Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 29077
4tQ 3 CITY SECRETARY jQ D.O'f FILE SPECIFICATIONS CONTRACT NO. A C_()NT RA;TOR'S BONDING CC AND CONSTRUC ION'S COI CONTRACT DOCUMENTS C`UENT DEPA,RX FOR HOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVENUE PHASE I, UNIT 2 WATER DEPARTMENT PROJECT NO. P162-060162141180 DEPARTMENT OF ENGINEERING PROJECT NO. 4077 GARY JACKSON KENNETH BARR CITY MANAGER MAYOR ROBERT D. GOODE, P.E. DALE A. FISSELER, P.E. DIRECTOR DIRECTOR TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS MARC OTT A. DOUGLAS RADEMAKER, P.E. ASST. CITY MANAGER DIRECTOR DEPARTMENT OF ENGINEERING APRIL 2003 FREESE-NICHC)LS 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH, TEXAS 76109-4895 (817) 735-7300 F&N No. FTW02335 UKOUGINAL }r�` I T . JUN-13-2610_ 10:1& FPON: T0:817 477 3826 P.©02 CI , gp 1b CITY OF FORT WORTH. * t DEPARTMENT OF ENGINEERING f4ATF4ERttdE E,f304KNI)� ADDENDUM NO. 1. e I oil 1 � TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS �'� MAL o JT FOR HOLLY 54-INCH WATER MAIN FROM G•/,Z-d 3 NORTHSI[DE DRIVE TO AZLE AVENUE—PHASE I,UNIT 2 DOER 4077 WATER DEPT.WATER PROJECT NUMBER: P1.62-060162141180 WATER DEPT.SEWER PROJECT NUMBER: P172.070172132410 BID OPENING DATE JUNE 19,2003 ADDENDUM ISSUE DATE:JUNE 12,2003 Prospective bidders are hereby notified of the following, 1. Contract Documents: A. A Water Department Sewer Project Number, P172 — 070172132410, shall be added throughout the contract documents and plans. rB. Notice to Bidders and Comprehensive Notice to Bidden All references to the AFFIDAVIT STATEMENT shall be deleted. No affidavit or M/WBE certification documents are required to be submitted with the bids. The bidder shall submit the M/WBE Utilization Form, MIWSE Goals Waiver Form and the Good Faith Effort Form as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five (% 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, Suoh receipt shall be evidence that the documentation was received by the City. Failure to comply shall render a bid non-responsive. rC. Proposal Replace Proposal page 6 with page 6A attached with this addendum. Replace Proposal page 14 with page 14A attached with this addendum. Proposal page 14A, Bid Item 2 Clarification; The street corings included In Appendix D are for the contractor's information. Contractor shall evaluate the need for undercut Based upon the specifications in Special Provisions page 10, Pay Item No.2. This evaluation shall be approved by the Engineer, Proposal page 14A, Bid Item 5 Clarification: Where, in the opinion of the Engineer, the existing pavement section is not suitable to serve as a subgrade when pulverized and cement treated, 8" of flexible base shall be placed and compacted, In compliance with DA-66 and SP 208. The quantity shown in the Bid Proposal for'this item is based upon existing soil information. Proposal page 19 is hereby replaced with in its entirety with pages 19A and 20A attached with this addendum. f Addendum No.1 Page 1 of 3 June 12,2003 FTW02336 JUN-13-2003 10:19 FROM: M:817 477 3826 P.003'011 D. Certificate of Insurance Replace the Certificate of Insurance form with the Certificate of Insurance form attached with this addendum. E. Bonds Replace the Maintenance Bond form with the Maintenance Bond form attached with this addendum, F. Additional Technical Specifications Specification 02e26 section 1.02 A. Delete the first sentence and replace 4 with "Pipe shall be the product of one manufacturer which has had not less than five (5) years 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," Specification 15641,Test Station Schedule should be titled"54"Diameter Holly Water Pipeline, Phase 1, Unit 2 The test station schedule shown is for Unit 2, not Unit 1. . Specification 15642 sections 3,01 A, B, &C change the words"twenty-three (23) anode groundbeds"to "thirteen (13) anode groundbeds', this shall correspond with the Test Station Schedule in the 1SS41 Specification,and there shall remain 10 anodes for each groundbed. Specification 1$642 section 3.07 B, C, & D change the words "corrosion engineer' to "NACE International certified corrosion technologist." r2. PLAN-%H-EM A. Shoot 4 Change "Permanent paving repair or pulverization and permanent new surface course shall be performed immediately upon completion of construction, inspection and pressure testing of each section of waterline between the $4" butterfly valves" to Permanent paving repair or pulverization and permanent now surface course shall be started immediately upon completion of construction, inspection and pressure testing of each section of waterline between the 54" butterfly valves. Permanent paving II repair shall not stop until completed," B. Sheet 36 Excavation, Backfill and Pavement Repairs under Existing Streets for PVC Pipe — Delete the "1'-8" maximum"callout for the Type C Backf ill. Typical Embedment Detail Outside of Paved Areas for PVC Pipe — Change the minimum depth after compaction of sand embedment above the pipe from 12"to W. Typical Detail — PVC Pipe in Same Trench as 54" Pipe — Change the minimum depth of sand embedment above only the PVC pipe from 12" min. to 6" min. The depth above the 54-Inch pipe shall remain 12"min. w This addendum No. 1 forms a put of the Contract Documents referenced above and modifics the Original I Contract Documents and Plans. Acknowledge receipt of this Addendum No. 1 in the Space provided below, it Addendum No. 1 Pagc 2 of 3 June 12,2003 PYWO2335 p JUN-13-2003 10:21 FROM: TO:817 477 3826 P.004.011. the bid proposal page 20A, and on the outer envelope of your bid. Failure to acknowledge could subject the bidder to disqualification. All other provisions of the plans,general contract documents and specifications for this project, which are not expressly amended herein,shall remain in force. A signed copy of this Addendum should be included in the sealed envelope at the time of the bid submittal. ,.� Failure to acknowledge roccipt of the Addendum could cause the subject bidder to be considered "NONRESPONSIVE".resulting in disqualification. RECEIPT OF ADDENDUM ACKNOWLEDGED: By: A. Douglas Rademaker.P.E..Director = Title: Dep •nt of Engineering Address: Telephone: Trice,P.E.,Manager C sultant Services Addendum No. 1 Page 3 of 3 June 12,2003 FTW02336 JUN-13-2003 10:21 FROM: T0:817 477 3826 P.005/011 HOLLY 54-INCH WATER MAIN, PHASE 1 UNIT 2, Section A—WATER IMPROVEMENTS BASE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 41. 100 CY Crushed Limestone for Misc. Placement Dollars and $ $ Cents per CY 100 CY Class"E"(1500 psi) Concrete for Misc. 42. Placement Dollars and $ $ Cents per CY 43. 1 LS Cathodic Protection System Dollars and $ $ Cents per LS 44. 30 LF 30 " Ductile Iron Water Line (Thickness Class 51) installed in trench $ $ Dollars and Cents per LF 48, 100 CY Type 1 Flowable Fill (per Item 512) Dollars and $ $ Cents per CY 48. 20 CY Concrete Encasement (per figure 20) for Misc. Placement Dollars and $ $ Cents per CY 47. 1 EA Clay dam to be installed as directed by Engineer Dollars and $ $ Cents per EA 48, 100 CY Type 'B' Backfill Dollars and $ $ Cents per CY HOLLY 54- INCH WATER MAIN, PHASE l UNIT 2, Section A $ SUBTOTAL FOR UNIT 2,Section A-Water Improvements Base Bid Addendum No. 1 June 12,2003 FTWO2335 6A JUN-13-2003 10:22 FRlt1: M:B17 477 3826 P.006/011 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, SECTION C—PAVING IMPROVEMENTS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS - PRICE 1310 1. 1,500 CY Unclassified Excavation (DA-43, SP 106) Dollars and $ $ Cents per CY 2. 29,000 SY 8" pavement Pulverization (DA-34) Dollars and $ $ Cents per SY 3. 29,000 SY 2" HMAC Surface (DA-30) Dollars and $ $ Cents per SY 4. 370 TON 3.5%Cement for Stabilization of Pulverized Material $ $ Dollars and Cents per TON 5. 2,900 SY 8" Flexbase for Subgrade Material (DA-65, SP 208) � $ Dollars and Cents per SY 6. 100 LF Pavement Striping (DA-70) Dollars and $ $ -- Cents per LF HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, SECTION C TOTAL FOR UNIT 2,SECTION C—PAVING EWPROVEMENTS Addendum No.l June 12,2003 FTW02338 14A JUN-_3-2003 10:23 FROM: T0:817 477 3826 P.O X7/011- Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents,for the faithful performance of the Contract. The attached bid security in the amount of five (5%) percent is to become the property of the City of Fort Worth, Texas, in the event the contract or bonds are not executed and delivered within the time above set forth, as liquidated damages for delay and additional work caused thereby. The undersigned bidder certifies that he 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 has read and thoroughly understands all the requirements and conditions of those General Documents and these specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 325 calendar days after beginning construction as set forth In the written order to be furnished by the Owner. Liquidated damages shall be assessed as indicated in section 7- 7.10, except that the sum per day shall be$5,000 for the May 1, 2004 deadline as described below. Construction Sequencing and completion dates: The bidder agrees to complete the contract within 325 calendar days from the issuance of the work order, The bidder further agrees to have the Phase I Unit 2 Holly 54-Inch Water Main and all other water system components installed with all connections in place and operational by May 1, 2004. The Phase I Unit 2 construction shall include the section of 545 water line from the connection of the existing 54"water line at NW 26et Street and Loving Avenue to the connection of the existing 30" water line at Northside Drive and Harrington Avenue. The Phase I Unit 2 water line shall be divided into two sections between in-line 54" butterfly valves and defined as follows: Section Station F.C4L71 TQ 1 0+00 51+90 2 51+90 95+00 The contractor is not limited to which section he works on first. Under no circumstances shall the water line construction along Loving Avenue and Harrington Avenue exceed the temporary pavement repair by a length of more than 200'. Under no circumstances shall the water line construction along 20 Street exceed the temporary pavement repair by a length of more than 400'. In addition, each consecutive section shall begin full width paving reconstruction Immediately upon successful completion of Inspection, disinfection, testing, and in-line valve testing for that section. The first section of permanent paving must start prior to beginning the next section of water line construction. Addendum No.2 June 12,2003 FTWb2335 19A 7UH-13°2003 10:24 FROM' TOc817 477 3826 F.008 01_ (Complete A or B below, as applicable:) ( ] A. The principal place of business of our company is in the State of ( ] Nonresident bidders in the State of_, our principal place of business, are required to be_percent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonresident bidders In the State of , our principal place of business, are not required to underbid resident bidders. ( ) B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 Respectfully submitted, (SEAL)13y: If Bidder is Corporation Tile., Address: Pff PO Addendum No.1 June 12.2003 F'TW 02335 20A JUN-13-2003 16:25 FROM: TO:817 477 3826 P.009/011 CERTIFICATE OF INSURANCE TO: CrN OF FORT WOR111,TEXAS Date: NAME OF PROJECT: Holly 54-inch Water Main from Northside Drive to Azle Avenue,Phase 1,Unit 2 PROJECT NUMBER: Department of Fn&aermg No. 4077. Water .Department No. P162-060162141180 & PI 72-07017213241,0. THIS IS TO CERTIFY THAT (Name and Addmh&of In sumd) is, at the date of this cortificax.Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Eacceptlons to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of LiabUi ° Worker's Co ensadon ty CoirTrchensive General BWily Injury: Liability Insurance Ea.Occurrence: $ (Public Liability) Properly Damage: Ea Occurrence- $ Blaiting Ea.Occurrcncc: S. Collapse of Buildings or structures adjacent to Ea.Occurrence: S excavations Damage to Underground Utilitic8 Ea.Occurrence: Builder's Risk Bodily injury: Comprehensive Ea.Person: S Automobile Ea.Occurrence: S Liability Property.Damage: Ea Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: Property Damage: Ea.Occumenco: S Othcr Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. City of Fort Worth is named additional insured with respect to General Liability of this project, Where applicable local laws or regulations require more than five (5)days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. Agency --- - - FilEt 3kprth Ascent lay — Address Title Addendum No.l June 12,2003 FTWO2335 jUN-13-2003 10:26 FROM: 70:817 477 3826 P.010/011 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS; That (Contractor), as principal, and a corporation organized tinder the laws of the State of .(Surety),do her"acknowledge themselves to be hell and bound to pay unto the City of Pon Worth,a Municipal Corporation chartered by virtue or Constitution turd laws of the State of Texas,("City's in Tarrant County.Texas the sum of Dollars(S lawfu} money.of the United States,for payment of which turn well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assips and succeaaats,jointly and severally, This obligation is conditioned,however;that. WHEREAS,acid Contractor has entered into a written Contract with the City of Fort Worth,dated the« r.day of=Monthn«wars.a copy of which is hereto attached and made a part hereof,the performance of the fallowing dcscribod public improvements: HOLLY 54-INCH WATER MAIN FROM NORTHSIOE DRIVE TO AZLE AVENUE, PHASE I, UNIT 2 the same being referred to herein and in said contract as the Work and being designated as project P162-0601621411.80 and P172-070172132410 and said contract,including all of the specifications, conditions,addenda,change orders and written instruments referred to therein as Contract Documento being incorporated herein and made a part hereof,and, WHEREAS,in said Contract,Contractor binds itself to use such material8 and to to construct the work that it will retrain in good repair and condition for and during a period of after the date of Two (2)Years eftcr the dale of the final acceptance of the work by the 0ty;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition for said term of JB2(2)Years;and, WHEREAS,said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period,it in the opinion of the Director of the Water Department of the City of Fort Worth,it be necessary;and, WHEREAS,said Contractor binds itself,upon receiving notice of the need them-fore to repair or reconstruct said work as herein provided. NOW THEREFORE,N said Contractor shall keep and perform Its sold agreement to maintain,repair or reconstruct said work in accordance with all the terms and conditions of said Contract,these presents shell be null and void,and have no force or effect. Otherwise this Bond shall be and remain in full force and effect,and the City shall have and recover from the Contractor and Surety damages in the premises proscribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed In counterparts,each one of which shall be deemed an original,this day of Addendum No,X June 1.2,2003 FTW02335 JUN-13-2603 10:27 FROM: T0:817 477 3826 P.011<01: IF A'1'1'BST: (SEAL) Contractor By! Secretary _ Nam: Titles: ATMST: (SEAL) Surety 1P BY: Sccrctery Name: Titles Addendum No.1 Jung It 2003 FTWO2335 JUN-18-2003 17:21 FREESE NICHOLS 8177357492 P,02 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO.2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR a HOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVENUE—PHASE I,UNIT 2 DOE#4077 WATER DEPT. WATER PROJECT NUMBER: P162-060162141180 WATER DEPT. SEWER PROJECT NUMBER: P172-070172132410 �oaa BID OPENING DATE JUNE 26,2003 ADDENDUM ISSUE DATE: JUNE 18,2003 * f "�• ��{ Prospective bidders are hereby notified of the following: liON. . G I i 81073 ,, 1. Contract Documents: A. Notice to Bidders and Comprehensive Notice to Bidders The bid receipt and opening date is hereby postponed to Thursday June 26, 2003. The sealed proposals, as described in the Notice to Bidders and Comprehensive Notice to Bidders, will be received at the Purchasing Office until 1:30 p.m., Thursday June 26, 2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. All other items in the Notice to Bidders and Comprehensive Notice to Bidders remain unchanged. This addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum No. 2 in the space provided below, in the bid proposal page 20A, and on the outer envelope of your bid. Failure to acknowledge could subject the bidder to disqualification. All other provisions of the plans, general contract documents and specifications for this project, which are not expressly amended herein, shall remain in force. A signed copy of this Addendum should be included in the sealed envelope at the time of the bid submittal. Failure to acknowledge receipt of the Addendum could cause the subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. RECEIPT OF ADDENDUM ACKNOWLEDGED: By: A. Douglas Rademaker, P.E., Director Title: Eaf Y mdd o Department of Engineering Address: (W5' rz. W%o.t-4, &f. t�i.s✓f(lr f k -7500 By: AOiok Telephone: (17Z, 4 11.1- 61 g5 Rick Trice, P.E., Managerf f Consultant Services Addendum No. 2 Page 1 of 1 June 18,2003 FTW02335 TOTAL P.02 4in 23 2603 5:43Pk No- 1146 P. 2/5 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO.3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVENUE—PHASE I, UNYT 2 Im DOE#4077 WATER DEPT.WATER PROJECT NUMBER: P162-060162141180 WATER DEPT. SEWER PROTECT NUMBER: P17M701721324I0 BID OPENING DATE JUNE 26,2003 ADDENDUM ISSUE DATE: JUNE 23,2003 `-0�~O� t Prospective bidders are hereby notified of the following- '�'�s 7. Contract Documents: rKATHERINE E.SCHWIND A. Proposal 911, � ENS .Replace Proposal page 14A with page 14B attached with this addendum., 88�orrAt 2. PLAN SHEETS: A. Figures A3-1 and A3-2 Paving Repairs in streets that contain concrete base shall be as indicated in the attached figures A3-1 and A3-2. This addendum No. 3 forms -a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum No.. 3 in the space provided below,in the bid proposal page 20A, and on the outer envelope of your bid.. Failure to acknowledge could subject the bidder to disqualification.. All other provisions of the plans, general contract documents and specifications for this project, which are not expressly amended herein, shall remain in force. A signed copy of this Addendum should be included in the sealed envelope at the time of the bid submittal. Failure to acknowledge receipt of the Addendum could cause the subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. RECEIPT OF ADDENDUM ACENOWLEDGE•D-, By:. A. Douglas Rademaker, P.E., Dire for Title: ESQ. wtar Dep nt of Engineering Address: (,SS F... *4^64 S+• LrA..uyillr TIC 7SO(D TeJephone-. °I'7Jl- y'b4- to-+g 1 Ric7krice, P.E.,Manager Co tant Servic Addendum No.3 Page 1 of I June 23, 2003 FTW 02335 gun 23. 2003 5:44PM No 1146 P. 3/5 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, SECTION C—PAVING IMPROVEMENTS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 1,500 CY Unclassified Excavation (DA-43, SP 106) Dollars and $ $ Cents per CY 2.. 29,000 SY 8" Pavement Pulverization (DA-34) Dollars and $ $ Cents per SY 3. 29,000 SY 2" HMAC Surface (DA-30) Dollars and $ $ - Cents per SY 4, 370 TON 3.5% Cement for Stabilization of Pulverized Material $ $ Dollars and Cents per TON 5. 2,900 SY 8" Flexbase for Subgrade Material (DA-65, SP 208) $ $ Dollars and Cents per SY 6. 100 LF Pavement Striping (DA-70) Dollars and $ $ Cents per LF 7. 10,450 SY Saw cut& Remove Full Depth Existing Pavement in areas as defined by Figure A3-1. (Includes saving and storing HMAC $ $ for stabilized base) Dollars and Cents per SY 8. 1,300 CY Flexbase for Subgrade Material in Areas Defined by Figures A3-1 and A3-2 $ $ Dollars and Cents per CY HOLLY 54 - INCH WATER MAIN, PHASE I UNIT 2, SECTION C TOTAL FOR UNIT 2,SECTION C—PAVING IMPROVEMENTS $ Addendum No.3 14B June 23,2003 FTW02335 X N i I t a I IV,I I b1f, _12 MI. 65 [f1 Ljjl ffl*17� 11,RUT I ___� w� <,``x < Zia I um ._.l]J111LtJ - \ �,> }% `J�'� \ f � \\\ � _ _ 8 o x -I"]f rig E7 z,-a to-:-:_-m-13:2 a I U aOT7m I ],_ /7' R 'M Z-1, "Olirdfl a JU TE R M1 T T 5'ii It. N I L.11 T: , , "�,< \Y w mm IUL32 -MID a �!m ]U1ILr -1J�J�.r1J LLL{ Tll r�it lC)\ � ��.'� '.��� _ T�� I UMT. I LH ail -r—mm.-m F CV, J ITIM-11 L z [RIMPA L t� J,J WWLUTI 0 Ix Lij ILI Nall,LLIM-11dul I ITE-T-101 41P 00 QLf Lj NN XV Lw >< 04 ME -,I I L IM f UTIM, I ali-1. Tri= N MUM DMUE iawmt LL, Ti D ME 2MMI :_-R. IMIU-MMEL1. I MUM a BF—i I R11 954 m=R I IBMIE-1 U,_-- im UUMITI f [Tam-ffl ffiffir 117,J I D ff 5 E J J11AU �-,: X:o Lij !jl : _.. I-- J10" M)L� 'LOTULT1 EMM SHOO Ljj LLJ cn 0 R i < LET,d . .., Ai 6T 10:Tc rill, "ITO Mai 21 0 Ld Ilirl Ill, L F- ri/ Vii% � �E IFL LIllf-Im' 'H Tm,;"1jJ 1111 11 IT1 ffrg.jL,-j 1 0 0 UMM I 11iff 11H ly _JZ OTY, FL '7 lJ7lifli-1 UMBEE. << il7a f IT A L Rjlj�q_[_EA�!,._71 T 3=9 [faira iff -f 'T U Uffi..M IDA A L7 Lff Lt lrult;�, Fu q JlfuL 27 w X 0 . -0 0 u C) 95 f f 0 J RL un 23. 2003 5:45PM No - H46 P. 5/5 SWUM OF CONSTRU MON FOR STREETS THAT CONTAIN CONCRETE BASE POW.M CONSmenon. o FOR PIPELINE TRENCH, SAW CUT AND REMOVE FULL DEPTH HMAC k CONCRETE BASE (THIS WORK SHALL BE INCLUDED IN THE COST OF PIPE INSTALLATION) o INSTALL PIPELINE., TRENCH EMBEDMENT;, AND BACKFILL PER PLANS o PROVIDE TEMPORARY PAVEMENT PER D - 62 STRM RBPAIR o SAW CUT AND REMOVE FULL DEPTH PAVEMENT BETWEEN GUTTERS (INCLUDING HMAC, CONCRETE BASE, TEMPORARY PAVING). o SAVE AND STORE HMAC AND TEMPORARY PAVING MATERIAL. oIF THE FULL DEPTH OF PAVEMENT REMOVED IS LESS THAN 10", THE CONTRACTOR SHALL UNDERCUT AND DISPOSE OF THE EXTRA MATERIAL. SO THAT THE CUT DEPTH IS 10". HOWEVER, IF THE EXTRA MATERIAL IS, IN THE OPINION OF THE ENGINEER, SUITABLE FOR SUBGRADE MATERIAL. IT SHALL BE USED WITH THE 8" PULVERIZED AND STABILIZED SUBGRADE THIS UNDERCUT SHALL BE INCLUDED IN THE COST OF SAW CUT AND FULL DEPTH REMOVAL OF EXISTING PAVEMENT.. o PLACE TYPE *C" BACKFILL AT CONCRETE BASE REMOVAL LOCATIONS, UP TO 10" BELOW FINAL PAVEMENT GRADE. CONTRACTOR SHALL USE MATERIAL SAVED FROM TRENCH EXCAVATION.. o PEACE 8" PULVERIZED AND STABILIZED SUBGRADE PER OA-34, AND 2" OF HMAC.. SEE FINAL STREET SECTION DETAIL.. EXISTING SECTI❑N ( FINAL STREET SECTI❑N EXISTING HMAC VARIES ( EXISTING CONCRETE CURB 2' A'3• Z' HMAC OVERLAY CONCRETE CURB AND GUTTER TO AND GUTTER TO REMAIN I MATCH EXISTING REMAIN PAVEMENT GRADE 8' PULVERIZED AND STABILIZED SUBGRADE PER DA-34 CONCRETE BASE VARIES TYPE 'C' BACKFILL. UP TO 10' 4'-7.5^ BELOW FINAL PAVEMENT GRADE.. 'r7 a p�seo CONCRETE BASE STREET SECTION . o *pp y*oj4 FOR STREETS WITH FULL WIDTH P.,O.L, r OtlptlN NdC`"VY1lptlppppypp0 V11#A a KATHERINE E. SCHWIND P _q�a�.00gmog000aooqqqeop�tos/ oo-A" 91153 "4jav \ ;CE NSEO Gcr ••pOgp N ~ 1p CITY OF FORT WORTH, 'DEPARTMENT OF ENGINEERING r&N goo ND. HOLLY 54—INCI-f"'WATER MAIN FROM NORTHSIDE DRIVE DATE JUNE 2003 rim ,TO AZLE AVE. 'CA`C1' - so' A3--2 FREESE-NICFiOLS PHASE I UNIT 2 DESIGNED KEs 4056 mlwnmte.pl Plam•.nL_'00 DRAMD rrCURC Oat Ybdtt•.00 •s,00.