel pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a. For piping sized 30 inch in diameter and greater, provide Pyrox G- 10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b. For piping sized between 12 inches and 24 inches in diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 15640 ,tune,200.5 Page 4 of 9 NORTHSIDE II PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION C. Alternately, provide a plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 118 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 1 Sleeves and Washers: a. For piping sized 34 inches in diameter and greater, provide full length my]ar sleeves with Pyrex G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal, b. For piping sized between 12 inches and 24 inches in diameter, provide fu11 length mylar sleeves with Phenolic washers, double �• washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. D. For ductile iron piping, electrical isolation shall be provided through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter. 3. Insulating Gasket: a. For piping sized between 12 inches and 48 inches in diameter, provide phenolic PSI with nitrile seal, Type "'E" L.ineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b. The Contractor may provide, at his option, a plain-faced phenolic gasket (as manufactured by Pipeline Seal and insulator, Inc., or appmved equal). The phenolic gasket shall be placed between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 118 inch thick in accordance with AWWA C207. Gaskets shall be factory cut to proper dimensions. 4. Sleeves and Washers: a. For piping sized between 12 inches and 48 inches in diameter, provide full length mylar sleeves with phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. E. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. F. The inside of isolation joints shall be coated with epoxy for a distance of 2 diameters in each direction from the joint. 15640 June,2005 Page 5 of NORTHSIDE II PROJECT JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION 2.04 CASING END SEALS ., A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal B. For all piping 24 inch diameter and greater, seat ends of tunnel liner or casing with mortared brick. C. Casing End Seals shall be as shown on the plans for the Northside II Water Main Extension Project. PART 3 -EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS A. Inspection: Use continuous bond wires with no cuts or tears in the insulation -� covering the conductor. B. General: Attach bond wires or bond straps at required locations by thermite ., welding process. Attach bond clips by arc-weld process. C_ Thermite Welding Methods: Perform thermite welding of bona wires and bond straps to piping in the following manner: 1, Clean and dry pipe to which wires or straps are to be attached, 2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind surface to bright metal. 3. Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe, exposing clean, oxide-free copper for welding. 4. Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5_ Place metal disk in bottom of mold. 6. Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7. Close mold cover and ignite starting powder with flint gun. 8. After exothermic reaction, remove thermite weld mold and gently strike weld with a harnmer to remove weld slag. Pull on wire or strap to assure a secure connection. If weld is not secure or the bond breaks, repeat procedure with new wire or strap. 9. If weld is secure, coat all bare metal and weld metal with Kop-Coat Cover coated weld with a plastic weld cap. [5640 June,2005 Page 6 of 9 NORTHSIDE H PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION D. Post-Installation Inspection: Post-installation inspection of all electrical continuity bonds shall be made through a visual examination of each thermite weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more of the following tests: C. Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 154% of theoretical resistance for pipe and bonds. 2. Measure resistance through select banded joints with a digital low resistance ohmmeter (DLRO). Resistance of 4.041 ohms or less is acceptable. 3. Position a CSE at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record static, current-applied, and instant "oft' pipe-to-soil potential readings along the pipe relative to the stationary CSE. a. Static potential measurements referenced to stationary CSE must be nearly identical along the pipe to indicate electrical continuity. b. Instant "off' potentials referenced to stationary CSE must be nearly identical along pipe to indicate electrical continuity. C. The difference between the instant "off' and the static potential referenced to stationary CSE must be equal at each point of contact to pipe to indicate electrical continuity. 4. If any of the above procedures indicates a poor quality bond connection, rebond the joint. 5. Record results and submit to the owner or its designated representative for approval prior to backfilling. E. Backfilling of Bonded Joints: 1. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. a. Use appropriate backfill material to completely cover the electrical . bond. b. Provide protection so that future construction activities in the area will not destroy the bonded connections. f 2. If construction activity damages a bonded connection, install new bond wire or strap. 15640 June,2GO5 Page 7 of 9 NORTHSIDE II PROJECT JOINT BONDING AND �. FORT WORTH,TEXAS ELECTRICAL ISOLATION 3.02 INSTALLATION OF FLANGE ISOLATION DEVICES A. Placement: Install isolation joints at the locations shown on the drawings. B. Assembly: Place gasket, sleeves, and washers as recon-Lmended by tete manufacturer. Follow manufacturer's recommendations for even tightening to proper torque. C. Testing: Immediately after an insulating fitting has been installed, test electrical isolation with a Gas Electronics model, 601 meter. Fully document test results. D. Painting: Do not use metal base paints on insulating fittings. E. Encapsulation: Encapsulate below-grade isolation joints with the Carboline Densyl tape system, or approved equal, after the isolation joint has been tested for effectiveness. 3.03 TESTING OF JOINT CONTINUITY BONUS AND INSULATED JOINTS A. General: After the completion of the continuity bonding of individual joints but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. B. A DC current shall be unpressed on the pipe on one side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a chastge in pipe-to-sail potential on the section of pipe that is in the test current circuit. — C. The pipe-to soil potential shall be measured on each side of the insulated joint using a high impedance voltameter and portable copper/copper sulfate reference - electrode with the test current"oil" and "off D. A joint is considered electrically continuous if the "on" and "off potentials are the sarne on either side of the joint under test. E. This same procedure shall be used to test individual insulated joints except that the joint is considered insulated if the pipe-to-soil potential is not the same when measured on each side of the joint when the test current is "on". 3.04 CASED CROSSING ISOLATION TESTS A. Immediately after the pipe has been installed in the casing, but prior to connecting the line or grouting the annulus, perform an electrical continuity test to determine whether the casing is in fact insulated from the pipe. The continuity cheek shall be fully documented and approved by the owner or its designated representative prior to backfilling. 15640 Alne,2005 Page 8 of 9 on NORTHSIDE II PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION pq B. If the electrical isolation between pipe and casing is not effective, the cause shall be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backfilled. END OF SECTION an re .. ps w WE 15540 3une,2005 Page 9 of 9 NORTHSIDE II PROJECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS SECTION 15641 CORROSION CONTROL TEST STATIONS PART GENERAL 1.01 SECTION INCLUDES A. Test station materials and installation requirements. B. Locations requiring test stations are adjacent to manholes, major pipeline crossings, cased crossings and tunnels, and below-grade isolation joints. 1.02 RELATED SECTIONS A. Section 15640 -.joint Bonding and Electrical Isolation. B. Section 15642 —Specification for Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D 124 8 - Polyethylene Plastic Molding and Extrusion Material. B. MACE RP-0169 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. AWWA M9 Manual - Pretensioned Concrete Pressure Pipe. D. UL 83 - Thermoplastic Insulated Wires. E. UL 486A - Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals shall conform to the requirements of the City of Fort Worth. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. "The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and " specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Drawings: As-built drawings of the corrosion control test stations shall be maintained by the Contractor during installation and construction. Drawings shall be revised to show exact locations of all wiring, connections, and terminal boxes. All items of equipment and material shall be properly identified. The original as-built drawings shall be submitted to the owner or its designated representative. 15641 June,2065 Page l of NORTHSIDE II PROJECT CORROSION CONTROL FORT WORTH,TEXAS TEST STATIONS 1.06 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control test stations meet the requirements of the drawings and specifications. The certification shall reference the applicable section of the specifications and the applicable standard details. B. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. C. All materials, fabrication, and installations are Subject to inspection and testing by the owner or its designated representative. PART 2 PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a five terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron ., cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. D. Install a marker sign adjacent to all flush-mounted test stations. 2.02 ABOVE-GRADE TEST STATIONS A. At test station locations where flush mounted structures cannot be installed, an above- grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. B. The test station shall be a five terminal Big Fink as manufactured by Cott Manufacturing. or approved equal. C. Terminal boxes shall have a lockable, corrosion-proof plastic cover and shall be mounted on a 5-foot length of 3-inch diameter galvanized steel conduit. D. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. 2.03 PERMANENT REFERENCE ELECTRODES - A. The permanent reference electrode shall be a copper/copper sulfate Permacell, double membrane, ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal, 15641 ,lune, 2005 Page 2 of NORTHSIDE II PROTECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS B. The electrode shall be equipped with No. 14 AWG stranded copper wire with blue F MWPE insulation of suitable length to attach to the terminal board of the test station. 2.44 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, TfIW or THHN insulation. B. Type insulation shall be color coded based upon connection to underground structures: 1. Water piping: white. - Foreign structures: red 3. Steel casings: yellow. -F C. All terminal boards shall be wired by the installer as shown on the drawings. 2.45 THERMITE WELD EQUIPMENT A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. Use only the correct charges for the specific application. Welding charges and molds shall be Erico, Cadweld or Continental Industries, Therrnoweld. B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or approved equal. Cover coated weld with a plastic weld cap. PART 3 EXECUTION 3.41 APPLICATIONS A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: I. Testing to determine the effectiveness of the installed cathodic protection systems and to allow for startup adjustments. 1 Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray d-e currents and required mitigative measures. 4. Periodic monitoring to determine status of existing cathodic protection systems, stray current, and foreign line influence. B. Install test stations at each of the locations scheduled on the drawings. As a ininirriurn, test stations are required at each of the following locations: 1. At all major underground metallic pipeline crossings. 15641 June,2005 Page 3 of 6 NORTHSIDE II PROJECT CORROSION CONTROL t FORT WORTH,TEXAS TEST STATIONS 2, At all cased crossings and turunels (both ends). 3. At all underground isolation flanges. d. At all anode groundbed locations. 3.02 GENERAL A, Install test stations at locations indicated on drawings. If a flush mounted test station is _ not feasible in a particular location, then an above-grade test station may be used, subject to approval by the owner or its designated representative. B. Use continuous test station lead wires without cuts or tears in the insulation. C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe is installed under a road,place the test station at the curb for easy access. D. Attach test dead wires to the pipe by thermite welding. E. Attach test wires to thee pipe prior to backfilling. F. Use color coded test wires as indicated on the drawings. G. Wire test station terminal board configurations as shown on the drawings. K At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before the test leads are connected to their pipeline. The owner should have a representative present. 3.03 FLUSH-MOUNT TEST STATIONS A. Install flush-mount test stations as shown on the drawings. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. C. Install flush-mount test stations with permanent copper/copper sulfate reference _ electrodes where indicated on the drawings. I. Install permanent reference electrode approximately 6 inches from the pipe. 2. Compact native soil by hand around the electrode. The balance of the backfill shall be select granular backfill material. 3. Saturate the backfilled permanent reference electrode with 5 gallons of water. D. Set test stations installed outside areas of permanent paving materials in a Portland _ cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. ]5641 June, 2005 Page 4 of 6 NORTHSIDE 11 PROJECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS 3.04 ABOVE-GRADE TEST STATIONS A. Install above-grade test stations where a flush mounted test station cannot be located. Use and location of above-grade test stations shall be approved by the owner or its designated representative. B. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. D. Set test stations in a Portland cement concrete anchor. The concrete anchor shall be a minimum of 12 inches in diameter and no less than 2 feet thick. 3.05 TEST LEAD WIRE ATTACHMENT A. Attach test leads to the pipe by thermite welding directly to the pipe for steel or to an "L„ bracket for CCP. See drawings. B. The pipe to which the wires are to be attached shall be clean and dry. C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire for all No. 12 AWG wires. F. Place the metal disk in the bottom of the mold. G. Pour the thermite weld charge into the mold. Squeeze the bottom, of the cartridge to spread ignition powder over the charge, H. Close the mold cover and ignite the starting powder with a flint gun. I. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover the coated weld with a plastic weld cap. 3.46 POST INSTALLATION -BACKFILLING OF TEST STATION -LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 15641 June, 2005 Page 5 of 6 NORTHSIDE II PROJECT CORROSION CONTROL FORT WORTH,TEXAS TEST STATIONS B. After completion of the backfilling of the test wires to the pipe, verify the connection by recording a pipe-to-soil potential. C. Replace any test wire found to have a high resistance connection. END OF SECTION A AI 15641 .lune,2005 Page 6 of 6 P NORTHSiDE II PROJECT CATHODIC PROTECTION FORT WORTH,TEXAS FOR PIPELINES SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM PART GENERAL 1.01 SECTION INCLUDES Requirements for magnesium anodes to cathodically protect bar-wrapped concrete cylinder pipe (AWWA C-303), polyethylene coated ductile iron pipe or dielectrically coated steel pipe. A. Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test the required cathodic protection system components for the exterior surfaces of the Northside lI Water Main, Phase II. The work shall be performed in accordance with the provisions of the specifications, applicable plans, codes and standards, and subject to other terms and conditions for the project. B. Cathodic protection components shall be as shown on the project drawings for the Northside II Water Main Extension Project, Phase II. The cathodic protection system shall include but not be limited to the following- 1. Materials and installation. 2. Post-installation survey. 3. Final Report C. Applications: Required applications of cathodic protection include buried water piping '! and appurtenances. References to concrete cylinder pipe shall be interpreted as bar- wrapped AWWA Type C-303 concrete cylinder pipe. r 1.02 REFERENCES A. NEC 70 -National Electrical Code B. NACE RP-0169-96 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 —Thermoplastic-Insulated Wires. D. UL 486A—Wire Connectors and Soldering Lugs for Use With Copper Conductors. 1.03 QUALITY CONTROL A. Installer Qualifications: Cathodic protection installer shall have a minimum of 5 years of documented experience in the type of cathodic protection work required for the project. June, 2005 15642 Page 1 of S NORTHSIDE II PROJECT CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for installation of anodes, field splices, and thermite welding. All testing shall be completed by a MACE International certified corrosion technologist. C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features -* shall determine exact locations. Contractor shall note other existing utilities in the area. Care shall be taken during excavation not to damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. PART 2 ANODES 2.01 SACRIFICIAL ANODES-MAGNESIUM A. Magnesium Anodes: 32-pound, prepackaged, high potential magnesium anodes shall be used. The metallurgical composition of the magnesium anodes shall be as follows: Element Percent Composition Aluminum 0.01 Maximum = Manganese 0.50 to 1.3 Copper 0.02 Maximum Nickel 0.001 Maximum Iron 0.43 Maximum Other- (each) 0.05 Maximum Other- (total) 4.30 Maximum Magnesium Balance B. Magnesium Anode Current Capacity: Magnesium anodes shall have a current capacity of no less than 500 amp-hours per pound of magnesium. .. C. Anode Backfill Material: Chemical backfill material shall be used around all galvanic anodes installed. Backfill shall provide for a reduced contact resistance to earth, provide for a uniform environment surrounding the anode, retain moisture around the anode, and .� prevent passivation of the anode. 1. All galvanic anodes shall come prepackaged in a backfill material conforming to " the following composition: a. Ground hydrated gypsum: 75 percent b. Powdered bentonite: 20 percent C. Anhydrous sodium sulfate: 5 percent. 2. The backfill shall have a grain size such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 3. The backfill mixture shall completely surround the anode within a cotton bag_ 4. For standard cast magnesium ingots, the weight of backfill required shall be as follows: June,2405 15542 Page 2 of 8 NORTHSIDE 11 PROJECT CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES Anode Weight Backfill Weight Total Weight (Pounds) _(Pounds) (Pounds) 32 58 90 D. Anode Lead Wires: 1. The standard lead wire for a magnesium anode shall be a 20-foot length of No. 12 AWG solid copper wire with type TW insulation. E. Lead Wire Connection to Magnesium Anode.- 1. node:1. Magnesium anodes shall be cast with a galvanized steel core with the weight of the core not to exceed 0.10 pounds per linear foot. 2. One end of the anode shall be recessed to expose the core for the lead wire connection. 3. The lead wire shall be silver-soldered to the core and the connection fully insulated by filling the recess with an electrical potting compound. 