•°.o ADDENDUM 3 F,�t. 4ts.7�,-�66 FigureA3-2.DWG ..,...._.._ SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVENUE PHASE I, UNIT 2 WATER DEPARTMENT PROJECT NO. P162-060162141180 DEPARTMENT OF ENGINEERING PROJECT NO. 4077 GARY JACKSON KENNETH BARR CITY MANAGER MAYOR ROBERT D. GOODE, P.E. DALE A. FISSELER, P.E. DIRECTOR DIRECTOR TRANSPORTATION AND WATER DEPARTMENT PUBLIC WORKS MARC OTT A. DOUGLAS RADEMAKER, P.E. ASST. CITY MANAGER DIRECTOR DEPARTMENT OF ENGINEERING APRIL 2003 MI FREESE-NICHOLS 4055 INTERNATIONAL PLAZA, SUITE 200 , OW JW FORT WORTH, TEXAS 76109-4895 (817) 735-7300 KATHERINE E.SCHWINL LD ENSV'N GIs4 - F&N No. FTW02335 - /ONA 7 0 3 S- - TABLE OF CONTENTS I. GENERAL INFORMATION (UNITS 2-SECTIONS A,B,C) - NOTICE TO BIDDERS - COMPREHENSIVE NOTICE TO BIDDERS - MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS-UNIT 2 - VENDOR COMPLIANCE WITH STATE LAW - CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS II. WATER DEPARTMENT (UNITS 2-SECTIONS A & B) - SPECIAL INSTRUCTIONS TO BIDDERS - GENERAL CONDITIONS (PART C) - SPECIAL CONDITIONS (PART D) - ADDITIONAL SPECIAL CONDITIONS (PART DA) - MATERIAL AND CONSTRUCTION SPECIFICATIONS (PART E) - WATER AND SANITARY SEWER DETAILS III. TRANSPORTATION AND PUBLIC WORKS DEPARTMENT (UNITS 2- SECTION C) - SPECIAL INSTRUCTIONS TO BIDDERS - SPECIAL PROVISIONS IV. PROPOSALS AND FORMS (UNITS 2-SECTIONS A,B, AND C) Unit 2: PROPOSAL CERTIFICATE OF INSURANCE PAYMENT BOND PERFORMANCE BOND MAINTENANCE BOND CONTRACT V. ADDITIONAL TECHNICAL SPECIFICATIONS SECTION: - 02314 PIPELINE CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, TUNNELING OR OPEN CUT - 02614 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS - 02626 STEEL PIPE AND FITTINGS - 15136 MISCELLANEOUS VALVES AND APPURTENANCES - 15640 JOINT BONDING AND ELECTRICAL ISOLATION - 15641 CORROSION CONTROL TEST STATIONS - 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM Appendix A- Easements Appendix B -Storm Water Pollution Prevention Plan Appendix C - Geotechnical Report Appendix D —Street Corings r so ob 00 GENERAL INFORMATION (UNIT 2-SECTIONS A,B,C) r r h FTW02335 1 NOTICE TO BIDDERS Sealed proposals for the following: FOR: HOLLY 54-INCH WATER MAIN EXTENSION PHASE 1, UNIT 2 WATER DEPARTMENT PROJECT NO. P162-060162141180 DEPARTMENT OF ENGINEERING PROJECT NO. 4077 Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m.,Thursday,June 19,2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans and Specifications for this project may be obtained at the office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas. One set of plans and documents will be provided for a deposit of fifty dollars($50.00). This deposit is refundable if the documents are returned in good condition within ten(10)days after the bids are opened. Additional sets may " be purchased on a nonrefundable basis for fifty dollars ($50.00)per set. A majority of the work consists of the following: UNIT 2: Approximately 9,400 LF 54"Waterline and Appurtenances Approximately 8,400 LF 12" 10" & 8"Waterline and Appurtenances Approximately 29,000 SY Pulverization and overlay Included in the above will be all other items of construction as outlined in the Plans and Specifications. In accordance with City of Fort Worth Ordinance No. 13471 as amended by Ordinance No. 13781,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. In order for a ., bid to be considered responsive,the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render a bid non-responsive. In addition,the M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM,AND GOOD FAITH EFFORT FORM,as applicable, must be submitted within five(5)City business days after the bid opening. Failure to comply shall render a bid non-responsive. For additional information concerning this project, please contact Gopal Sahu, Project Manager, City of Fort Worth (817) 871-7949, Ron King, P.E. or Katherine Schwind, P.E., Freese and Nichols, Inc. at (817) 735- 7300. A pre-bid meeting will be held on Tuesday, June 10. 2003 at 9:00 am in Room 255A, Department of f Engineering at the City of Fort Worth. Advertising Dates: May 15, 2003 May 22, 2003 w FTW 02335 2 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: HOLLY 54-INCH WATER MAIN EXTENSION PHASE UNIT 2 WATER DEPARTMENT PROJECT NO. P162-060162141180 DEPARTMENT OF ENGINEERING PROJECT NO. 4077 Addressed to Mr. Gary Jackson, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 p.m., Thursday,June 19, 2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans and Specifications for this project may be obtained at the office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth, ., Texas. One set of plans and documents will be provided for a deposit of fifty dollars ($50.00). This deposit is refundable if the documents are returned in good condition within ten(10)days after the bids are opened. Additional sets may be purchased on a nonrefundable basis for fifty dollars($50.00)per set. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates and City 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. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. A majority of the work consists of the following: UNIT 2: -� Approximately 9,400 LF 54"Waterline and Appurtenances Approximately 8,400 LF 10"& 8"Waterline and Appurtenances Approximately 29,000 SY Pulverization and overlay Included in the above will be all other items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders shall not separate,detach,or remove any portion,segment,or sheets from the contract document at anytime. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-responsive. A pre-bid meeting will be held on Tuesday, June 10. 2003 at 9:00 am in Room 255A, Department of Engineering at the City of Fort Worth. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH FORM ("Documentation") as appropriate is received by the City. The award of the contract, if made, will be within forty-nine(49)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 obtaining all addenda to the contract documents prior to the receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be - obtained by contacting the Department of Engineering at(817)871-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. FTW02335 3 In accordance with City of Fort Worth Ordinance No. 13471 as amended by Ordinance No. 13781, 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. In order for a bid to be considered responsive,the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render a bid non-responsive. In addition, the M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM,AND GOOD FAITH EFFORT FORM, as applicable, must be received by the contracting 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 contracting department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Bidders are advised that the City of Fort Worth has not acquired all necessary easements and right-of- way for the construction of the project as shown in the Plans. Bidders are hereby notified that the City anticipates obtaining the necessary easements and right-of-way 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 authorized by the City. For additional information concerning this project, please contact Gopal Sahu, Project Manager, City of Fort Worth(817)871-7949, Ron King, P.E.or Katherine Schwind, P.E., Freese and Nichols, Inc.at(817) ■ 735-7300. GARY JACKSON GLORIA PEARSON ■ CITY MANAGER CITY SECRETARY Department of Engineering ■ A. Douglas Rademaker, P.E. Director ■ k Trice, P.E. Manager, Consultant Services Advertising Dates: May 15, 2003 r May 22, 2003 PP s FTW02335 4 r MINORITY AND WOMEN BUSINESS ENTERPRISE SPECIFICATIONS-UNIT 2 City of Fort Worth mp Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS ow APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority/Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MNVBE PROJECT GOALS The City's MBE/W BE goal on this project is_._ _%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 M1WBE 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. *� 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. M/WBE Utilization Form,if goal received by 5:00 p.m.,five(5)City business days after the is met or exceeded: bid opening date, exclusive of the bid opening date. 2. Good Faith Effort Form and M/WBE received by 5:00 p.m.,five(5)City business days after the Utilization Form, if participation is bid opening date,exclusive of the bid opening date. less than stated goal: 3.Good Faith Effort Form if no received by 5:00 p.m.,five(5)City business days after the participation: bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. Any questions, please contact the M/WBE Office at(8 17) 871-6104. Rev.6M9100 07-03-03P01 : 55 RCVDATTACHMENT 1A Page 1 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION John Burns Construction Company of Texas, Inc. June 26, 2003 PRIME COMPANY NAME BID DATE �.�_ w�iwic Ac it i} � P_16.2--06D16-VV1,ft_-CG O',0T_f PROD CT NAME Pf<OJECT NUMBER CITY'S W%BE PROJECT GOAL: 2, 12.84%V 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. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this 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 specifications. Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address, and Telephone No. Scope of Work(') Supplied(') Z , v 06 O X Z fn H Z ~_ _JTM-Mqt-f-rja1-_, Tnr --- -+ Supply Sand & 1st $149,938.00 _R_Q -$oa-2i►9_6- co Stone Materials _DjenL=.__TX_7_62Q2___.____ LarrF�4kts__ _.—__ w 3 _3icDthet Fiial _Dist Tnr N Supply Fuel 1st $86,116.00 -1101 A_Re-dfnxd_Rd..—_-_ " _EgAf_Qxd-.,_TX_16022.___ PCIC atti-Trai.nez-__ ._ C.R.I,S�_&_As.,S_or_i Post Construction $2,579.00 900 Mt Yex on_DT_. Sanitary Sewer $irhnrdcnnn TX_75D81_.__ T.V. Inspection M/WBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the�"L d. (') Specify all areds in which MWBE's are to be utilized and/or Items to be supplied: (') A complete fisting of Items to be supplied is required in order to receive credit toward the M/WBE goal. (")Identify each Tier level. Tier.Means the level of subcontracting below the prime contractortconsultant,Le.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to Its supplier is considered 2n°tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Page 2 of 2 _ City of Fort Worth Minority and Women Business Enterprise Specifications MBEIWBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address, and Telephone No. Scope of Work(•) Supplied(*) t: v 00 ov Z ~2 owTown Redi Mix Conc. ,n Supply Redi Mix 1st 20,495.00 thlehem O1 Concrete Fort Worth, TX 76111 00 4Cn Bill Mogrid e w� z 817-759-1919 �3t z Clemons Trucking Co. Spoil Haul Off 1st $102,440.00 7934 South Lancaster Rd.L - allas TX 75241 �M Thelma Clemons _ T PQ o 972-228-0201 = Rambo Contracting Inc. Cast In Place 1st $57,900.00 _P.O. Box 731 Structures Al rado, IX 009 Scott Self ° 817-426-1166 >1 I The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and 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. d BEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Driskoll Tubbs Au onzed Signat Printed Signature Executive Vice President Paul Roy Title Contact Name and Title (if different) John Burns Chns'VnIttion Co. of Texas, Inc. 972-4,34 6789 Company Name Telephone Number(s) P.O. Box-1117 972-221-8301 Address Fax Number Lewisville, TX 75067 JuIX 2, 2003 City/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.W2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department FM 07-03- _PO1 : 5 RC VD ATTACHMENT 1A Page 2 of 2 City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION V&V Enterprises Ln Erosion Control 2004 Chestnut Rd. -#101 N 1st $7,835.00 Device Installatio Carr o lton TX 75007 00--4 M & Removal Linda Verhovshek P° 972-492-7613 PQ 's Bussey Trucking, Inc. 0 Alternate Spoil 1st Value is 3726 Toronto St. oo Haul Off included wit Dallas TX 75212 haul off Sam Busse ° above 214-630-5654 Pq� Lucky Lady Fuel `Y' Alternate Fuel 1st Value is P.O. Box 161519 a, TX 76161 °p Supplier included wit Fort Worth, 2-:t fuel above Martha Parker Ln 817-740-7400 ° -- _ Xue - D riskoll Tubbs Authorized Printed Name Executive Vice President - - -- - --------- Title PM 07-03-03P0l : 55 RCVD ATTACHMENTI6 Cit of Fort Worth Page 1 of 1 Minority and Women business Enterprise Specifications Prime Contractor Waiver John Burns Construction Company 1_ _ i► 4 PItU do Dr taAZ, A%k, UpiiFa Prime Company Name of Texas, Inc. Project Name June 26, 2003 Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bDIh answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.