2.02 SPLICING TAPE Tape used for taping anode lead wire to anode header cable connections shall be Scotch 88 vinyl electrical tape and Scotch 130C rubber splicing tape, as manufactured by Scotch, 3M, or approved equal. Taped splices shall be covered with a coating of Scotchkote electrical coating. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression cnrnpit Catalog No. YC10C10 as manufactured by Burndy or approved equal. " 2.04 ANODE HEADER CABLE Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (Black). 2.05 TEST STATIONS A. The test stations shall be seven terminal, flush-to-grade, type NM-7 with cast iron lockable lid as manufactured by C. P. Test Services or approved equal. B. if the area is not paved, the test station shall be installed in a G" x 24" x 24" square concrete pad. June,2005 15642 Page 3 of 8 NORTHSIDE It PROJECT CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. B. Two shunts are required in each test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be 412 AWG stranded copper cable with type THW insulation (white). 2.08 PERMANENT REFERENCE ELECTRODE A. The permanent reference electrode shall be a copper/copper sulfate Pennacell as manufactured by Corrpro Companies or approved equal. & The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HfviWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimzun design life of 15 years and a stability of 5 millivolts under a 3.0 microamp load. 2.44 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the f6flowing sections. A. Charges and Molds. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials_ B. Weld Coating. Coating for all welds shall be Kop-Coat as manufactured by Carboline or approved equal. The coated weld shall be covered with a plastic weld cap. PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.0I INSTALLATION OF SACRIFICIAL ANODES - A. Number of Anodes and Location shall be as indicated on the project drawings.. B. Placement: Each anode shall be installed vertically in an 8 inch diameter by 10 foot deep hole as shown on the project drawings. Centerline of the anode shall be a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right- of-way as far away from the waterline as possible. .Tune,2045 15642 Page 4 of 8 NORTHSIDE II PROJECT CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES C. Anodes shall be installed on l 0-foot centers. D, Augured Hole: The hole diameter shall easily accommodate the anode. E. Backfilling- After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum �r depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as f' indicated on the project drawings. G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.0? INSTALLATION OF PERMANENT REFERENCE ELECTRODE two A. Location: One permanent copper/copper sulfate reference electrode shall be installed at each anode groundbed test station and at each isolating flange test station_ The permanent reference electrode shall be within 5" of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recornmendations B. Placement: The permanent reference electrode shall be placed in the sairie ditch with the waterline and carefully covered with the same soil as the pipeline backfill. C. Lead Wire: The permanent reference electrode lead wire shall be protected during backfill operations and routed to the test station along with the waterline test leads and anode ground bed cables. 3.03 INSTALLATION OF WIRE AND CABLE A, Depth: All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of C inches from other underground structures. B, Anode Header Cable; Each anode lead wire shall be connected to a #10 AWGIHMWPE rheader cable which shall be routed into a flush.-to-grade test station. C. Anode Lead Wire To Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings. rD. Anode Connection-To-Pipeline: Each group of ten (10) anodes shall be connected to the pipeline through a test station. Each group of ten anodes will be divided into two groups of five (5) anodes. Each group having it's own header cable routed to the test station. A 0.01 ohm shunt shall be used to connect each anode header cable to the pipeline as shown on the project drawings. June,2045 15642 Page 5 of 8 NORTHSIDE II PROJECT CATHODIC PROTECTION PORT WORTH,TEXAS FOR PIPELINES E. A 3" wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable Buried Below"shall be buried at a depth of 18"below the surface and along the length of _ all cathodic protection cable trenches. 3.04 TEST LEAD WIRE ATTACHMENT A. Test lead cables shall be attached to the pipe by thennite welding.. B. The pipe to which the wires are to be attached shall be clean and dry. C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the tank over an area approximately 3 inches square. The surface shall be cleaned to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No. 12 AWG size shall use a copper sleeve crimped over the wire. _ F, The metal disk shall be placed in the bottom of the mold. G. The cap from the weld charge container shall be removed and the contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held hrrnly in place until all of the charge has burned and the weld has cooled slightly. I. Remove the thermite weld mold and gently strike the weld with a hanuner to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with Kop-Coat. The coated weld shall be covered with a plastic weld cap. 3.05 FLUSH-TO-GRADE TEST STATIONS A. Flush-to-grade test stations shall be installed as shown on the drawings. Test stations shall be installed in a G"x 24"x 24"square concrete pad. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be teff to allow for withdrawal of the terminal board a minimum of 12" above time top of the concrete pad for test purposes. June,2005 15642 Wage 6 of 8 NORTHSTDE II PROJECT CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES 3.06 POST INSTALLATION BACKFILLING OF CABLES A. General: During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.07 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION SYSTEMS A. General: As soon as passible ager the cathodic protection equipment has been installed, the system shall be inspected, energized and adjusted. B. Energization: The energizing of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrosion control standards set forth by NAGE International and/or AWWA. C. Method: The Corrosion Engineer shall: 1. Measure native state structure-to-soil potentials along the waterline using the permanent reference electrodes at each anode groundbed test station prior to energizing the cathodic protection system. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline leads in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 3. Allow 2 weeks for the pipeline to polarize. 4. Adjust, if necessary, the cathodic protection current output in each anode test station to satisfy the criteria of a minimum of 100 millivolts of polarization or an "Instant Off'potential at least as negative as -850 millivolts CSE. €. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. 8. Verify that interference does not exist with foreign structures. Perform joint tests with owners of the foreign structure and mitigate any interference detected. Foreign line test stations have been provided to facilitate the interference testing and installation of any necessary resistance bonds. It is the corrosion engineers responsibility to coordinate the interference testing with the owners of foreign structures. D_ Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post-installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E. Equipment: All cathodic protection testing instruments shall be in proper working order and calibrated according to factory specifications. June,2005 15642 Page 7 of 8 NORTHSIDE II PROJECT CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES F. Report: The results of all commissioning procedures along with documentation of anode groundbed current outputs, pipe-to-soil potentials, results of interference testing, results of insulated joint tests and as built drawings shall be compiled in a final report and fiiraished to the owner along with operating and maintenance instructions. END OF SECTION June,2005 15642 Page 8 of 8 -PART F- BONDS - UNITS 4 & 5A ACO,D, CERTIFICATE OF LIABILITY INSURANCE 09/02/z a PRODUCER (214)739-4800 FAX (214)987-1955 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Mondics Insurance Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8235 Douglas Ave. , Ste 828 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Dallas, TX 75225 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# ,NSURED Oscar Renda Contracting, Inc. INSURERA: USF Insurance Company 522 Benson Lane INSURERS: United States Fire Ins. Co. lRoanoke, TX 76261 INSURERC: American Home Assurance Co. 1 INGUREP07 St. Paul Surplus Lines Ins.Co. INSURER E: CQVgAAQE§ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDIN, ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR 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 ADIYL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLIOY EXPIRATION LUMRS InLax) GENERAL LIABILITY TSR104850 03/01/2005 03/01/2006 EACH OCCURRENCE S 11000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100.00 CLAIMS MADE 7 OCCUR MED EXP Icy one person) 5 5,00 A PERSONAL&ADV INJURY S 1,000.00( GENERAL AGGREGATE $ _ 2,000,00( GN'L AGGREGATE LIMP APPLIES PER PRODUCTS-COMPIOP AGG S 2,DDD,0D POLICY X Jt"Cai LOC AUTOMOBILELIA&LITY 133-720010-1 03/01/2005 03/01/2006 COMBINED SINGLELIMIT X ANY AUTO (Ea acadent) 5 11000.000 ALL OW NEO AUTOS BODILY INJURY S 6 6CHEOULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY S !� X. NON.OWNED AUTO3 {'Per acatlern} PROPERTY DAMAGE 5 {Per acodenl} GARAGE LJABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN E°ACG 5 AUTO ONLY: AGG S EXCESSIUMBRELLA LIABILITY 03/01/2005 03/01/2006 EACH OCCURRENCE S 10,000,00( —X-1 OCCUR ❑CLAIMS MADE QZ0682 5OZ 1 AGGREGATE 5 10,000,00( D rod/ICompOps S 10,000100( EDEDUCTIBLE S X RETENTION S 10.000 S WORKERS COMPENSATION AND 328-42-891 11/01/2004 11/01/2005 X WCSTATU• OTH- EMPLOYERS'LIABILITY E.L.EACH ACC[DENT S 1,000.00( C ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L DISEASE-EA EMPLOYEE 5 1,000, DD II yes,descnbe under SPECIAL PROVISIONS Gatow E.L.DISEASE-POLICY LIMIT 5 1,000,00( OTHER DESCR moiv of OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDEO BY ENDORSEMENT/SPECIAL PROVISIONS 08-Northside II Mater gain Extension Phase II, Section B, Units 4 and 5A. The City of Fort forth, its officers, employees and servants are Additional Insureds on the general liability and uto liability. Additional Insured status is provided under the umbrella policy as the policy allows Form. Waiver of Subrogation in favor of same parties applies to the workers' :ompensation policy. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE. EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Fort Worth 30 DAYS WRfTTEN NOTICE To THE CERTIFICATE 14OLDER NAMED TO THE LEFT, Engineering Dept. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1900 Th rockmorton Street OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Fart Worth, TX 76102-631.1 AUTHORIZED REPRESENTATIVE Sohn Mondic$ EDG ``AIII '' ;ACORD 25(2001108) CACORD CORPORATION 1988 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 t �, workers' compensation insurance coverage For all its employees employed on city of Fort Worth Department of Engineering No.3637/4089 and City of Fort Worth Project Number P254-05021400229831P254-0502140023083 Oscar Renda Contractors,Inc. CONTRACTOR By: 772—�— ��� — �t C- ��iZ6 s 0 4 c V.7— Title los Date s STATE OF TEXAS COUNTY OF TAR-RANT BEFORE ME,the undersigned authority,on this day personally appeared g-en, 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 Oscar Renda Contractors Inc.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN CINDER MY HAND AND SEAL OF OFFICE this.1_day of . 200 Notary Public in and for TOR! S}iERMAN the State of Texas tI�TAt!'!Pi�i7C SLATE 4F RUB carw�ssio�Exv�xes ��` .ftli�lE< 23, 2008 ERREMNAMs 3 _ BOND# ERF8792187500 THE STATE OF TEXAS � �NOW ALL BY TUFSE PRESENTS: COUNTY OF TARRANT § Fidelity and Deposit Company of Marytand Tial we(1) ftpr 1Rdi Coni ct�An�r. as Ytincipal herein, and (2) Colonial American Casualty and Surety Company a corporation vrgauize-d under the laws of the State of(3) MR eland and Who is . atuhorized to issue surety bonds in the State of Texas, Surrty hared, are laid and 5rnsly bound unto the City of Fort Worth,a utunictpal curporatiou located in Tarrant and Denton Counties,Texas, Oblrgcr_her,cir� In the sum of. TUM KML ON 51VEN H M-yIqJT f7Ur ND N[1nDLA",�IQIt�f4_.__��...___.,. Dollars[S3,70,999,001 for the paymttat of which sum we bind ourselves,our heirs,executors,administrators, success=and assigtrs,jointly and severally, fmly by ihcse present.. WHF'RFAS,Principal has ratemd into a certain written contract with the Obligee dated the of 25 a copy of which is hereto attached and rnude a parr hereof for all purposes, for the construction of. NQRJ_t1SnDt U WA.T 1Z—LUN KXTEySjQy PRA- Q, EC ON B UKLTS d A"5A NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the pians, specifications, and contract doe went& and shxfl folly mdemnify and hold harmless the Obligee from all costs and damps wbich Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in nnaldn,g good such default, then this obligation shall be void;otherwm, to remain in HI force end eft;ncL PROVIDED, HOWEVER, that this bond is executed ptnuanr to C iaptcr 2253 of the Texas Government Code, as amended, and ell Labiiities on this bond shall be detxrmined in accordance with the provi.9ioas of such statute,to the sane extent,as if it wore copied at length herein. IN WITNESS WHEREOF, the duly authorized reprrsentarives of the Principal and the Suety have executed this instnsment- SIGNED AND SEALED flys�day of ,2t 5_ a ATTEST: --:-�r Oaf Redd antr-st�,,IdC. (Principal)Secrcuuy PUNCXPAC�� BY: (SEAL) Title. Frank Renda, Vice--President 522 Bctason Lame M1 n Roaookt,TX 1§162 Witten as to Principal Fidelity and Deposit Company of Maryland. Colonial American Casualty and Surety Company Surny BY: Name: Dianne E. Cass ATTEST- 1 (Rttorney-m-fact) Address. 8235 Douglas Ave. , STE 828 tg�t Witness to Sur y Dallas Texas 752Z5 (SEAL) Telephone Numbtr_214/739-4800 Witness as to Surety NOTE: (1) Correct name of Principe!(Contractor)- (2) Correct name of Surety. (3) State of incotporabon of Surety TrIcphone number of surety must be stated. In addition,an original copy of Power of Attamey shall be attached to Bond by the Atiorucy-in-Pact_ The dace of the bond shrill not be prior to date of Connut. r w Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S r2aryland,by FRANK E. MARTIN]R.,Vice President,and GREGORY E.MURRAY,Assistant Secreta i u thorny granted by Article VI,Section 2,of the By-Laws of said Companies,which are se se s f and are hereby certified to be in full force and effect on the date hereof,do co d ohn L.MONDICS, Arnim I.GERSTENMEIER and Dianne E.G L9 , e and lawful agent and Attorney-in- Fact,to make,execute, seal and deliver ° t Alf act and deed: any and all bonds and undertakings,EXCEPT b d 10 de i t s,Community Survivors and Community Guardians. and th o c b s gs in pursuance of these presents,shall be as binding upon said Companies,as fully purposes,as if they had been duly executed and acknowledged by the regularly elected o rya C ny at its office bi Baltimore,Md., in tbeir own proper persons. on The said Assistant does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY '4' DUOS, POS£ SEALw.w = v � liN a..r.s� By: Gregory E. Murray 4ssisfanl Secretary Frank E. Martin Jr. mice President State of Maryland ss: City of Baltimore On this 251h day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commtsstoned and qualified, came FRANK E. MARTIN ]R., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN r' CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Q4�H,g R.ki}any Dennis R. Hayden Notary Public My Conunission Expires: February 1,2009 POA-F 76&-0055A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2.The Chairman of the Board, or the President,or any Executive Vice-President,or any of the Senior .. Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." sm EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY OR "Article Vl, Section 2. The Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the.Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attomeys-in-Fact as the business of the Company may require, or to •"q authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recogmzances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." NN CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who ., executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. "I RESOLVED, "That the facsin-ule or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of At Asarsrattr S�crerery 1 0 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland,Colonial American Casualty and Surety Company,Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following intornmtional disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The prep I'=charge for risk of loss resulting from acts of terrorism(as defined in the Act under this bond is $_waived! This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk insurance Act of 2042, we have made available to you coverage for losses resulting from acts of terrorism(as defined in the Act)with terms,amounts,and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2402 establishes a mechanism by which the United States government will share m insurance company losses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an annual aggregate deductible. For 2602,the insurance company deductible is I%of direct earned premium in the prior year; for 2403, 7%of direct earned premium in the prior year; for 2004, 10i% of direct earned premium in the prior year; and for 2005, 15%of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%.In the event the United States government participates in losses,the United States goverrunent may direct insurance companies to collect a terrorism surcharge from policyholders. ne Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed$144 billion in any one calendar year. Definition of Act of Terrorism The Terrorists Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: _ L to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life,property or infrastructure, 3. to have resulted in damage within the United States,or outside of the United States in the case of an air carrier (as defined in section 44102 of title 49,United 17 States Code)or a United States flag vessel (or a vessel based principally in the United Sues, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States),or the premises of United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But,no act shall be certified by the Secretary as an act of terrorism if the act is committed as pari of the course of a war declared by Congress(except for workers' compensation)or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 r Ili4n4r 11Ilice ;i411I�r:1s{i!.