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. Will you perform this entire contract without subcontractors? Yes _X No 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 operational profile of your business. Will you perform this entire contract without suppliers? Yes X No 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. The bidder further agrees to provide, directly to the City upon request, complete and accurate — information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) on this contract,the payment therefore and any proposed changes to the original MBE(s) and/or WBE .(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City.Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and 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. r <;; Driskoll Tubb_s_____ _5 Authorized Si ature Printed Signature rExecutive Vice President Paul Roy _ Title T Contact Name (if different) _John Burns Construction Company 972-434-6789 Company Name of Texas,Inc. _ Contact Telephone Number(s) P.O. Box 1117, Lewisville, TX 75067 972-221-8301 Address Fax Number r Rev.612198 Ir 07-03-03P01 :55 RCVD ATTACHMENT 1C Page 1 of 3 City of Fort Worth POP Minority and Women Business Enterprise GOOD FAITH EFFORT IR John Burns Construction Company of Texas, Inc. June 26, 2003 1#0 Prime Company Name Bid Date ADD sm iofll �-(;-Dt+ )JO4 ce pex,Jvti+ a P 162-0e016-w-llr1lDq:L-- *y o--f-7 Project Name Project Number P If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your MfWBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, +� shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. _ Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity {DO NOT LIST NAMES OF FIRM§1 which will be used in the completion of this project, regardless of whether it is to be provided — by a M/WBE or non- M/WBE. (Use additional sheets, if necessary) List of. Subcontracting Opportunities List of: Supplier Opportunities Borep _ Reinforced Concrete Cylinder Pipe rPaving PVC_& Ductile Iron Pipe & Fittings r SWPPP Preparation Sanc &�S=U PE Erosion Control Installation & Removal o crepe Cast In Place Structure Asphalt Haul Off Trucking Fuel Sod or Seeding Rev.612/98 ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered in compliance,if it is not more than 3 months old from the date of bid opening. X Yes Date of Listing 3 _ 24 / 03 No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? MR X Yes if yes,attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to b id opening by telephone, exclusive of the day the bids are opened? X Yes If yes,attach list to include name of M/WBE firm, ep rson contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of M/WBE is ten or less,the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE is more than ten, the bidder must contact at least two-thirds of the list but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? _A_Yes —No 6.) If M/WBE bids were received and rejected, you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e.,quotation not commercially reasonable, qualifications,etc.)and (2) Attach affidavit and/or documentation to support the reason(s) listed below (i.e..letters, memos, bids,telephone calls,meetings,etc.) Please use additional sheets,it necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Shankle Concrete R17 00_1688 , Ed Shankle Paving Quote was high Beene Trucking Do lene Beene Supply Sand & Ston Quote was high L7 20 Gentrei r%ttete was high ADDITIONAL INFORMATION: Rev.612198 CITY OF FORT WORTH,TEXAS HOLLY 54"WATER MAIN FROM NORTHSIDE TO AZLE AVENUE WATER DEPARTMENT PROJECT NO.P162-060162141180 DEPARTMENT OF ENGINEERING PROJECT NO.4077 MWBE QUOTATIONS RECEIVED AND NOT UTILIZED COMPANY NAME TELEPHONE CONTACT PERSON SCOPE OF WORK REASON FOR REJECTION Branch&Sons Contractors,Inc. 817 477-5409 Allan Kem a Paving Quote was not economically reasonable Kevin Dean Asphalt Technology,Inc. 817 870-0555 Kevin Dean Paving Quote was not economically reasonable A.Hill Construction 817 478-3126 Andy Cisneros Paving Quote was not economically reasonable Peachtree Construction,Ltd. 817 498-4329 Evan Fowler Paving Quote was not economically reasonable Mares Concrete 817 924-3952 Francisco Mares Cast in Place Vaults Quote was not economically reasonable TC 2 Concrete Construction,Inc. 817 360-8849 Rene Cadena Concrete Paving Quote was not economically reasonable Beene Trucking 817 337-4527 Do lene Beene Sand&Stone Quote was not economically reasonable McCauley Dirt Company,Inc. 817 478-0384 Debra McCauley Sand&Stone Quote was not economically reasonable 0 0 w I O W O Vl Ul 07-03-03P01 : 55 RCVD ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain MNVBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by � nAu—th-h-o-rfized _ Driskoll Tubbs Signatu Printed Signature — -`--__--_ Executive Vice President P ill 1-RnV Title Contact Name and Title (if different) *� John Burns Construction _Company 972-434-6789 Company Name of Texas, Inc. Telephone Number(s) PE P.O. Box 1112__--�—_ _ _972-221-8301 Address +! Fax Number Lewisville, T% 7_5067 —__ _July 2, 2003 MF City/State/Zip --� Date e! Rev.612/98 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's pprincipal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. -The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: BIDDER: Company By: please print Signature: Title: ity State-Zip please print) THIS FORM MUST BE RETURNED WITH YOUR BID CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number CONTRACTOR By: Title Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared .known to me to be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this of 20 Notary Public in and for the State of Texas Page 1 of 1 WATER DEPARTMENT (UNIT 2 - SECTIONS A & B) SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation:a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate .. State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. 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. As 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. r 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. ® Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. T 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (100%)percent of the contract price will be required,Reference C 3-3.7. 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident �. bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Ma This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it not 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 ,.t harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 11923,as amended,the City of fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")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)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 r Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further,any such misrepresentation facts(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT AND ACCEPTANCE: The project shall be deemed accepted by the City of Fort Worth as of the date that the final punch list has been completed,as evidenced by a written statement signed by both the contractor and the City. The warranty period shall begin as of the date that the final punch list has been completed. PART C GENERAL CONDITIONS PPRT C - G=Nr'-' ter CONOTT70NS TA3L.E 0-7 CONTENTS' NOS EMBED, 1, 19 S 7 TA3LE OF CONTENTS C1-1 DE !N:= 0NS C1-I. 1 De ini=ion of Terms C1-1 (1) CI-I. 2- Contra_t Documents C1-1 U ) ) C1-1. 3 Notice to Bidders . Cl-I ( 2) CI-1. 4 Proocs=_1 C1-1 (2 ) C1-1. 5 Bidder CI-1 (2 ) CI-1. 6 General Conditions Cl-1 ( 2 ) C1-1. 7 Special Conditicns CI-1. ( 2) C1-1. 8 Sp=_ci_icatior.s C1-1 (2) C1-1. 9 Bond CI-1 ( 2) C1-1.10 Contract C1-I ( 3 ) C1-1.11 Plans CI-1 (3 ) C1-1. 12 City CI-1 (3 ) C1-1 .13 City Council CI-1 (3 ) C1-1.14 Mayor CI-1 (3 ) C1-1.13 City M-2nagar CI-1 (3 ) C1-1.16 City Attorney C1-1 (3 ) C1-1.17 Director of Public Forks CI-I ( 4 ) C1-1.18 Director, City Water Department Cl-I ( 4 ) C1-1. 19 Engineer Cl-1 ( 4 ) C1-1. 20 Contr=actor C1-1 ( 4 ) C1-1. 21 Sureties C1-1 ( 4 ) C1-1. 22 The Work or Project Cl-1 (4 ) C1-1.23 Working Day CI-1 ( 4 ) C1-1. 24 Calendar Day CI-1 ( 4 ) C1-1. 23 Legal Holiday CI-1 ( 4 ) C1-1.26 Abbreviations Cl-I ( 3 ) Cl-1. 27 Chance Order C1-1 ( 6 ) C1-1. 28 Paved Streets and P.-Ilevs Cl-I (6 ) C1-1. 29 Unmaved Str_=ts and P15 eys CI-1 ( 6 ) C1-1. 30 City Streets C1-1 ( 6 ) C1-1. 31 Roadway C1-I ( 6 ) C1-1. 32 Gravel Street Cl-1 ( 6 ) C2-2 INTE??D.ETATION AND PRE2PR3TION OF PROPOSAL ' C2-2. 1 P,opcsal Form C2-2 (1) C?--) . 2 antaZ-zrar===on cf Qfzan i es C2-2 (1) C2-2 . 3 Examination of Cont-Tact Dcc,=ants and Site C2-2' (2) C2-2. 4 Submitting of P.00csal C2-2 (3 ) C2-2, 3 R=jec=ion of Proposals . C2-2 (3 ) Bi C2-2 . 6 d curity C2-2 (3 ) ( � C2-2 .7 Delivary of Proposal C2-2 ) C2-2 . 8 Withdrawing Proposals C2-2 ( = ) C2-2. 9 T_learaohi c Modiiicaticn of ?roacsals C2-2 .( -A. ) -" C2-2 .10 Public Opening of Proacsal* C2-2 (4 ) C2-2 . 11 Irregular Proposals C2-2 ( 4 ) C2-2 .12 Disqualification of Bidders C2-2 (3 ) C3-3 AWARD AND E:CrCUTION OF DOCUMENTS C3-3 .1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business 'Enterpis_ Women-Owned Business =nt_rpri__ compliance C3-3 (1) C3-3 . 3 Eaua.l 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 R eturn of Proposal securities C3-3 ( 2) C3-3 . 7 Bonds C3-3 (2 ) C3-3 . ° 7xecuticn of Contract C3-3 ( 4 C3-3 . 9 Failure to Execute can Tact C3-3 ( 4 ) C3-3 .10 Beginning Work C3-3 ( 4 ) C3-3 .11 insurance C3-3 ( 4 ) C3-3 . 12 Contractor ' s ObliCaticns C3-3 ( 7 ) C3-3 . 13 Weekly Payroll C3-3 (7 ) C3-3 .14 Contractor ' s Contract `ndministratior. C3-3 (7 ) C3-.3 .15 Venue C3-3 ( 8 ) C4-4 SCOPE. Or WORK C4-4 .1 Intent of Contract Doc,=ants C4-4 ( 1) C4-4 . 2 Saecial Provisions C4-4 ( 1 ) .. C4 Increased or Decreased Quantities C=-4 (1) C4-4 , 4 All of Contract Docu,uants C4-4 ( 2) C4-4.5 Mxtra Work C4-4 ( 2 ) C4-4 . 6 Schedule of Oaerations C4-4 (3 ) C4-4 . 7 Procress Schedules for Wat=r and Sewer Plant Facilities C4-4 ( 4 ) CS-5 C INTROL OF WORN AND M- TERIAM3 C5-5 .1 Authority of Engineer C5_3 (1) C5-5 . 2 Conformity with Plans C3_5 (1) C5-5 . 3 Coordination of Contract Documents C5-3 ( 2 ) C5-5. 4 Cooperation of Contractor C3_5 (2 ) .� CS-5 . 5 Emergency a d/er Rectification Work C3-3 ( 3 ) C5-5 . 6 Field Office C5-5 ( 3 ) C5-5 . 7 Construction Stakes C3-5 (3 ) C5-5 . 8 Authority and Duties of Irsgectors C5-3 ( 4 ) - 05-5 . 9 Insaection C3_5 ( 5 ) C3-5 .10 Removal of 'Defective and Unauthor_z__ Work C5-3 (5 ) CS-5 .11 Substitute Materials or Equipment CS-5 (5 ) - 05-5 .12 Samples and Tests of Materials C5-5 ( 6 ) C5-5 . 13 Storage of Materials C5_5 ( 5 ) CS-5 . 14 Exi�tin� S�ructures and Utilities CS-5 (7 ) C5-5 . 15 in" ora5ervi== CS-5 (7 ) C3-5 . 16 'Mutual Resaonsibility o: Contractors CS-S ( 8 ) C_5-5 . 17 Cl_anuo C3-5 ( S ) "-3-5 . 