}?i4r� �tiltiiis4li'c..h7l1 "Ir'.I I M'ORT T NOT]CE To obtain information or wake a complaint: rYou may call the Fidelity and Deposit Company ofM�}land Colonial American Casualty and Surety Company, and/or Zuricb American Insurance Company's toll-tree telephone number for r information or to make a complaint at: pw 1.800-654-5155 You may contact the Texas Department of h3surance to obtain information on companies, coverages,rights,or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: ! P.O.Box 149104 Austin,TX 78714-9104 FAX#(512)475-1771 PRENII[M OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial r American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLIC)': This notice is for information only and docs not become a part or condition of the attached document. f tAYMEONI) BOND# PRF879287500 TIDE STATT'.OF TEXAS KNOW ALL BY THESE PkESENTS- rmidelity and Deposit Company of COUNTY OF TARRANT Mary-landlCotonial American Cesnalty and Surety Company Thai we (1) Uttt+t�r Rema Centgctors, litzc.a& Principal harm, and (2) a corpora non orgaruttd and existing tinder the laws of thr State of(3)_MD as surety, art ktd and fir-mly bound unto the City of Fort Worth, a municipal corpomwin located m Tarrant and Denton Counties, Texaf, Oblxgcc berew, ui the amount of�F3�EE ILC IU[V SEYEtV HUND ZrIC1FITY- CGHT TH(3USA1�fi N TY MdP4.......................Dollars (PJ88,0 .00) for the payment whereof, the sand Principal and Surety bind themselves and their heirs, executors, admrnisp awn, successors and assigns,jointly azrd severally, Firmly by these Presents: WliEREAS,the'Principal has entered into a Certain written contract with the Obligee dated the_ _day of A D. ,x005 which contract is hereby referred to and made a part hereof as if fully and to [be same extent as Lf copied at length,for the Mowing project: RTSID T7 WA7 ER MAl4N EXTT�[VSIOh1 PSASF ISE_ CTIDiYLr31ViTS 4 AND 5A NOW, TITEREFORE, THE CONDITTON OF TMS OBLIGATION IS SUCH, that if rbc said principal shall buthlFally ttiakt,payment w+each and e■cry cWmant(as defined in Chapter 2253,Tetras Govcrnrxtcat Code, as amended)supplying labor or matra-tals in thn prosecution of the work Rader thn contract,then this oblig®tion shall be vokd,otherwise,to remain in full farce and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Tm s Goveramenr Code, as amended, and all habilitica arta this bond shall be fitter omcd in accordance with the provisions of said statute,to the same extent as if it were cop ted at length here La. ild WITNESS WBEREOF. the duly authonzed representatives of the Principal and the Surety have rxccuted this insTumcnt SIGNED AND SEALED this day of Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the .,, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aryland,by FRANK E. MARTIN JR.,Vice President,and GREGORY E.MURRAY,Assistant Secreta thority granted by Article VI,Section 2,of the By-Laws of said Companies,which are se �. se st f and are hereby certified to be in full force and effect on the date hereof,do ,co d ohn L.MONDICS, Arnim 1.GERSTENMEIER and Dianne E.G e e and lawful agent and Attorney-in- Fact,to make,execute,seal and deliver aIf act and deed: any and all bonds and undertakings,EXCEPT b 10 de t to s,Community Survivors and Community Guardians.. and th o c i b s gs in pursuance of these presents,shall be as binding upon said Companies,as fully purposes,as if they had been duly executed and acknowledged by the regularly elected off C ny at its office in Baltimore,Md.,in their own proper persons. The said Assistant does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLON'Ai. AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY BEA rna By: do Gregory E. Mrlrray Assistant Secretary Frank E.Marlin Jr. Vice Presider+ State of Maryland Ss: City of Baltimore On this 25th day of August, A.D. 2404, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. s IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Sea] the day and year first above written. De" Dennis R. Hayden Notary Public My Commission Expires: February 1.2009 POA•F 168-0055A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2.The Chairman of the Board,or the President, or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Cornmittee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizanees, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,..and to affix the seat of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2.The Chairman of the Board,or tate President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recoagi7ances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,.-and to affix the seal of the Company thereto." T CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate maybe signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimle or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant 'Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY'WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of Assistant Secretary w ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland,Colonial American Casualty and Surety Company,Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are malting the following informational disclosures in Compliance with The Terronsm Risk Insurance Act of 2042. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism(as defined in the Act) under this bond is $_ _waived This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002,we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with,terms,amounts,and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an artmual aggregate deductible. For 2042, the insurance company deductible is 1% of direct earned premium in the prior year; for 2043, 7%of direct earned premium in the prior year; for 2444, 10%of direct earned premium in the prior year; and for 2005, 15a/a of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%, In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in • terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States. 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life,property or infrastructure; 3. to have resulted in damage within the United States,or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49,United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States,on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But,no act shall be certified by the Secretary as an act of terrorism if the act is committed as pari of the course of a war declared by Congress(except for workers' compensation)or property and casualty insurance losses resulting from the act,in the aggregate, do not exceed $5,044,004. These disclosures are informational only and do not mollify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 0 _ llrrnis rlrr;c s'�!t+l�cr,n++il- f;tud f3,alriirerc Q�la -'I�'1 cJ 71� EYWORTANT NOTICE To obtain information or make a complaint_ You may call the Fidelity and Deposit Company of Maryland., Colonial American Casualtyarid Surety Company,and/or Zurich American Insurance Company's toll--free telephone number for information or to make a complaint a3:: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages,ruts,or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance:. P.O.Box 149104 >!' Austin,TSL 78714-9104 FARC# (512)475-1771 r PRE WUM OR CLAIM DISPUTES: Should you.Dave a dispute concerning the premium or about a claim,you should first contact Fidelity and Deposit Company of Maryland or Colonial " American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Departmeat of Insurance. ATTACH THIS NOTICE TO YOUR PGLICY; This notice is for informatiou only and does P0 ❑ot became apart or condition of the attached document. M&I.NTEN&NCE BQ3 D BOND# PRF879287500 THI STATE OF TEXAS COUNTY OF TARRANT Fidelir}and Deposit conipany of KNOW ALL OvIIEN BY THESE PRESENTS.- Mar;yland/Colonaai A ineriean Casualty. That Oscar Read9 ;�pptrYctor�, Inc.(Co'rttractor), rig pruycip4 Arid anti Surety Company corporation mgznized hinder the laws of the Stateof MD (Surety), do hereby acknowledge themsaives to bac held and bound to pay unto the City of Fort Worth, s Municipal Corporation cbartered by virtue of Constitution and laws of the Stitt of Texas,("City")in Tarrant County, Texas the sum of THREE M LLION EVEN [RLNDR&D EIGHTY- IGIcIT T[I[IUSAND > k rSNi1 OQ _..,,,...,,i?ollers [ ,78R,D9[l-U) lawfid inoney of the United States, for payment of which sum well and truly be made titrate said City and its successors, said Conu-actor and Surety dna hereby bund thernselvcs, their heirs, execut.or93 adrnanistratoM esatgns and succossots, joindy and Severally- This obligarioo is conditioned,however that, SAS,said C©nttartor Inas entered into a wmmn Contract wit)i the City of Fort Worth, dated the day of 10 �oopy of whicb is barmy attached and made a part hereof,the performance of the fallowing Cp 11 f. described public iwprovcmeAus: NQ'R'EH„SIDE_It WATER MA[N F-X'X'EN'SION PU,ILSE CI,SECI'IQN R.CE�[ T54 AND 5A, the same bo* referred to herein and in said contract as the Work and being dest hated as proaect P264- 460s&4tl4Z2983(��•f-46021 d 3093and said contract, including all of the speciticatioas, conditions, addenda, change orders and written irotrurnctxts refitted Io tbCretn as CararMLt Documents being incorporated herein and made a part hereof,and, WHEREAS, in said Contract,Contractor bunds'atsclf to use such niatenals and to so coustruct the work that it will remaw is good repair and condition for and during a period of after the dart of 1,!a t'2]_Years after the date of the final accepmnce of the work by the Ciry,and WYI-(EREAS,sand Contractor binds itself to rnaintam said work in good repair and candibon for said term of Two 2 'Pira;and, WHEREAS, said Contractor binds itself w repair or rccon-itruct the work to whole or in part at any Lime within said period, if in the opinion of tbo Director of the Water Dcparement of the City of.Fort Worth, A be necessary;orad, WHEREAS, said Conwictor binds itself, upon recelving notice of the need thcmfore to repair or recootruct said work as berdin provided. NOW THEREFORE, if said Con"aor shall keep and perform its said agr"ment to maimretn, repair or recoustruct said work ih accordance with all the terms and conditimu of said Contract, these_+resenta s,ba11 be null and void,and havo no force or effect, (Xbcrwise this Bond sball be and remain in full force and effect,and the City shall baavo and recover from the Contractor and Surety damages in the pternises prescribed by said Contract. This obligation slae.11 be contiou ag one and successive recoveries may be had hereon for successive breaches until the full atrlount hereef is exhaaustrd. IN WITNESS WTOREOF, this msiru ntnt is exccumd in 8 cnuntcrparu. each one of which shahh bt d"mcd as oripun , this day of A-D. 2f105_ ATTEST_ ;P 0 G i U'3 (SEAL) 0,j4xr_Reads Cnntr;ctpFs,Ioc. Con for 011 8 ` -44/04J—"- -- Secretary Name.---Frank Renda Tida s id en t ATTEST: Fidelity and Deposit Company of Maryland (SEAT..) Colonial American Casualty and Surety Company • Surety BY- A�w OR Witness o 5O uret Name: Dianne E. Gass Title: Attorney—In—Fact 8235 Douglas Ave. , Suite 828 Dallas, Texas 75225 i Address • Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S avlaryland,by FRANK E. MARTIN JR.,Vice President,and GREGORY E. MURRAY,Assistant Secreta in uthority granted by Article Vl,Section 2,of the By-Laws of said Companies, which are se se si f and are hereby certified to be in full force and effect on the date hereof,d ,co d ohn L.MONDICS, Arnim I.GERSTENMEIER and Dianne E.G e # and lawful agent and Attorney-in- Fact,to make,execute,seal and deliver alf act and deed: any and all bonds and undertakings,EXCEPT b s 10 de t to s,Community Survivors and Community Guardians. and th p o c b s gs in pursuance of these presents,shall be as binding upon said Companies,as fully purposes,as if they had been duly executed and acknowledged by the regularly elected of C ny at its office in Baltimore,Md.,in their own proper persons. The said Assistantre does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL • AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D.2004. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Fra2pvfP�s�f p■ e %Wr ro gem /7 By: UU Gregory E.Murray Assistant Secretary Frank E. Martin Jr. Vice President State of Maryland ss: City of Baltimore On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instnument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Sea] the day and year first above written. �w�tiy5 R kf}8�� to A '0 * Dennis R.Hayden Notary Public My Commission Expires: February 1,2004 r POA-F 168-0055A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI,Section 2.The Chairman of the Board,or the President, or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries,to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company rnay require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto," EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2.The Chairman of the Board, or the President,or any Executive Vice-President,or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attomeys-in-Fact as the business of the Company may require, or to •F authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." i CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Hoard of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the lath day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RES0I,VEI7, "That the facsimile or mechanically reproduced seal of the company and facsimile nr mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shalt be valid and Finding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals ofhe said Companies, this day of s EP o � At Assistant Secretary 0 ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company,Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism(as defined in the Act)under this bond is $—waived!. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002,we have made available to you coverage for losses resulting from acts of terrorism:(as defined in the Act)with terms,amounts, and limitations that do not differ rnaterially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism(as defined in the Act)after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is I% of direct earned premium in the prior year; for 2003, 7%of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15%of direct earned prem.iurn in the prior year. The federal share of an. insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from. policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed$100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism"as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2, to be a violent act or an act that is dangerous to human life,property or infi-astructure; 1 to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49,United 17 States Code)or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States),or the premises of a United States mission;and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as ars act of terrorism if the act is committed as part of the course of a war declared by Congress(except for workers' compensation)or property and casualty insurance losses resulting from the act,in the aggregate,do not exceed$5,000,004. These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 s ficklity Lind Depo-c-Jl comp-,111leS Home bffil;e: 01 h J LL,wiJ, I'It iad ti;d0inure MJ� ''f 2 11 M IMPORTANT NOTICE To obtain information or mahe a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for mformation or to make a complaint at: 1-800-6554-5155 You may contact the Texas Department of Inmrance to obtain information on companies, coverages,rights,or complaints at: 1-800-252-3439 s You may write the Texas Department of Insurance: P.O.Box 149104 Austin,TX 78714-9104 FAX# (512)475-1771 PRE MHTM OR CLAIM D SPLTTES: Should you have a dispute concerning the premiurn or about a claim,you should first contact Fidelity and Deposit Company of Maryland car C010nzal American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLTC7': This notice is for information only and does not become a part or condition of the attached document. r r rPART G -CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT § r THIS CONTRACT, made and entered into the day of ,2005and 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 Oscar Renda Contractors, Inc.the City of Roanoke County of TARRANT and State of TEXAS, Party of the Second Part, hereuiafler termed F "CONTRACTOR" ra WITNESSETH: That for and in consideration of the 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: w ir NORTHSIDE I I WATER MAIN EXTENSION PHASE IL SECTION B UNITS 4 AND 5A 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 fumish all the materials, supplies, machinery, equipment, tools, superintendent, labor, bonds,insurance, and other accessories and services necessary to complete 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 P are made a part hereof and collectively and constitute the entire contract. f r r 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 submittcd 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. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in 8 counterparts in the year and say first above written. City of Fort Worth Texas Owner ATTEST: Party of the First part BY: Marc A.Ott, Assistant City Manager City Secretary ��— C/,C Contract Authorizotiote (Seal) Q1it WITNESSES: Oscar Renda Contractors, Inc. 522 Benson Lane Roanoke,TX 76262 Contractor By: Title: YF L C-- }A� APPROVED; 4City d as to F nn and L ality: A. Douglas Rademaker, P.E. Director e Departmentof Engineering i 4 l L 001b aT � ' -PART H- APPENDIX - STANDARD FIGURES & DETAILS Pay, ing Or Other urf ace Mater ia I ;div .• /1 S• s�J'�' •: ! •• ,•p��f :� .^..;�••+;' + • �. ti• -0 ay'. r �r ''!�-'.'4!� 1� �-T 1�� Roadway Ba 7e i N if Valve ooerating Nu'- is Vore Than " Below Pa,,-a- r ent Surfac - Prov i& :xtens ior, St n To 1 ` glow McKinley iron and Steel CO., r°avement Sur °ce. I I No. Y65 three piece valve box Or equal . 3 L • etail Pertains to Al ; Gate Valve ate Valve Sizes 4" T� 1211 Torque bolts prior to backfill . TYPICAL GATE VALVE AND BOX, EXTENSION STEM DETAIL FIGURE 3 E 1-3011aterial 1-1-78 E 2-14 Construct ion 1 •:":.: may. } UNEWON TARE. Ya(YI tIf A a C0 L f G M 1 [ 1 I - 161 Io"26'• I 1"I2" 51 1l®" 2"46" 12"11"24'• 1 t 16 : (b '�'^Y •'" .� 10•' 72" it- 12"12'• 56 illi", t..S4., ,Z,.t2.,24. ,S.;v. i r'•. . 2i^• i6'" 14+•!1" IS" b4 llb" ,•'60" 18'•I►' ]0'• Iy}., 14" Ee k �+i.•AIAa I 1•., •, ,:�,.•,+ ••�. IV Ss" 12'• 12"12'+ as S7$" I!] S•°b6" '•I&- 3C'20•' ]a-.tl.. 9a Vt6" 4'" 77" i$'" 18+" ]6"=4•' if.. ?iQ" �2•. 1y+ iii'" IS" 9" 147 1141. S..IP 14"t7.36'30"-'i'. ` d1i•::,o. sJ ib. ]6" L,•!4" I4 It 1 A —$� is t.• `.�:IQ� � 54,. 16" 'p, 'T' wk t42 In-, ]'�••24"11'•Ae'•',6.- t Mosnr pont art ba"a C.n Qarfin.T 7alrr ;,•sem+ l • 1 fir., H�I Jr A.d,114. [e. 0•a.:ng 40. 5141, d.tl ea )-:.Sgr revised$-1 t.10. I(t•• Ala ..lex aIA, inn• ••fl: 1, 1 ��: 'r'I ._3 ara aAlea on (4441-1 NO, +0, 41-4q% 20 110 vre rrlve dirrnsier.l rre:alro an D tl, �...�_` •.Q.�,: MP, yi-!}ISM, artrd ri-11-70. A• — ! ;^• ,1 CONCRETE TOP VIEW, LESS MANHOLE 1 COVER AND RIM INSTALLATION C r1 NO- 4 MARS, E'Stc (TYP) SEE MOTE SJ - SEE NOTE 4 NO. 5 5AR5, 12' '.+t (TYP.) SCC t:OTC f ZOMIN. !r' - MOTES a' Ea..r. -�_i MO, a 0AR4r !7' %a 1 I4"nMp" ftlr{wvtSh IsanPard 316 1a, annPie:a,rr t ;-C:65I>rN IRT ---. r..0 d • .. ri kw(hP Mrd"V.tY[iP•Cart Fn 2-firth '.riCrr r. N O. A G A R 5, 6' ala 6y d"45Y1*R(TYP}- +I 2, Yalre'Aylt 114a rat T% [hall be areCast rci•1vtcd will aflOO- REVrI� li4• '-iJ'Mr N•I'I° , ta.0 rrre etw of the Sengur •r-a 7raasr de%i in• 2-eWe) LOHCRLTrE y'IIAI.''+' *Aron.[tM rae++lre.rnis of A,S,x.r- L-76, CIar1 YR} 111.tlf fauai, Wtnq U..11-Nle OIAIt lC real. dr red-:..- 1 o are 2Sal1 relnlxcc7 cont•ate .ie•S' rally, CanA faN wal is rhA11 pe re.•forCrl rich `1 -4 04vtar bars. tPasso 6"L/e Mari ta9l al tr and + fill arc rlrt;Cal IT- pa.rrxd-;+-.place tanera're ■trd I�r ha.r'"11r4t wr faaa rr,bb ing;' •r %parifICd in 1-14.gatll Ml Lite LlPeral ccatrac[ 50C.r•entt 911 and S#wclllia[Iwj. SC'" 1fOTt M y. Manhafr trpD4. rich tr PEaiv1-sfiP .1�0-t, er Leal, 'E t1"al4 4e arP.idae for 42""gate.al.r1 rnd Idrgrr. 4000'AtiNM c4mc- The It sPt mall bt C 6Vl'!r yi'oS. i' dl er"ecer NInhPla. l i MARS 4-r✓C -�� -•--V 4+ fro-de ci rpo•ati4n a•d cure %top;i y •I 1Y' flow gacr,rnd of gate ralrrr at yrta,+a- �— �•l torPora;Ian And Cure %too ties% shall as 1" frr !e+', 20,aro 24"P[pt ror.•nal iiaaalar,: V. far pf . Qil t'• • 10", and larger die"-ltrrr. 2"Tarr xaali be awdx • Ln - _ ., -'E'• ra a a"" 116.9ad y tlrt, tdcs i.%.wtatrd aQptar I i-LOYER•{f Y/,} �•i��. 4,t. Endetr rt.*r• Ir.11 or ar0.14.4 fe[.•r+n ihr ,_• I+�la' -' `y " 1 t2'(TOP Car:. fJL Ion And c ria rtODS. C%F0 stop% %fall id MP { rpole Aa DA al f 'r�...• �' C9042(rA&Pf0) tnrTal led at an aixrAr ipn 11"Apv.a Rhe tap err- 4', 1.1 .t , Iava of.wit t"nt:n,a r'a4. or TYPO '!.. ' r'+ ,�y,r.: + + Tv I ak6rt �' y-}' . a t �1��-•: + S Vol tvrf nx C•ayhl.xt Pad, at $%Do$led br Srlatr '•• `• Fl*vt1C%rlaterl411 `."ll LPr"CmY, fort NOrEh, �• �rr rfrdr, of peaAf. • :+'� 6 4roat .4h sort ar!• _ _ f 1 J 011 i. It t1. a x,%A a, air 4i 60YN P A.:' ? Ofit!7 WAYS IN JISCON' coNCRCT[ +� , � .� a,%• -� SECTION A-A VAULT DETAIL FOR 16" AND LARGER GATE VALVE FIGURE 4 f i.-11. IN T(xi AES 1-1-78. E 71� EOMS=a%I ET IOM 6'' Lead from Mains. 