13 Final Inspection C5_5 ( 9 ) (2) nnn non n nonnononnnnnon nnnnn no no nnnnnn nnnnnno 110 m m J J J J J J J J J J J J J J J J J J Ol Ell 010101 0%01 01 01 01 ON ul In Ol ON 01 0)OI ON 01 0%.11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 m mm JJJ J JJJ JJJJ -4—J -J-4 JJ J ON 01OI CIA OI 0101 0101 0%ON O1 01 ON ON a10%0%0%ON0%ON IJ H I-H H H H H H H IO m J m U1•11 w N l- N IJ H H H H H H H H H H IO m J al ul r>, W IJ H J 131 U 1 4' W N H O H O it) 0'3 J ON Lit .W W N H C) O It 111 I-3 IIl 1. Ol L H H N H 0 1'J y ; n 0 Id .W u1 Id In Id Z n b Ill',,111 H cJ io' n u n H :: � W w :1'' 'd 'd u) 'd •U L-I L' a IU 1,1 lu lu 1 o G lu IU IU r. H•IU x H•O r H•11 111 G rr lu O O m A `i lu rr P.O N O a O u1 UI lu 1 rl fa N lu lu lu UI 1�•N 'Il 1 h I-1 i� 11 UI rr h El uI 1-1 H fr 1:1 It N VJ O I1I U'0 lu 1.1 a IV 1-1 17 L1 H-u.P LI •'J Cu h III Ii H•H 1�•U"I fr li a; (,l fl, U) UI IU H 1-II 7i"•U 1--rl'U'U Ili lu III IU %C ti H-In H•1-U) I r III S; 1'1' IJ III,U I�G I'1' lu j1, IU :ti 'i 1�IU 4 1�1-•lu L1 ul I a G C. 1r 1--I - IU O P.0 ID I-G P N fi- 19 to IU Id IU O IU 11 O H.a O H•In h Iq 11,IJ O H•f.IC H-H•fr a H• L' w 1-1 •U 1C 'I H N '3 p -I h P O u) In O OI n lu n a fl-n a H.Iu rh u1 In 1-1 rr rt lu IV Iu ID F 1-h n lu ul 1-'n 11, rr fl' rt h IU Dl lu H a VI W lu (U uI 1-11 1'•1-11 n 1'r fi' f+ J ft- C, OI lu <I ft a"I1) N H•1J Il I] 7 1'• lu Iti IV it IV UI U •II I--' '?; :x ft 11 H•1-fr 11 H- O a'(D P-ft' ID 11-1-3 N H IU r1'N ID 0 h ID to rr o rr P,IT Wry ul u)Iti P. l,l n D 1 ID P-10 D H•1-< O n ri n ID 1-1 O H•LI a H H h O P,1D IC ul a'O: H O 1D a" ID n N ID N ID U V. I'r O 0 :1. a Ill O a O O (]� t] O fl'IQ O IU L'I 11 U) .1 rr h N 1-1 a H•'O ul li a in 1-h Ill tj In rr y J":J rr J ra a (f) -�j O O ul a Z m O -lU U'rr ill -H• - ft a H, O a (1) 11 IU P, H o a O ID G U''O 1-h H H 171 O 1 IC U ID O Ul q u1 O VI O rr D C O HI o b P,rh O (: 1II 1-1 O u1 l<t H IV IU O O rh b 1-9 U" r1' N f: fl- 1-1, u1 n I'1 U) X: U) rnlC 4 H•.H b"O I-h IL UI O 171 H Io ru'U IU fr t3 11 rh rq ! Ill H•" w H.n a ID n n ;Il O N H•IU H•H• H•n H•.m 2 ui h 7 .u' ID ID n fr H•fl O n U }C H IV IV O H-P,11 . ;il H lU a In <1 It a Io n IL In IU n (V U) 10 N n lU u-b n a o 1-- -:3 to h O or U H-W U a fl. Ili P, ul fr Ill IU a In a"U a H•u) IU 11 G -d 0 n O a N n O UI 1: O IU H x 10 U•a 'All fi- N'U IC n p H H• 'U 11 rJ ul H•u) rr a P O 13 -0 'w N iIi P.O a fr a 14 Ia H-11 a ID '1 IU III rr .d Iti H O O 01 h O ri O 111 lD a 1 ri- •7 UI IU z 5 I a rr P• rr o rr O a N h rl O a 171 W N n a n n W O ti n VI '.Z ID rr H IV q Ii O O h a 1-II fl- a N F III (] O W U1 h H- 1u VII VI rt ft I- In rh N O N U) H• rl [Ill r4 a lu O fl' O f) U rlt Imo•1-••IJ ul U 1'r U H•O III r1 1 n p •fr Id w ft 7, UI 7 n 0 n h n N N P.h h' E,l IU U"O IU H•h U' h O N Y' fr 4 IU 4 -- H-H (] H•It n ID ft' P. O a ] D K UI Id a"H.h U) n O- H• 'd 7 lu O ID I I UI ID IV ID O a ID 13 P, P,a Ul G 1-1'H ft' O a Cl H P, IC rl ti In H•a a rr P, I 1 Ib m U' In H•P. O a N H• I • lu H (] n It R H n Ill H ft O V1,a O p rr ID F. H•(D H n IU ID 11 O IU III O 1(4 H• Ir, J IV rll N 1�. H•N a a ul ' lot N VI. rr H 0 n s. 11 In W rr U) 11 O n rr H•'U H• 1-h O W It Id IU H, U'n U)ID lu (d r11 ft' fl' U O H IU O n re (V H• G m O rr a" f D' a lu 13 I-11 h III O U' 19 rr IU r1' ID V1, rr ti 7 H ID P d IU O .J' . N• U H• :1i 13' UI 1'• ID :J ID Id 19 O rr n O 1D fl rr rr tl fIl a H• ri Q u) O I I O lu K:E: n W ( H p ID H E VI h 10 Ly Iu ;S• ul I-1 r( lu H to Iti nn nnnn n nn nnnnnnnnnn nnnnnn nn on n n n n n n nnnnn 1-3 CO -1JJJ J -1 J J J J J J J J-4-1 J OI OI OI ON ON O1 u1 Ol /n In a1 ON In In 0101 al ON 01 ON Ol 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 1 1 1 1 1 1 w J JJJJ-4--J-4-J JJJJ ON OI ON OI OI OI ON ON Ol'01. OI ON ON OI OI ON ON O1(310101 H1� s-_H J J OI ON UI IJHHH Ho HH H m maUl w NNH H ----- t -- H ca-a . 3 Lumo sum C8-8 (1 ) C8-8 . 4 Scow= o= ?-a ment C3-3 (? ) C8-3 .5 Partial ?stimates. and =tainage C3-8 ( ? ) Ca-8 . o" Withholding Pay";ent C8-8 ( 3 ) CS-8 .7 Final Acce-Otance _ C3-8 ( 3 ) CS-8 . 8 Final '.Pa-yment' C3-a ( 3 ) C8-8 .9 Adquacy of Design C3-8 ( 4) C3-8 .10 General Guaranty CS-8 ( 4) Ca-8 .11 subsidiary Work C8-8 .22 Miscellaneous Placement of Material C3-8 (5 ) C8-8 .13 record Documents C3-8 (5 ) PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in Olace 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 c the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and oerformanc=_ of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENER=_L CONTRACT DOCUMENTS :' The General Contract Documents govern all Water Department Projects and + include the following items : PART A - NOTICE TO BIDDERS (Sample) Whit= PART B - PROPOSAL ( Sample.) Whit_ PART C - GENERAL CONDITIONS (CITY) Canary Yellow . _ (Develooer) Brown PART D SPECIAL CONDITIONS Green PART E - SPDCIF ICAT!ONS El-Cvnite E2-Golden Rod E23-Wait°- ?MKITS/EASEM NTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White y. b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a sucalement to the General Contract Documents and include the fallowing items : PART A - NOTICE TO BIDDERS (Advert isament) Same as above PART B - PROPOSAL (Bid) PART C - GEN-MAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/E.ASEMENTS PART = - BONDS PART G - CONTRACT PART 3 - PLANS (Usually bound se:�rat_ly) C1-1 in n n to ul n E ti b n rr W d 41 n to In n to n to N to to P n ' n'o N n n ti O b rr rr n a n r4 ID n ID 1- a rr rr O O IU N H IT 0 O IU O t1'O 1--• t1 O � 1-1 a n to U1 h• O lD u F' ID H, rt O tV I� O ° G ur II n I a n w 0 ry in n 1 10 W n 4 0 to ID ❑ O n tl G I a ly p, I to 1 n O a 1 rr t ry rr 1 rt . 0, f1• a ID u.n 1 n (D a W O w UI M 0 10 1- W I..,fl 17'011 t"fi' a a•1-' G 1' it. W U 71 G N 10 9 ID ty r- l' IU W t1 r- h M I-,� rr U w n O N P • n Iu I-•IU . 1-1 1-'0 t... O ID I-- F-• it ID r• tp W to lD w ty O m t1 �• ID r1 IV n M P.(r to I-ti P.° m r- !' C 0 V1 p r• Ut 4 .n ul rt w rt nut Il rt a ID M O :] ry W,y r•-I to t.q LLT to N tt n rr to tC N W lu O ti W �.G 1].IU I11 0 U1 L].1U rt N n 0 o ID N.Q a 0 O G F..N . W H I- r,I ro u 1-t ID N z 'r', IU Ut r• u) n rt• 13 n Iu : n fl- a III ,-.. p, _ ,d lu 11 n O tZ,(1 m 11 a'IU ., [I O rt tt 0 rl h1 IU m 1y ID 1�.lD ] U�_ 1 1 �,W 1'I' 1u U O w O to O lu.IU W 1� H 1'4 Z O L•'V 1'•:] IU l•1 rr f,.n ° ID W,y n 1 1. 1 1 ,I 11 R d n to N'U rr n u1 tr O fr 4 IA W N rt, E h 1.1 rt a'u, l rt t E• •tl ,-I ry .• ry n 7 . UI r1 1-1 a'IU ] 111 P- n a lu 0 III ,�.IU G �d IV J•O 0 7 y :] IU U'O P.11 1�•fu t] rJ IU F••LL O I.J O O ID 1-1 11•H ti.:1 :3 rt FI 1'F n it. IU rl n I'1 1-1 to F••• N•U, (]. '� CL d P•IV P,IU a•O rr�, O' t••I--W lU n n p' w it) o n k 1•1 U) iD N,Ht ID E p 1-1 I ID (lUy u. n P• ii t~1 b'G •irtj (� stn O p.(D L-I a In U H.f rt HI O ,7 p.O U W .. ID 1-'••a O ID t1 to I).rt- H IU lU to H lit lU r•n w y U ,,.,.a o'l7u n lu Io to u1 It a O P•11 P.t-• n q ty W lu 'd O 1U rr,1 h•U ar n 1-I a' IU t4 G1 H,U a lD a. �, 11 n a D IL 0 t (,.tr rI fr G P. L.S. 1-,• to ry 4 0 1y ft O ,� F, n N 1 ,y n rt i U 13' Itl O' f+ W O 9 0 0 O 4 I"a ve rt VI 7., n W IV O n ID a l7 • 0 IU P W O ff° ID fr 1�H 1.0 tit a M Ili G Ci 7' ID W Ul t-a' a tq IJ.t-< ul M r W H O IO 94. f]' 0 ID 1(j a't,.,....Cl I,4 P. fr p Ut,U R (fit n t-..@ r1 ID tr,..+ °C N rh E n M to t1 U^O t< 10 FI to n ID f ltl 0 w Fl a to N O n H.H to C( O r°t ° O 1D IUl1 h ry r m S r,1° n W W I.1 ro rr rr 0 1y N O IOU of ID u.0 ID to H O (W a p n O p O r0 tD N rr Uzi tb (D 00 ri p'to O'1'.U IV O 11 W ul n ID rt n IQ ID P. p x r, ID W fr z • a ti 11 .. H a Il Ill IU 1�.rr Iy H a U1 ,..t1 P.F-• O. :]•G H n 0 rr Ili P.1.,O rt f {it Ul W N n t<: UI lu N rr In O O a a'E1 IU ;y Ir 1 O N ID ut IU W r• O n 1'r Iu 11' ,7 O $ W to N On n G (D w '' ,p to In t1 tall.7 O n IU '• fi n fr IO fry ID rr Y. F .'] H.IT to lD N ID tt P. In a rr E to IT O W F•.D t1 IU p `� P, n P"d W .'l. N• 17 U'a'IU rr ° IU a F•• t'C h rt,y p' O I I1I t1 W lD to to G t--• tv rr Ill rt O 4 14 r•n O ti h w U a to O a O a''ID to p 4 �. 17 ly. u to In a �r- n r• ° to to a HI o n N IU a 'D ro a o E i d N r N rr 11 lu a'rt. .n Iu lu n n lu m h' H,lu 0, 0 G1 p.` Iu M ['•,0 1'"° 1-- o rr H.° (S Iy ib uI-' ID lD 1- ,,. to rr F, 1"+ IU n r• P. 1 Ito 1y 111 n m Ili O W iC It n 1-n Fu (I. IV tC u ti D in IJ N IV ],•O•to 1� �° F•• n ° 'r-1• rr III 111 G a ul rr f IU ° rr t, N ID <I 0 rr IT 0 c't ID � N to 1-r•fP ty IU rJ rl fr U'a 0' IV E IU El Ul lu (r r1 x ID I-t,q ID I'-w to r. w to a rt ti N ]' ft. E ID w �H W �' ID to n rr a to I P•a' U q M ID tD O'C. r1 1-1-t a IT E Ia-1• UI(�•' n tD Iu F••a 1- IU Y ij to IY n•lu ] IU Ill IU r• rd a n �f rr 1 rr P. r'a u1 ti Il O £ fD ID ti IU O Y ° u1 O 1•.UI U IV H.O H rr O a'H Ut n n rr I—HI , it t3 to l Il P. 0 n to ty,ti N 11 1.. W n a 0.O a N ty ID O 0 t' Iy F.. 0 b1 rr P. n l0 1-itI to 0.0 0 1U IL I-,fr tit ° p'O tit N W rt to for J Cl'1: a rt,] n 0 IV-, � IV I,. rr fr O 0 ID 11 Ili N Lr G 1-11 P..y t.. rr IU ty'1 IU :_I'W ty (]' UI U a tFI1, to a"to 0,to t] ID t1 . rr In rr W O rl r to ] -0 H.r• w rr. ,�.a n 1— ] Imo. t✓ ID 11 to N N n n o to a•D:3.h rt ID•0 li UI ry ry 'J'1— iffy w tC 1($ 1-Iy a �In I r,u W.0 rt 0' O ft ,° u ►Q Ul p IU r• G ,o IQ W 1 IU U u to 7c IU tD In a m a' n 1 ti o l l F rr 0 U n t u :i W :t rs 1],'u Irl u. a lu a' tt Ina U o 0 .t ° ,rf--lD W rr ro ;r w ut r• u. ,I, to o ° lu II, III w t-•o v1 o I it rr ,, ri r. v O l t Y li (r Lit 11 (1•rr IU E a rs E n li to h fl- lD 4 n u a 0 IU to .O rr rr 0 W ID It N IU ly n, n IJ(, O 1+ 1 (. IV F't7 rr to W ID lu G �, rr to a G ft W r11 ltI to a it N a t rt ID 0 Ht rt N IU 11 to 1-t IU O f1• N n F..r,- A.ry to ,.,.,1�. IU ,'r ry 11 0.ry p'„ IU IU to rtt UI ID 0 ,r rr f r•M G P.P.rt 1-O In w rr p•n n IU t; ty 0 O P IU lU I-h UI P.rt N In to ID a rt ID lD F•• a IV n 'y lU G rt ID fr a :7 O a' If . IT 0 It ° rr to w IY•1�IJ rr IIt r1 Pt lit rr n• IT rlt l3 r. IU to rI rr O O P O :r Ut ft p W O O U Il a'F'to a N,Ili :1 tit r•a'a• m U It1 IU J I'-a'Ill O W N ID ` O N ` IU rl rtt tl rr to 1C ly to lu I- P•• :y to ro :]' W W ID m 13 IU 7+11 w _ aithful ? erformanc _ of the contract and include the ollowinc a, 2erformanc_ Bond (see paragraph C3-3 .7 ) �- b, ?ayment Bond (see paragraph C3-3 . 7 ) C . maintenance 'Bond (see paragraph C3-3 . 7 ) d. ?roposal or Bid Security (see Special Instructions to Bidders , Part A and C2-2 . 6 ) C1-1 . 10 CONTRACT: The Contract is the formal signed agreeme::- between the Owner and the Contractor covering the mutual understanding of the two ccatracting parties about the prof=C= to be completed under the Contract Dot=ents . C1-1 . 11 PL-NS : The plans are the drawings or raproduC_ions therefrom made by the Owner ' s representative showing in detai1 the location , dimension and position of the various elements of the project , including such profiles , typic =al cross-Sections, layout d).3gr3lI'S, Working drawings , preliminazy 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 . - Tae plans are usually bound separately from other parts o_ the < Contract Documents , but they are a Dart of the Contract Documents just as though they ware bound therein. l Cl-1 12 CITY • The City of Fort north , Texas , a municic=_1 's corporation, authorized and cha_tered 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 o_ Contracts involving the City Of tort north is by Charter l vested in the City Manager . The terms Citv and Owner a_°_ synonymous . C1-1 . 13 CITY COUNCIL : The duly elected and qualified gove_-ning body of the City of Fort Worth, Texas . Cl-1 . 14 MAYOR The officially e leered Mavor , or in his absence, the Mayor Pro tern of the City of fort Worth, Texas. Cl-1 . 15 CITY M-a1IAGER: The officially appointed and authorized Cipv Manager cf, the City cf Fort Worth , Texas , or his duly authorized ze,3 asentativ=-. C1-l . 10 CITY ATTORNEY: The Officially appointed City Attorney Of the City of Fort Worth , Texas , or his duly authcriz =_d r_pras_ntative. Cl-1 (3 ) 010 0 On 'dJE rt £ P•n NIUrN•n IuNwut Inn EI nmP.0On Pimry on 111:4 non U'ti r h r N •• O O•a• W r Ada H.A r .0 r A G r N 0 p 1--0 O r' G G P ti.1-1 In 0 1 1-' t•H.N in IU 1 1 11 o ty IU H. I W G F7 1 'O r P.ty n I rr a U•t1 a 0 I rh•c7 rt I H Us tt tt I rr t N r 13 1� p1 o n r I-.I-.N r ti (U A'r 1U rr I to fr,p r 1- N a ft I- to 1 N IU r ,� .J ty n O '4 n'n to'U A O in tt 11 l IU to w n C it N •13 1J ty N O a a r.1 1U ft W Iv C 1D lu w p 1-••w p n p, 0 ul Y o a ri- a rr r t'1 to 1� IU P.Ut r III t11'7 rh O 1.1 IY IU to N 1U ,Q rr IV O N N n U r n`C N A 11 IU Iu . O m W n J A tT tr d 0 it rt C A P,0 01 1-• r r rr o N r• a n to a'6 H ll t-•rr O G U, m a In rt tc rt n rt N „1 rr ty U IU W N n w IU t..F rl . H n 1 1-n P•In ty tU rt IU tU 0 l•1 H O H .1 rr H 1'1 O t`t J W W n :1 O lu It) UI D.1y lu N Ur q O 1...to O 1: W tt W 1Y n p ID 1"1.:� IU .d rt £ n r`d in lu tl L'J N lU n n tt rr n tt t-•11 F >< Er Er u, t•1 I 13.0 a lu r Ti 1:3.a to a 0 rr•n N t,l rr i t rr EJ z m lu lu ft 1+ t1 w r1 ri `Y o n Lt P z +t W tU t1 lu G 1-1 1�p, Iy .n ID o to Iy H 0 O rl'a'ti 13 rr A z Ut H ,y a• rl (u rt UI 11 W w a'H n rr W lJ rr P.z lu a' O It) a It w it) H A rr nl O ►' :j'h1 *C 'v m m I'..'0 a' 1-••0 t.,4D CT� 1n rr L,4 (U I.1 a t P.u1 In o 1.1 o to O O r rl rt u 'W 0 p ;U rr to O u1 ;d .. O ID to a 'p A 1C ,y,1 u1 W tt (n 1'� to f••O pl'in • 'w Iy sd !3 .d 1t 'C N O P.1y 1y W a 1-1 n rl, rt H, tU .. U, 1" It' UI H 1'r UI fl.•• r O n h. rt O (U n- to d ° t•O In pd L, t (; Cr O ID lu N A ��•0 Iu O p O �l a D. u1 t1 �t. n "1 rJ rt . r• , O rr r1 lu k IU P,IY a'W ty U1 Hs Iy t- U.t1 n 5U fl ft 1 t3 W H O ,d ,U.� d tj 1•. d H, rt •• n 1U p III to r•IU I-.H O t-.,ty E r•.. a' h•a n a. a' y p,IY Q r 14 q rt O �+ rr a r• 'd t.m r tt a' tt 0 IU Iu A lu lu rr P. 1-• I fl-W 0 n to '• ;� A .T'rh rl rr In n W a lU r rt lU to . n 11 (U rr i U1 rr lU u1 II 1� h U•li 14 o ID o to a'W:0 IV W O 0 . rt 13 O P, w ul P,t1 P.H , ,� � rr F, tC . H IU G X ' ` rt to lu r l A I iU n 1"1j,p O �' O ID a n ,h' 'U H 14 E In A Cr t1l H,a O'E O O N A r r1 n a' n n Us n N Its E I.-to m O Ut r( n O to H.p .,F: rl Iy 1-3 I i • Cr to r r•1U 'U 0 r•ID 11 0 tl /1 W 1-3 t1 rt•,U tl rr w lu tU r ld rh IU F' rr W rt U, r1 0 n N 0 n rr O H,:r O £ n th ry O.0 a tU rr 0. ,C d 7d a.ro J:F: , r lu (U r a'In O a [n 1-- n r4 rr a'H,0 Iy O O ~ 0 fl tl IU 1 a it' 0 r O tU t1 o F- P.C1 I P.d p lU H r N tu. 7�a d ft IU• rl art Iy 1..1 u a ti h U1 t. O t1,a P, 1u rt lu rr P,In In N t7 ], t•-rr 1-a rr rr. a n u, b1 W 11 iJ r rt ... r 0 lu x ar A N-IV u, r O IU a 5''-< P.it) iu h 0 1U O 0 r*. tJ O G N lU r rt It 0 ry n 0'C n' W r n IU rr lu 0 H X ul 17 '`1• Io r1 ft. ft j4' tU W O p•r IU P IU a VI lu ll I� n rr Iy rh p• n O H.1U'I.y 1D ID rU a' y P' Ij E IU H. P. ,d W . IC /C r FJ 0 a'n to O O I'll rt.I t-, n 0 U, a N td O 11) r1 rt ID III P, w w 0 to to J ID p m " P. a•o u d 11, ,[1 11 0 0 I'< ft IU r1:1 IU W Cr L).a'U a,U H. iD li o 10 rt IU o n I-.r1, U• �•ft 1.1 to P, t•tG ~ �. o A U1 U O rt r n rt O rt It) tl P•1 rh IU p p r 2S H. tY In H. O IU rt rt P, r1 u1 1U O ty a a'w In Iu 0 w ty •U IU r. tl 0 H D A F, k A A CJ• 11s 0 . rr a III In IV rr U, rt tl a U In tU to IU n ID.11, 01 k U1 UI 11, IU P 1�IU ty Ilk rl.0 1-. E rr � I-.IU A O tt A P' (p fl' 0 N J ^'d P,ID '1-t•' O ri r•P' ly I,t, 0.n a, IU,0 01 �r. n O ut fr Q' fry n to o lu � N J" IU W A P1 N n E W r O 1. O•o 1Y ul t1. � .y ti A'A• rr IU,(1 r U) �- I''-tt Its to 17 rr n 0 n ry IU a n r1 r IU rr IU - 71 IU IU lU W 'o b r P, 0 IU r tt fr a ft a' tC O in 0•a rr W O UI 'd rt n 0 o U' lu rp a'n rr 10 tY G h P.t1,y rt I-.tt to ID fr Ia WO t1 � I n P, ".Ao I- 11 IU k; IU O 1 d'a'N H.P. U 0 IV N a'A ri to ID 10 m It) t-'N p lit y r ft O O tl „Ia IU O�U) w r Pi A•0 n 01 ly n IU IU IA rt ft 0E ;•,y ,p fd g,5 ;1 14 t.y (1-10 U' H J UI r n t'-IV n us 1n a P ti fr fl• ,p I_a.N 1Y p rr N n IU ID a Iu IU W ` 0 u1 r• 0 W 0 % rt d W 0 tT rt p, tU rr T tq A 1y R (..t7 :3 U,0 li 0 rt �y CW fr rr,IU w 1� O'0 '] 1 IU ry O O.U.U .4 ly fr O t1 N- lu 1-100 11, 0•�U IU 1�rt t 0 IU U n Ft to u11.V A `•1 n tt to n A W n•VI P.to hrt..r.l O' III �, W E Err 1— A lu o IU rr P, rr A rr rr a' r�. n ,t n r1 P, rt r A rr N N I H N P. r•O r. r 0 ft. C O rr rt' r• O N 1U t-'ID O O r•p, (U u, O 1U A A IY a'O' a ID ] 0U N O 1''O iD tJ IU a'Iu tt in ,i' :] A t1 fit a ry W rr n. P.P.(U 1U 14 n,l l :17 ul N tY ty s< ry rr P, W 1- I. New Year' s Dav January 1 2 . M. L. Rinc,' , '� . Birthday- Third Monday in January_ 3 . Memorial Day Last Monday in May 4 . Independence Day July 4 S . Tabor Day First Monday in Septe_*nber 6 . Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday is November 8 . Christ-mas Day December 25 9 . Such ot�=_r days in lieu o= holidays as the City Council may detsrmins When one o= ter._ above named holidays or a spacial holiday IS declared by the City Council , falls on Saturday , the holiday shall be observed on the preceding Friday or it it falls on Sunday, it- shall be cbs_rved on the following Monday , by those employee_s working on working day operations . Emploves- R working calendar day operations will consider the cal=ndar holiday as the holiday. C1-1. 26 ABBREVIATIONS : Wherever the abbreviations d_finel herein appear in Contract Documents , the intent and meaning shall be as 'follows : ` •. AaSHTO - American Association of MGD - Million Gallons Per State_ ?ighway Transportation 'Day 0==icia1s ASCE - American Society of Civil CFS - Cubic° Foot per Engineers Second LAW - in Accordance With -ASTM - American Society of ?yin. _ Minimum Testing Materials Mono. Monolithic AriwA - Amer ican Water Works 3 - ?ar:_ntum ?association R - Radius ASA - American Standards Association I.D. - Inside Diameter FI - Hydraulic Institute O . D . - Outside Diameter } Asoh. _ Dsjhalt E1ev._ Elevation 1 Ave.. Avenue F r"zhrenh.it Blvd. - Boulevard C - Ce ntigrade CI _ Cast Iran In. _ inch = CL Center Line Ft. r700t 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 Iran " Cl-1 (5 ) Cl- 1 27 C=INGE ORDER ?, " Change Order " is a written supplemental agreement betwan 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 sCOOe_ of the project. on which bids were submitted. Increase in unit guanti_ies stated in the proposal are not the subject matter of a Change. Order unless the increase or decrease is more than 251 of the amount of the particular item or items in the oriciral Drcacsal. All " Change Orders " shall be prepared by the City from information as necessary furs i shed by the Contractor. CI-1 . 28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one oT the following types of wearing surfaces amolied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without =ec•aral= base material. 2 . Any type_ of asphalt surface tr =atm=at , not including an oiled surface , with or without . separate bas= material. 3 . Brick, with or without separate_ base material. 4. Concr3=°-, with or without sa=cral°_ bas= material. S . Any combination of the above. C1-1 . 29 UNP V"ED STREETS OR ALLEYS : An unpaved street, all=y, roadway or other surface is any area except ;hose defined above for "Paved Streets and Alleys. " Cl-1. 30 CITY STREETS A city street is defined as __gat area between the right-of-way lines as the straet is dadicc=ed. CI-1 . 31 R03DW Y: The roadway is defined as the area betw=en parallel lines two ( 2 ' ) feet back of ;he curb lines or four ( 4 ' ) fee: back of the average edge of pavement where no curb exists . Cl-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 immrovement was made. CZ-1 (6 ) � 5EC:ION C - GENEmA , CONDITIONS C2-2 INT= °?. T..TION ��iD PFZ?_%R_TION OF PROPOSAL SECTION C2-2 1_NTE_PP.-TaTION AND PIRZPAY TION 03 PROpC'S C2-2 . 1 PROPC:P_L FOR24: The Owner will furnish bidders wit_ proposal Torn, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid pri=es ar 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°° form=al contract. The Owner will' furnish forms for the Bidder ' s " Experience Record , " "Equipment Schedule , " and "-inancial Statemant," all of which must be properly executed and riled with the :-)l_*e=tor or the City Water Department one reek mrlor to the hour :or opening of bids. rThe financial statement required shall have been prepared by an independent certified public accountant or an independent.: nublic accountant holding a valid permit issued by an rappropriate state licensing agency , and shall have been so Dr_D.ared as t0 re IC.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 zeing 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 acc=_ptabls_ for a given project , it must reflect the experience of the - ire seeking qualification in work of both the same nature and magnitude as that o= the project for which bids are to be received , and such expe-rience must have been on projects completed not more than five ( 5 ) years prior 'to tae date on which are tb be received . The Director of the Water department shall be ,sole judge as to the accept=ability of experience for qualification to bid on any Fort ;north Water Department project. The ;Zcspect 'Zidd_r 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 4 project on which he submits a bid. C2-2 . 2 INT=R_?ET_ATION OF QUANTITIES : The quantities of work and materials to ce furnished as may be listed in the proposal J C2-2(1) farms or other parts of the Contract Documents will be considered as aoorcximzte only and will be used for the .- ourpos_ of comparing bids on a uniform basis . ?ay;n_nt will be mace to the Contractor for only the actual quantiti es of wO- p�1'fOrmed Or materials furnished in strict accordance with t_^.e Contract Documents and ?lans . The cuant:itias of work to Z=- performed and materials to be furnished may be increased c= 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 Or CONTPLACT DOCUMENTS AND SITE MF Bidders are advised that the Contract Documents on file -with the Owner -shall constitute *.all Of the information which • t °_ Owner will furnish. All additional information and data which i the owner will supply after promulgation of the formal contract documents shall be issued Ln the form of written addenda and shall becOI*mbecame Dart Of t:!°_ Cont=act DOc=—.=_n j71st as though such addenda were actually written into t.'1°_ Cr 1Qliia1 Contract Documents . Bidders are required, prior to the filing Of Dromasal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , t0 inform themselves by their own independent =` research and investigations, tests, boring, and by such otn=__ 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 oropesal . No information given by the Owner or r 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 , re search , 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 F bidder has mad_ the investigations , examinations and tests herein required. Clai.rs for additional compensation due to variations between conditions actually encountered in construction and as -ndicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing On the plans ara for - general information only and may not be correct . Neither the C2-2(2) Owner nor the ?,ngin_er guarantee that the data shown is enema-i of condi eons which actually exist. C2-2 . 4 SUBMITTING OF 0P0 5A-L The Bidder shall submit his .Proposal on t.ne form furnished by the owner. Pell blank s_aces applicable to the prolect contained, in the -form Shall be correctly filled in and the Bidder shall state_ the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnish= the materials required. 311 such .prices shall be written legibly. in case of discrepancy between the price written in words and the Dric wristan in numerals , the price most advantageous to the city shall govern. If a oronosal is sLbmittad by an individual, his or her name T must be signed by him (her) or his (he*) duly authorized agent. If a proposal is submitted by a firm, association , Cr 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 propcsal is sunmitt_d by a company or corporation , tae company or corporate name and business address ,'Bust be given , and the propcsal s;cned by an official or duly authorized agent. The corporate_ Se_a,l 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 propcsal. C2-2 . 