1211 ani La r ge r t o Have Gate Valve Existing or Proposed Curb . '. Bottom Rest Concrete Blocking : r' � � • Concrete T + Blocking L _ Fire Hydrant 4 Main �. � ExerJ se care to avoid Plugging Drain Hole Wit'li Concrete - Existing or Proposed Curb Firc Hycrant to Pavement or Other Surface be Set Plumb Trench Z1_6. Basc 'Park�,ay Extension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum j C.F. Gravel 6"1 Fire Hydrant Proportionally Anchoring Coup- Lead Around Base -. ling for Connec- Aa'9 tion off of Can- Main e:a' c re to Pipe 1211 ' 1)iarr.etcr and d'o•. CDncretE 61ckiLar ; Ir Concrete Rest 1 12 .2}1 x 11 x G11 Bury Depth: (1) 31-6"' for Cast Iron Pipe Varus (2) 5'-0" for A-C Pipe Ref. Figure 6 STANDARD FIRE HYDRANT DETAIL MCA FIGURE 5 E1-12Co E2-12 Co ns F1Water Ma+n .. — + T Tee with Branch on O.00% Grade - c Water Main over or - under as the case Gate Valve may be Ring Connect !on C Lead Sleeve — 9O° Bend Tee, Rotate Rotate Down up or down or up as as necessary necessary Provide: Vertical Tie Down Block As Same size as smaller Necessary main PLAN Tee Water Main 904 Bend rotate as necessary Sleeve Pe Ring Connection Lead Tee rotate as necessary Provide tie down block as necesse ary SECTION TYPICAL RING CONNECTION FIGURE 8 E2-25 construction NOTE: Bearing Areas shown are based on 150 P.S. 1 ,G test pressure and 3000 P.S.P. soil bearing value. 10-71f1° rryy d f V, �q Plug r."- 9oa `��a�aV a Tee 1500## Concrete s Bend X11 �, •�•r� •p ��n 1500,?� Concrete HORIZONTAL BLOCKING TABLE Dimension "X" May Vary if Necessary To Provide Bearing Against Undisturbed Trench Wall ° Pipe X 110 - 151 220 - 30' 4590' Tee & Plug Size Dim Ft. "A" ie. " II reTl I a Vol Max slCil Areea VoI . I " Area Vol. j li 11ian. Max Vol 41' i .90 .$ .05 .95 .90 .05 .95 .90 .05 .91 .82 .05 1 . 16 .5 .05 6" 1 . S .90 .'8 .0 5 .90 .05 1 .05 1 . 10 .05 1 . 3 1 .99 .05 1 . 19 1 .41 .05 811 1 . 0 .8 .05 .95 .90 .05 1 .x+1 2.00 .05 1 .86 3.47 . l 1 1 .57 2.4 . . 1 100 1 .5 .90 .8 .05 1 .26 1 .60 .05 1 .79 3.20 . 1 2. 18 5.62 .2 1 1 .99 3.9 • 15 12" 1 . 1 .10 1 .2 .0 1 .48 P-30 . 1 2. 14 4 .50 .2 2.83 5.00 .3 1 2.38 5.65 .2 1 6" 2 1 .W 1. 2.OC . 1 2.00 4.00 . 1 2.8 8.0D .4 3.75 14. 10 .b r 3. 1 6 10.03 .5 2Q" 2 1 .77 3. 10 .2 1 2.54 6.20 .3 3.52 12.40 .6 4.70 .00 1 . 15 3.94 15 -55, .75 I 24" 2 2. 14 4.501 .253.00 9.00 .5 4.25 1$.10 .9S. 5 .65 32.00 1 .851 4.76 .60 1.05 +• 30" 2.5 2.66 7. 101 -551 3.78 14.20 1 .0 5.30 28.20 1 -751 7 .05 x 9-30 3.4 1 5.91 5.33 2. 1 6" 2.5 1 3.33 10.00 .751 4.50 20.40 11 .4 1 6.36 40.80 2.65 8.517 72.00 5. 1 7.2Q 51 .0{7 2.95 42" 2 13-801.2 7.60 12.2 8. 3D Ea.00 4.75 �.o 4. 8 18. 0 1.6 6.00 00 2. $.4$ 2:00 .4 1 1 . 1 4 126. 10,�+ 0 .0 .1-51 I 4.ocj2.5c4.00j6.70 145,00 7.00 L 9.40 8$00 01.00 1 3.00 1620 l 6,4 10.7 115 C0 12.00 NOTES: Minimum areas shown are in square feet. Volumes shown are in cubic yards . Vertical dimensions of all block bearing areas shall be identical to the horizontal dimension shown. E HORIZONTAL BLOCKING DETAIL E-i - 20 Material 1-1-78 FIGURE r�j 7 E-2-2-0 Construction NOTE: Trench width: es 1 . Pipe 24" i d. and sinal ler = 2411 or o.d. + 12" whichever is greater. 2. Pipe larger than 241, = o.d. of pipe + X 3. Cradle shall extend a min. of 61* beyond each side of pipe. 1500# Concrek Xf P Y, Bell Bell Bend Ne 11-0 RUBBER GASKET JOINT .. M.J. - M. i. Bed Main nc 1500# Concrete P Typ. MECHANICAL JOINT Main Bell-Bell Send 4, 1500:-Tu Concrete Typ. Keep a min. of BELL AND SPIGOT JOINT Note: When crqdle is clearance between shown or specified-, conc. and joints or for installation bolts on C. I . Pipe. on concrete pipe or in excess of P-0" the full joint MR as detailed. length of the pipe CRADLE DETAIL or fitting shal I t cradled. FIGURE 10 1-1-78 E 1-20 Materials E 2-20 Construction ru Class `�" (2500#) Concrete , A #4 Steel Bar ' � I t aFi I Keep concrete clear of pipe joints and bolts -APA Wrap pipe with "` 1.5# roofing felt p ; r Form as necessary r BENDS 900 450 221120 11 114° *Vol . Req'd. C.F. 39.99 21 .64 11 .03 5.54 A Ft. 2.50 1 .42 1 .0 0.75 6 B Ft. 4.0 3.88 3.36 2.75 -- C Ft. 4.0 3.88 3.36 2.75 *Vol . Req'd. C.F. 71 .09 38.47 19.61 9,85 A Ft. 2.83 1 .67 1 .5 1 .4 8 6 Ft. 5.0 4.8 3.66 3.2 t C Ft. 5.0 4.8 3.66 3.2 *Vol . Req'd, C.F. 111 .07 60.11 30.65 15.40 A Ft. 3.25 1 .92 1 .75 1 .5 •E 10 B Ft. 5.9 5.6 4.25 3.25 0 C Ft. 5.9 5.6 4.25 3.25 *Vol . Req'd. C.F. 159.94 86.56 44.13 22.17 QJ a A Ft. 4.17 2.42 1 ,42 1 .25 . 13- 12 6 Ft. 6.2 6.0 5,54 4.2 C Ft, 6.2 6.0 5.54 4.2 *Volume calculated on the basis of concrete dW reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 16. wt. per cu. ft. of concrete. EXAMPLE A VERTICAL TIE - DOWN BLOCK DETAIL �, 1-1- $ FIGURE+D L.J R E I I Et-2o Material 7 E2-20 Construction NOTE Quantities wi 1 I be specified on plans or directed by Engi- neer. Grout over exposed steel straps }'+'•• #4 Bar Steel Straps IIn variable quantity depending on thrust. Keep concrete clear of pipe joints and bolts Form as Necessary 2540= concrete ?4 bars both says Ile 1 EXAMPLE B VERTICAL. TIE-DOWN BLOCK 1-1-78 FIGURE 12 E1-2o Material -' E2-20 Construction po 40 iQ 4 r #4 Steel Bar Straps in Keep Concrete '�' -,;� variable quantity depend- Clear of Pipe 1 1 ing on thrust. Joints and Bolts !P =' F Provide Forming as Necessary 25008 Concrete =; 94 Bars Both Ways / 6" c/c 00, � ���� •A3jf.R 4 �ti'}}� •ti NOTE : O-uant i t i es will be specified on detail plans or directed by the Engineer w EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 13 ,. 1-1-78 E 1-20 `tateriai E 2-20 Construction - disturbed Trench W'a i i © �, B =- __ __ _ ? EB D/Z it ,—REF: E 1-12 16`" TYP. 61f hiiN. r 12" 4C) - •E24f,l , +�3'I moi. �[!�Sf[ - - 12" MIN. TYP. NOTE: 24"x4v Sha IIow j 6" MIN. 3nhole type to be used I if total depth less than 4 feet, McKinley Iron Works N6. PM ?-4X40 or Variable equal . Diameter MATERIALS 24" Std. Manhole cover equal to Standard Embedment McKinley I .W. No. A24AM.with "Water" - cast in lid. SECTION A-A Combination air Vac. Mortar , Ref. E 1-20 shape release valve, close to slab edge. [5 Po l yu r:tharve cushion pad as n i ppl es, tee, 2 ea. Grade adjustment , $" in supplied by Tejas Plastics Gate Valves. Nipples St. R.O,W. or under Pvmt. Materials, Supply Co., Ft. 'to conform to E 1 -•9.4. 4�Top r- bottom slabs, Class worth, Texas, or equal . Manhole steps equal to 'fF" (4000#) concrete w/#6 4 Water main with flange PERMA-STEP #100-2, St. bars spaced 6" c/c access as applicable. Utility Prod. Inc., each way. Steel bar cover 7` Exhaust piping, fitted with San Antonin, Texas 2 '41" from bottom of each Dresser coupling, when slab. required. Pipe gap in (See Figure 17 for Coupling shall be min. 0/2. Dimensions) 2 IfEk 3 If COMBINATION AIR AND - VACUUM RELEASE HALVE DETAIL E 1-11 RATFRIALS :�:_._. -- — FIGURE 1 6 :E 2-1 1 C0NSTRRT'1ON 4 ' J 12'' TYF. - ,4 i•p -'.L. *''. I l $" R.C. C.P . Rise.rs) REF- E 1-1 2 kv I '�e � 1.• ❑ i Vs " a •,,` •�` ti,+.",� Via, 1 (Continued from Fig. l 6) No. 6 Bars SECTION B-B 6'' c/c DIMENSIONS (D When exhaust piping is required, min. dim. shall be length of vault riser tongue plus 1 (3-) When exhaust piping is not required, min. dim. shall be length of vault riser tongue p us i'", (Approx. 5") 2" fittings, using close nipples, min. dim. shall be 1 ' 8-3/16" 3" fittings, using close nipples, min. dim. shall be 2' 7/8''. MIN. DIM. Nominal Installation on Installation on C/L Pipe Size Blind Flange To Surface of Pi e Collar 211 1/711 :r„ 7-1/16iti 31i /$14 7-5/8 Min. dim. based on recommended installation, of close nipple. r Min. dim. based on recommended installation of close nipple on flanged outlet with insulated flan a to thread kit. Off-set to be 6'' from C/L opposite manhole step location when installation is required on blind flange of access outlet. Other installations shall be on fop C/L of main. 2 " & 3 " COMBINATION AIR AND VACUUM RELEASE VALVE DETAIL 1-1 -78 FIGURE 17 E 2-11 CONSTRUCTION R Cut-out in Crade Rings '� � 11 •-.p; ___ � �� Mort !1 � �.• � � 111 A � � :°• 111 See Figure 3 2 Ref: E Ref: E 1 -12 ,_,�-••a-•��.- Provide MJ TeL,g •�•0 6�9vw°+a'n'e��:•:;e`� - ��:a.��.••:eT:/' ..= ►� e•'ti'� for C. I . pipe or -�'e - G,d•-.0 a :O`n:".d'::0: kri.00:..dip:,•:,.- •h.. MJ Bell outlet for conc. Pipe = with anchor coup- !11 :•� '" I�! 1 i ng in each case SII .. ao: 92" M n, 2500# concrete cr. fief: E 2-�2 I1�of i support.� p: 1!I :4- Min. Slope a s v Ledge shown ;4 r 1211 a9 1.. L' '. .A 41 pp � 'A. MJ Gate Valve-/ 11ti77/1 1 21' i51' Dia. gti� Min. 0 Seal pipe to wall hale cut-out with non-shrink mortar equal to i part Alcrete, 1 part cement, 6 parts sand. 2 Details of construct ion steal i conform to Figure 103 3 Class "F" 40004 concrete with No. 6 steel bars spaced 611 c/c each way. Steel bar- cover arc©ver to be 2" min,, j" max. from bottom of top slab and from top of floor slab. STANDARD BLOW — OFF INTO 4 ' DIAMETER SUMP MANHOLE DETAIL FIGURE 1 8 E 2.2© Construct ion Street Surface ! J r r Concrete or " Crushed Stone Base BACKFILL : Compacted For Permanent favi ng Mechanically or jetted See Special Documents - Minimum Depth After Compaction Granular Embedment To Be Jetted or Tamped "A" r11 D. Ir 11 Ir Crushed Limestone Bedding - For Water Mains lb" Dia. and Larger and San. Sewer 1IW11 lines (See EI -3 ;E2-3) �iata�a pipe Siz Ditch Widt Ditch Wi-dt i Oitch Widt Ditch Wal ll I FW;I N11 I IW11 Clearance III . D. C. I . Pi ❑e Pretensionei Prestresse 11AI1 2'" 2 '-011 1 - 416 21-Q" 611 I 1 1 811 2 1_011 _ � [7.511.CJ11 1011 L21-011 VO- 51 I 12" 2 1-211 _ _ 61 U 1611 2r-.611 21 -711 - 611 2011 L21-,1011 31-C/li - 611 2411 j 1-2t 1 3 I-1.11 - b'' 301 1 41 -611 361( - « 51 -011 [II 4211 _ 51 -711 �14 C 1 -211 91 Note: Granular embedment is to be included in the price bid per linear foot of pipe. TYPICAL EMBEDMENT DETAIL FIGURE 19 1--1-]$ E 1-2 Material C Construction Existing surface Backfill as specified a 1 t T , t s' .4 Zz TP RW7PT4;V :S (D 61' min. dimension. 6" max, for pay purposes when bid per cubic yard. ^ (D 6" min. dimension. Max. for pay purposes shall be fi" on main 24" and smaller, 9" on mains 3011 .� and larger, when bid per cubic yard. L'J 41' min. dimension. 4" max. for pay purposes when bid per cubic yard. Class "E" 1500# concrete. Concrete encasement shall stop 1 ' either side of joint, and when encasing concrete pressure pipe, full lengths of pipe shall be encased, joints excluded. CONCRETE ENCASEMENT DETAIL 1-1-78FIGURE20 E 1-7 Material V E 2-7 Construction 1. Existing Surface p W7 1, IExisting Sewer Line U �J Proposed Water Main { (I Variable trench width. Pipe length shall be measured as standard trench width, (Ref. E 2-2. 