5 REJECTION OF PROPOSALS : Proposals may he rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled nor alternate bids , incomplete bids, erasures , or irregularities of any Kind, or contain unbalance value of any items . Proposal te.f.ar._d or _ daliver_d after the official time dsignat°d for receipt o,L 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 contr=act , the Bidder will within the requ red time execute a formal contract and furnish the .—equire_d performance and ocher bonds. The bid security of the three lowest bidders will be retained until the contract is awarded of other disposition is made thereof . The bid security or all other bidders may be returrned, promptly a=p== the canvass of bids. _ C2-2(3 ) C2-2 . 7 D_LIV_RY OF 3'.OPCSAL: No proposal will be considered unless it is del ivwred , .. accompaaied by its pro:ar Bid Securiy, o he C Manager or is r=o_ i tae ity res=nttv t t t a Official olace of bL'sirless as set forth In the "Notice to Bidders . " It is the Bidder ' s sole responsibility to *deliv°_= the proposal at the prop=r time to the props place. The maze fact that a proposal was dispatched will pat be car_siderad_ The Bidder -must have the proposal actually deliv=re-a. z-ch _mrop_ osal shall be in a sealed envelop_ plainly marked with the 4 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 north, Texas . C2-2 . 8 WITHDRAWING PROPOSALS Proposals actually filed with the City Manager cannot be witharawn prior to the time set for opening proposals . A request for non-cons idera.ion of a proposal must be mad: 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 or000sals for which non—consideration re quests have been properly filed may, at the option of the Owner , be returned t unooened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time s=t 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 tna signature of the bidder was mailed prior to the -- proposal opening time . If such confirmation is no= received within forty-_iaht (48) hours after the proposal opening time, no further consideration will be given to the proposal. .� C2-2 . 10 PIIBL?^ O?ENING Or PROPOSAL: Proposals which have been properly filed and for which no "loon-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 pr=_sent 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 oz any kind. `aowever , the C2-2(4 ) 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 waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following 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 conta=plated. C . The bidder being interested in anv litigation against the Owner or where the Owner may have a claim against or be engaged in litiga•ticn 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 following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions . 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment- the biddsr has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requiremen6s stated herein, shall be set- aside and not opened. C2-2(5) PP3T C - CENE?IW CONDIT70NS C3-3 WARD P_ND EXECUTION OF DOCUMENTS SECTION C3-3 :.ri.RD AND EXECUTION 0? DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: *after pronosals have been opened and read aloud, the proposals will be tabulated on the basis Oi the quo" ad prices , the Quantlt1 e-s shown. in t_he proacsal , and the application of such forilulas Or Other methods of bringing items to a common basis as may be es to*nlishad in the_ 'Contract DOCTS1Tiem'lts . The total obtained by taking the sum of the products or unit prices quoted and the estimated cuantities elus any lump suit items and such other quoted amounts as ray enter into the cost oL the completed nroject 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 prolocsals , Or to proceed w?th the work in any -manner as maybe considered for the best interest oz the Owner. C3 -3 . 2 MINORITY BUSINESS LNTEzZRISE/ OM—N-OriNED BUSINESS ENTER RISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , - complete and accurate information regarding actual work perT_OZ:Q°_d by a Minority Business Enterprise and or a a roman-owned Business Enterprise_ (BE ) 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 files in the_ possession of Contractor that will substantlat°_ the actual work perLOr+Tied by the M37- or WBE Any material misre presentation of any nature will be grounds for termination ol-- the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating t0 false statemants ; further , any such misrepresentation may be grounds for disqualific=ation of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months. C3 -3 . 3 EQUAL EMPTOYMNT PROVISIONS : The Contractor shall ' commly with Current City Ordinance prohibiting discrimination in employment practices . C3-3 (1) The Contractor sh=all post the required notice to that Ef=.t on the pZ0]eCt site , and , at his request , will be provided assistance by the City c'f fort north ' s Equal Employment -� Officer who will refer any qualified applicant he may ha;re on file_ in his office to the C0ntr3ctar. pprccriata notices ,way be acquired. from the Equal Employment Officer . C3 -3 . 4 'WITHDRAWAL 0-7 PROPOSALS after a proposal has been read by the Owner it cannot be withdrawn by the Bidder within- forty-five ( 45 ) days af"�_er the date an which the proposals were opened. C3-3 . 5 AWAIRD OF CONTRACT The Owner reserves the right to withholdfinal action on the proposals for a reasonable ti*-e , not to exceed, forty-five_ ( 45 ) days after the date of opening Drapasals , and in no event Will an award be tirade until after investigations have been made as to the responsibility of the proposed a ard_=. The award of the contract, 1L' an awa_d is ,Trade, Will .:+e to t'he 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 PR030SA� S " IT!: As soon as proposed price totals have peen determined for comparison of -bids , tae 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 pr000sal securities, usually those of the thr lowes� bidders , will be retained by the Own=r until the required contract has been executed and bond furnished or the Owner has otherwise disoosed of the bids, after which t::ey will be re turned by he City Secretary. R C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file_ with the Owner in the amounts herein required, the following bonds : a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the gull and faithful exe cution of the work and performance of the contract, and for the protection of the Owner and all ether _persons against damage by reason of negligent_ of the Contractor , or improper exe cution of the work or the use of inferior materials . This performance C3-3 (2) bond shall guarantee the payment for 2_11 labor , =atsrials , equipment, supol_es , and services used 1n the construction of the work , and shall remain in full Lorca and effect until mrovisions as above_ stioulated are accomplished and final payment is made on the project by thee Citv. b. X—INT:NANCE BOND . 3 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 , the prompt , Lull and faithful performance of the general Guaranty which - is set forth in • oarag*aph C8-8 .10 . C. ?AY?%i3NT BOND : A good and sufficient. :ayment bond, in an amount not less than 100 percent of the amount of the contract-, . as evidenced by the zrooesal tabulation or otherwise , guaranteeing the orompt, full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes o Texas , 1925 , as amended by souse Bill, 334 Acts 36th 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 stioulated are made. d. OTH=.R BONDS : Such other bonds as may be required by these Contract Documents shall be -furnished by _ae 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 Tort Worth , Texas , and which is accept=able 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 t^e amou.r.t of bond written by any one acceptable company shall not exceed the amount shown on 'he 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 un sati sfacto,:y at any time by the Owner, notice will be given the Contractor to that of=act and the Contractor shall immediately provide a _ C3-3 (3 ) new sure_Lv satisfactory to the Owi=e-r. No payment will be Tinder the contract until the new surety or sureties , as required , have qualified and have been accepted by tze Own=r. The contract shall. not be operative_ nor will any payments be du= or paid until approval of the bonds by the Owr_=r . C3-3 . 8 EXECUTION Or CONTRACT: within ten -(10 ) days after_ Owner has by appropriate re solution, or oth==,his:, awarded the contract , tractor shall execute and file with the Own=r the Contract and such bonds as may be required In the Contract- Documents . No contract shall be binding union the Owner until it- has been attested by the City. Secretary , approved as to form and legality by the City Attorr.=y, and executed for th.e Owner by either the Mayor or City Manager. C3 -3 . 9 rAILU_R TO EXECUTE CONTRACT : The failure o= .ere Awardee to execute the required bond or bonds or to sign =he required contract within ter . (10 ) days after tae contract is -- awarded shall be considered by the Owneeer as an aba ndorment Of his proposal, and the Owner may an.Z121 the Award. By reason of the uncertainty Of the market prices Of ,«aterial and labor , R_ and it being impracticable and difficult to accurat=ely determine the amount of damages occuring to the Owner by reason Of said awardee ' s failure to execute said bonds and Contract within tan ( 10 ) days , the proposal security accompanying the proposal shall be tae agreed amount Of damages which Owner will suffer by reason of such failure on the part of the Award°_ and shall thereupon immediately b= forfeited to tae Owner. The filing or a proposal will be considered as an acceptance - of this provision by the Bidder. C3-3 . 10 BEGINNING CORK : 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 o th m e project within the time stioulated in the writ- ten authorization usually termed the "WOrI K Order " Or "Prot=ed 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 com,,mence work under this contract until he has- obtained all the insurance required under the Contract Documents, and such insurance has bean approved by the Owner . The prime Contractor shall be responsible for delivering to the Owne= the sun_contractors ' C3-3 (4) cert_z_c_ of iasu=ante for aporoval . The prime contractor shall indicate on the certificate of ;nsurance included in the documents for execution whether or not his i_^.surance covers SA D-COIItr�CtOrS . It is the intention Oi the Owner filatt. the insurance coverage required herein shall include the ccv_race of all sub-contractors . a . COMPENSATION INSQ3ANCE : The Contractor shall maintain ,- during the life of this contract , Workers ' Comoensation . Insurance on all of his amployess to be engaged in worst on the project under- this contract , and for all sub-contr=actors. in case any class of employees engaged in he*z a r do us work on the 'p'rcject under this contr_ct ' is not protected under the Workers ' Compensation Statute , the Contractor shall provide adequ=ate employer ' s general liability insurance for the protection of such of his ar'i1DloVees not so prot°_Cted. '^ b. COMPREHENSIVE GENERA.1, LIABILITY INSURANCE : TZ°_ Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comcrehersive General Liability Insurance (Public Liability and Property Damage Insurance ) in an amount not less than $ 500 , 000 covering each rt 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 endorsem =ent to one of the abova-mention=d policies ; and in the amount as set forth for public liability and prcoerty damage, the X ollowing 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 oerformed adjacent to same) . 