16), plus four feet. {k`} . No joints will be allcwed within this dimension. A minimum bearing of 24'' shall be required on each side of the trench. QStirrer lines less than twelve inches {1211} in diameter shall be replaced with Class 150 cast iron pipe or supported and encased by a reinforced concrete beam per Figure 24. Sawer• service lines shall be replaced with extra strength Gast iron soil pipe. Tle joining of cast iron pipe to clay or concrete pipe shall be made with 4000# concrete collars per Figure 112, or with approved adaptors . The entire area excavated to accomplish the replacement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Modified density. The minimum clearance of sewer to water lines shall be six inches SANITARY SEWER PIPE REPLACEMENT DETAIL e� E 1-7 Materials FIGURE 2 3 E 2-2 Construction L) t C+ v1 Ll 4C y,. +�' ui ..0 w 4. C Q c Q C O cn O 41 Q C) E u dl F O c v E U s y In +G C vl b I^ Q1 4+ w ❑. CJl E Q; L L Crt Q7 c ?- C pi w E Q u 'o t* r U - r 7 ._ 4- .- + !- 4,J In rp 4-- In C L.1.� p L] I C iU U '0 a 0 04 111 Ln 0 Ln H 4 R] E W -— u u a CL M m U U d 4+ E 47 C cn Z7 O 6 O u : G 7 L- CL C— c u =1 D] O a v CL - i• E `-' 0 3 L- t 4y Ir -�ry O Q7 C +� Q1 3: U w cn -1N m sl u > ea L D L -� G ro Ln CL 7 U 0 Irl Qu en Ln L [1 0 C .- In tr1 x �r c J.1 c 0 L U -Y a 3LAA tn ro u Cl u 7 L 0 In rll M Ul ]. �- CO L-I Q1 ro I... �1 N Q �} JI: Ln C _ rU L J LI - O -- L.. -, wQ r- w O 7 L Q1 - \ O • LL "V u I • �o Lo u E _• N L.1 t`8 N w , I-• - Q LL] _r_ CZ l E 1 ro a)'W- U IV CI Cn L -0LL ro a) -r 1, f QD a c nv 0 c m n c ire, •1 L- m .c M " c Q1 in •— c n 1Y 53 UL W 0 Ln i Inc oro — v U ■ is In min u - 41 c ' q qa U 13)—.0 -0 V`J ro 0 t 0- 4-1 y1 G c 0 m ❑ } 1 `" to Q1 L V 3 E 07 ) t Q1 111 L r.F� _0 {] •... Ul '111 (] _ N - • G 11 Q) C1 (U Q ro �. u'r u o- > 7 0 C 7 i+ � 41 m — Qy Ln 41 QY C -a u U — c4 3 Q Q1 Q] 4} ro 17L u W 41 4J 4-1 4J Q7 U Qt 10 c 0 0 OL L L N •- VIL ru O rp C U C G E `'a ro Q) C x 4 0 0 7 E C Ca C7 0 U u (E) *..1 f 7 a'+q• �L- £�1VJ Y £;lm Q I !J1 UI"ty 61 U- IV IL I �- 41 - 010 Ln Ir it I cc co � r W m c+ LO • ca V co CD CO C POP co co N r it � � • a � � rd � Lq r 0 w fly 1�1 Zo I °p - r ♦ 4 20 a �1 w R ,� lie ^ i� IIL.f Xr _ C4 C9LO Lo LO I ,\ Q1'ovf �vr�rf rrrdr(�r•, - ,:; I� i .QRr� t-C f-Af Pr'GYtOrlAr I + ''. fr7sf?f(Pr� dry,f`�'.tr ferry ` :•;.'. :;:.. "'•; ;- Sa+uer COrrfrdCcrdr. :r••::., f Crr�vd¢ rP�i ,e eve ea .64 pvvrr;Aeaf ! rtar e;7reool'(ofri'" A+Y ['arrfr�vfor•, C,4^errof s�alrn.) ,` c Icy ,sf«C p(�trrr 15"de(ak• ad /4" ewl?e Crdd(C {[J cm am 2>rfend rec .Nano(r'atf - Ca~,-efc orPry e hal r�r/7�arC�lJr~,,ho(eb i.` r'. '• I G1 PE.PMA�STtP #r1t30-2, :;q; •'.i ��a�Ci Yd o7s r, Sr3v�n. T_ 6 Owrv. • •ti- :s 2l / r f �a&Wpe 00 ' e Grp fo 'dr2. -tea.Aar s¢rr¢r r,4,00V4P4A74P Af4,t111e4d dC .e cry fa 39"droa E1-14 Material d -1-7$ E2-14 Construction r` I rw 'rdrng -,rep, ?o,dry. eoA,-Ce, eqwoff to VeA-,e;7 AV SV.-eej( eombweZo- oweZe ei,.eoff; "e 77-4-1, OR 1;7 ee�il 010164-4?k -ZO, 0,4' e-,olc.-Zea ev're le ,e"7,.v ve L) Are me'alrol by 6fe woee.- *-,7d%rpie*rfo,-y gre-Ove'- 210 P Ockle dle3-r�W.7'eleal by Me A,a .4vb^w-d-40,7 ad'-eovee vw -CPf te S,4,,,w,? EI -14 MateriaT E2-14 Construction s Natural Ground 7fill5' 11 5 i 11 l fflk l r„ .till r�r r r al *©imenS I Or; L � V Sewer Pipe - 12 " 01 Q x U. ' o�F I IG i la sJ l!I rir,anuIar• �mbedmen-1 Minimum depth ' After Compaction CXI ! i - 6" Min. (TYP.) Crushed Limestone to Extend from b" Below f �GI...� Pipe to Springline (Excavate for Bells) t ` Crushed L mest•one' Cost of Granular 1111 e1N „ 1 '�1 ,1 !� Embedment and Crushed Limestone Bedding TYPICAL SECTION Included in Price Bid Per Foot of Sewer Pipe STANDARD EMBEDMENT FIGURE 109 El-2 Material 1-1 -78 E2-2 Construct;on Existing surface Backfill as specified ` t t -T— " rw J '� :•'sy.•- '}.tet 1C��! .y'"� ". 1+y P_. +.t � -=-�tC r�• .-.,,+ ,rte; C,' •, .��+�,. •rt, ,I (D 611 min. dimension. 6" max. for pay purposes when bid per cubic yard. 61" min. dimension. Max. for pay purposes snal1 be 6" on mains 241" and sinal ler, 9" on mains 30" and' larger, when bid per cubic yard. Q4" min. dimension. 411 max. for pay purposes when bid per cubic yard. " U Class ''Ell 15004 concrete. t CONCRETE ENCASEMENT DETAIL 1-1-•78 E 1-7 Material FIGURE 1 1 3 � E Z-] Construction a u or 3/4 Roadway 6" 1 J Standard a , 1 V Curb Gutter � ~fes . . •�. 1 v`. ,,,� •�� ro y/J CU i 3: W cn I u i 1 M00w Ln Ro dw f w3•' Mit n. watert i ght �Plut C-y QJ r v €1.1 r a r^. rWn Servi c Li ne,hi n, 20 Grade A. Clay ti Tf C. l . Min. Grade 1% TYPICAL SECTION dote; Embedment and backfill as required for adjacent sewer main shall be included in the price bid per sewer service complete in place. m +- Standard Curio 0 Gutter Section L Q Service Line m V5 &J Sewer service line location to be marked with red vinyl tape at least 3" wine and NOTE: 10 mil thick attached to Tees Will Be Used On All Service the end of the service and extending through the back- Public ack ,- Lines Constructed At Same Time As fill at the point of house Pub 1 i c Sewer. service connection behind the propossd curb. SERVICE LINE DETAILS FIGURE 115 El-9 Material I-I-l8 E2-9 Construction w EXISTING SURFACE BACKFILL AS SPECIFIED pw • i Ph a.am . . `- h i 6" MIN. D IMENS I ON. 6" MAX. FOR PAY PURPOSES WHEN ,. BID PER CUBIC YARD. 6" MIN.DIMENSION.MAX,FOR PAY PURPOSES SHALL BE 6" ON MAINS 24" AND SMALLER,B" ON MAINS 30" AND LARGER, WHEN BID PER CUBIC YARD. '* 3 CLASS ' E' 1500 CONCRETE CONCRETE CRADLE DETAIL. FIGURE 116 E1 -20 Material lR1-]8 E2-20 Construction TYPE -C' BACKFILL 1 SEE SPEC. EI-2.4 MINIMUM 6" INITI BACKFILL COVER 711— SAND MATERIAL EMBEDIVE NT fy MINIMUM 15 WATER: SiZES UP TO AND INCLUDING 12" TYPE "C' BACKFILL 46' SEE SPEC. EI-2.4 MINIMUM INMAL DACKFILL COVER-. Li CRUSHED STONE OR SAND STORM DRAIN 12' MATERIAL INITIAL SACKFILL Lij Li MINIMUM 6w 0 EMBEDMENT CRUSHED STONE WATER: SIZES 16"' AND LARGER SEWER: ALL SIZES STORM QRAIN- ALL SIZES Li MATERIAL SPECIFICATIONS SAND GRADATION LL) @LESS THAN 10% PASSING 0 #200 SIEVE THE EMBEDMENT AND SACKFILL DETAILS PROVIDED ON THIS *P-I- = 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE EI-2.4(b) AND EI-2.3 OF THE G.C.Q. AND STD. SPEC. 0 ITEM 402 OF THE TPW STANDARD SPECIRCATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER CRUSHED STONE GRADATION PROVISIONS CF THESE ITEMS SHALL APPLY. SIENE SIZE X RETAINED 1/2- 40-73 WATER, SEWER & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS #4 190-100 CITY OF FORT WORTH-CONSTRUCTION STA"ARD _ Z FIGURE A DATE.2-19-02 �_ Rf Mm 74. CLA'Y DAY PROFIEF, �k;5t?rV G► i [Ih%E C(7UPAC TED SO'-t G'N1 E` CLAY ✓ OR 2:27 CONCR —4 —_ UNCI PUR SOIL �l��Mii4Y�a,tiF Il�LF4Fs� �a >'Y:Oi H f I FF DIA CL AY b NIR >� m LJ t7 a !+ W a Li - "1 d W W J 7 r {Y1 d to r a �✓ W d CJr, y�F� til to 0 0:: W F-Lj-QZ L- r LLI 7.�¢ C} .e D s f}_' � l� IL¢U F--O m� t� iX tr9 Lr CL LOW 7. fir:ys.r C4 j _ In Lu LLI ZZ (DQLW U C4. Z Ld r ,s. fZ W -Z O C7 [L r L,rte•,-. 1 yCL.VI W CL o¢� U U ` A ti ti LS . UV](A C ` TO IL mom~ ' " � ) W V 4V wLL. LLI> rn-J LU In d C7". LiJ W a—= a Lin- Dow Q �� �• (r W W pal d < Q'n. y �© _�' p d U _ t7 ZL�`QF- 4 = xMY a z a o 001, < U e`dLU Ilk, C3 tn Ln LR.1 ® tiL W - c:: w z Q }- 2U tide z *� � �` int �' rw U CD=) p--m pa.LLI _j 3 W t" z z d \uzd 4 x(�•� W w r= N r-i>3:: uj � C) O MVI Lail C.7 C)an LO D Ln Z A LU Z LJ Q,' H U m LL U pC ¢C7 CLLcl p :) Z D C7 Z cr p x „+ M o �w��ec U L �M N U a Lut < ¢ C)U a N m � A- dLLJ u U �¢U 0 a Q C�_7 `" a _ 0-C�(n a - < cv ~ LIS U U UJ to - U c7 �M etlZWX it z ama� wF- W pew LL.z U a W > L4 C�w L.7 LLI wa =wz cnaa Lt12 m 0 nicnra r`i ¢ U0 4wxLL LLI Lr • � t� � gad" 0 � s q W Ui 0 aWM � U3 LZ W ui czw a > 03: w [/y U x M= LJW �- mz 90 •`'I� � �z�aw QEnaw �W C ) soca-n LLJ -j Br �zz ©0za Wxas � w - _ w pm _j -�"rC)0 f� saw uj U© awe � ov¢��U wp ytnz OCL Z WN ¢ LLF Ln Q ❑ New j'_ • L Lijo meW •�. Lli SON ` � •.'� ��.� �wLLF XO cr-c,o; _ 1.' w Q W<O L m F- °' Mw. 2U0 .n i' c`s CC C]�--h LLl m a J�Lli< w Lu :;i U H rl a � < cn® c �)to c CD CD C- w 0 Ln 'd L5 11 C3< C, t W ./rte _ Q 4.t Q 4 0 Q c) / LL2 :2 G]�V Li � �L1—� Li Lula. m�O� lfl LdLJ W QE'C C?C11- -JC]C]Lp. 4¢ fyJ'7 Y�—CCtJ U£I7�a: inLLJ . JWLjW�WL: � Q 7(: �OCnt— f% N LLIJZxC)V,I.— vI 02 / J .J { 0 0 CL �l k -q- 0 U]p C] g' ¢' �o3aC)mtcnLZou tncamm . 0�„ (h o CL uj i cy Ld as CA y x p '. LEJ Of LU }}„�" x En Z , -r C�m 7 U w Lli -r r U a (D ,° w CL Df U Ulm Lia-- G� \ m v - �d Ll f - Ito � x i- LLJ LLI - 0o rr LO Ln UJ IQ ; L_ w =)x ul m U4f) kms , d � wz ¢ UJ 0OL'� ix MODO C 0::Eu�cc C7 �, �` w �U� occ am} (D LLJ �2U rn� ti�� 0 Ix 4,w� wVI - �caW �w m � Q U oCl mLLJ o>m� a {7 m U ¢�- wcr�c�i `�� ice-' a0m 0 [J 7L S 0 LL.i M Lo cr ri-ru�cv u 0(n > r Y z w iv :t v tn a w v gin► 7� C) Q W Lel CV C]. < LJ La F--U C] cm 0m Q rN Z LO xi:j � - r [V W L£S 191 1 to ® U a Ln MZ cl o M -J� CL 0 Li 2:o r W EL Eat N Qx cr WWac a 0 W� pr �C-) x ac`s' F-m 5 ODO _<� � F" ~W CSW aaz UIan (� -JL,- Vw UW Ln � y F- ?-� <a. . ///Ff/ C]` J fJ/f 0LLI p LLI MIN. U, (n m x " • T< [Y 7C W Z) tyi U Z H CE) C3 # LO ECP Q x LO F-Z Ora st (yj Z R cl N Lc1 • xd �� (LLI n Lna��� Lam 0L,., �� •cn W W Zww �o J 4 3 lEl ir %ZS, a- 9 CE�,j ��W-J ���ix I a- U}_ J Z) N~ L)nm z a p L` i•y j a w and v 0cvN 2s d� W o Z 0 w- (Do (n uw� aQCa o ma pz3 -JQx u wirer z ¢}- 0 Q J 41 J� F. Lf} � W LLI v o L1C Ln,� d O n rr V � 1 m d N rtL F-- L Q N C1 C) U7 W I i I - I in _ I I < a 3 C7 C7 ti" CC b L] o` L7 Lli - Z W W v. _ � ir x0 ,,, CL CD �Jjj f CU)U Q Q z L U) coU 4 0 c 47 J � < W LLJ �} Z U � S Z 4!! 0 m n H 2 U � W U.1 0 C ! = LU JU > m 3 L < F 0 ti � Lu w 0 q z to ¢�- V7 D: ❑ 00 tui] Ln f 1 H §a i � oz §. g �x A - r cn� § jE 2 . 7e / \ m0 E Rw \ 7§ � . Z � � w>§ $>- of _ ƒE w� 0 � 77k k/ . 10§<� K - • /ƒ � � /\� 5§ 3 I- oq v)a. . Z 4w . , # bj> \ v w V. o � . Z « � U CL -------- 2 § / § [ 0 ° b« ■ S b ELi _ kt,5 ioiceƒ§ o?-. EEK - >\b �ISo4 . »LJx C » _ La §®2 /@¥ ' \ ' CL >oe -g -X� e oz� Rw CL / - WS 6m�622 . ' \§ 3« @oma = BBG�/ S § m o bi LZL. a S �k k§/@§§Li G j