4 . Damage to underground utilities for $500 , 000 . C3-3 (5 ) � . Builder ' s risk (where above-Ground structur?� are involved) . 6 . Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY IN= Y AND PROP=RTY DA_)-L GE: The Contractor shall Procure and ma'_ntain , during the life of this Contract , Comprehensive_ nutomobil_ Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one Person and subject to r the sana limit for each person an - amount not less than $ 500 ,0,00 on ' account o one accieezt , and au_omobile property damage insurance in an }mo+_at _ not less than $100 , 000. _. SCOPE OF INSURaNCB AND SPACIAL =tZ RD : T:Ze insurance required .under the above oaragramh..s shall provide adequate protaction for the Contractor and his suh-contractors , respectively, against dama=ge claims which may arise from operations under tzis contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following speci^l .. hazards which may be encount?rea In the o_r orrciance of the Contract. f. PROOF OF CARRI. - Or INSuRANCr. The Conte ac for shall ;furnish tae Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached. ) A11 insurance reT_i:=raents made upon the Contractor shall apply to the sub - contractor , should the Prue Contractor ' s insurance not cover the su:-contractor ' S work operations . g. LOCAL, AGENT FOR INSII3ANC:-! AND BONDING : The t 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 t city limits of the C3-3 (6 ) City e= Fort worth , Tarrant County , Texas . ?_ch such agent shall be a duly Qualified, one upon whom service_ of nroc °ass :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 riortn , or any other r` claimant , any claims that the City o= Fort north or other claimant or any property owner who has b=an , amage- d , 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 , than such authority must be ves-ed • in a local agent or claims office residing ih the Mstroplex , the tort Worth-Callas area . The name of thee agent or _cents shall be set .Forth on all o_ such bonds and certi= icates o = insurance. C3-3 . 12 CONTRACTOR ' S OBLIGATIONS : Under the Contract , t�:a A- Contractor shall pay for• all materials , labor and services when due. C3-3 . 13 riBBILY PAYROLL : A c°_reified copy of each oaYroll covering =ayment of wages to all person engaged in :cork on the projeC.6 c= the_ site of the project shall be furnished to the owner ' s within seven ( 7 ) days after the cicse_ OL each r_ayroll period. A Copy or copies of the appliCabla minimum wage rates as sat fo r in the Contract Dacur:zts shall be kept posted In a cons?icuoL's place =t the site of ti,e project at all times during the course of the Contract . Copies o: the wage rates will be furnished the Contractor, by the owner; howev__ , posting and protection o= the wage - ates shall be _ - responsibility of the Contractor. C3-3 . 14 CONT73CTOD' S CONTRACT ADMINISTRATION: _-n y Contractor, bra whether a person , persons , partnerships , company , firm , association , corporation or other who is aocrcved 'to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities , will have or s%-all establish a Tully operational business office within :he -Fort ;forth- Dallas metropolitan area . The Contractor shall charge, delegate , or assign this office (or he may delegate_ his Project Superinte_nd_nt ) with full authority to transact all business actions re_culre_d in the o=_formance of the Contract . This local =authority shall be mass r=_saonsible to act for the Contractor in all matt=rs pertaining to the wort{ governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus dal_gatee_d and directed, to settle all material, labor or other expenditures , 11 a a 6 e r g °_ oth__ a__ claims ag_ins � the wort o_ any other C3-3 (7 ) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under t^.= Contract shall be maintained until all business transactions executed as dart of the Contract are complete. Should the Contractor ' s principal base of 'operat�or_s be other than in the cort Worth-Callas r=tropolit-n area , not-idicati on of the Contractor ' s assignment of local authority shall be Trade in writing to the Engineer in =advance of any ;cork on the project, all appropriately signed and sealed, as applirrable , by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local reoreSentatitie shall become Dart of the oroject Contract as though bound directly into the project docuzz.ents . T'.^.e intent of these requirements is that all matters azsociated with the Contractor ' s administration , whether it be orisn=z,3 in furthering the work, or other, be governed direct- by local authority . This same requir_ment is imposed on in s'?rance and surety coverage_. Should the Contractor ' s loc=al represent=ative Fail to perform to the satisfaction of 'Engineer, t_^.= 'Eigi n er, at his sole_ discretion , may demand that such local reoresentative be replaced and the Engineer ray, his sole discretion , stoo all work until a new loc =al 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 hareinunder shall be exclusively in Tarrant County, Texas . C3-3 (8 ) GENE?IL CONDITIONS C4-4 SCOPE Or WOR-K 57CTI0N C4-4 SCO?E Or wORZ C4-4 . 1 INTENT Or CONTRACT DOCU ENTS : It is the definite intent.. -ion 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 orovid_d for in the Contract Documents , small do all extra or special work as may be considered by the Owner as necessary to comole t°_ :he project in, a sati sfactory and acceptable man::er . 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. 4 C4-4 . 2 S?SCI L 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 mr000sed worst which is not covered by these_ Contract DOC1'nen-s, than "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 3idder in the form of Addenda. Al! such "Spacial ?rovisions" shall .3 COnsi:.ered 40 he a part Of t...- Contract Docuin=_nts just as though They were originally written therein . C4-4 . 3 =NC _TAS_ED OR DECREASED QG;NTIT=7S. The Owner reserves the ric:Zt to alter the quantities of the work to be m=rio_med or to extand or shorten the improvements at any time- when and as found to be- necessary, and tae Contractor shall gerf orm the work as altered , incr=eased or decreased at the unit prices . Such increased or decreased quantity shall not be more than 25 percent o= the contemplated quantity of such itsm or items . '' when such chances increase or decrease the original quantity of any item or items of wort{ to be done or materials to be furnished by the 25 percent or more, then either party to the • contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or b=low the 25 percent of the original quantity stated in the cronesal ; such revised conside ration to b- r determined by special agreement or as hereinafter provided for " xtra Work. " No allowance will be made for any changes in antici_at_a profits nor shall such changes be considered as r C4-4 (1) waiving or invalidating any conditions or provisions of the contract Dacu„�_nts . variations in quantities Of Sanitary sewer pipes in depth categories , snail be inter-prated herein as applying to the overall quantitiA-s or sa nitary sewer gipe in each pipe size, but not to the -various depth categories . C4-4 . 4 ALT-RATION Or CONTIPJACT DOCUIaNTS: By Chance Order, the Owner reserves the right to make such changes in the COntraC Documents and in the character or quantities of the work as may be necassary Or desirable to insure comp l°_tion in the most satisfactory manner , provided, such changes do not materially alter the original Contract Documents or change the g=_n=_ril nature of .ha project as a whole Such chan e s shall not be considered as waiving or invalidating any condition or orovision O the Contract Documents . C4-4 . 5 EXTRA WORK: Additional work bade necessary by chances and =alterations of the Contract Documents or of cruantiti=_s cr for other reasons for which no prices are -provided in the Contract Documents, shall be defined as "Extra Work" and shall be p_r=ormed by the Contractor in accordance with then= C on .6 Documents or approved additions there-o ; provided , however , that before any extra war{ is begun a. "Change Order" shall be executed or written order issued by the Owner t0 co the work for payments or credits as shall be det=-minad by one or more combination of the following methods : a. unit bid price previocsly approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of eauioment used on the extra worn for the time so used at Associated General Contractors of _raerica current equipment rental rates ; ( 3 ) materials entering permanently into the project , and ( "_ ) actual cost oz insurance , bonds , and social security as determined by the Owner , plus a fix=_ fee to be agreed upon but not to exceed 10ma of the actual cost of such extra work. The fixed fee is t. not to include any additional profit to the Contractor for r=ental of equipment owned by him and ::sad for the extra work. The fae shall be full and complete compensation, to cover the cost of superintendence , overhead', other profit , general and all other exmansa not included in (1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above. The Contractor shall keen accurate cost records on the farm and in the method C4-4 (2) suggested ' by the Owner and shall give the Owner access to all accoun" , bills , vouchers , and records relating to the Extra work. NO "Change Order" shall become effective L'ntil It has been amoroved and signed by each of the Contracting parties . No claim -for ?xtra work of any kind will be allowed unless ordered in writing by ttie Owner . In case any orders or instructions , either Oral Or written, auDe_ar to the Contractor to involve 'Extra work for wh i ch he should receive com_oens_tion , he shall make writ-ten request to the Engineer M For written orders authorizing such -Extra work , prior to beginning such work. Should a di fference arise as to what does or does not constitute -xtra work, Or as to the payment thereo- , and the Engineer insists upon its performance , the Contractor shall Drocee_a with t:°_ work after making written request for written M orders and shall keep an accurate account of the actual reasori_ole cost thereof as pro-v ided under matnod ( Iterna C ) Claims for extra work will not be Dale unless the COntract0_ 3 shall file his claim with the Owner within five ( 5 ) days before the tima for making the first estimate aster such work is done and unless the claim is s_DDort°_d by satisfactory vouchers and certifi=ed payrolls covering all labor and materials expended upon the said extra work. The Contractor shall furnish the Owner such _nstallation records Of all devi.ati ions L. th°_ original Contract Documents as may be necessary to enable the Owner to Drepare for Dermanent r°_cord a corrected . set of plans showing the actual installation. The compensation agreed upon for ' extra work' whether or not iniiti_ted by a 'charge order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work , whether said costs are known , unknown, foreseen or unfore-seen at' that time, including without limitation, any costs for delay , extended overhe=ad, ripple or impact cost , or any other effect on changed or unchan:ed work as a result or the grange 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 aDDroval 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 be also shown the estimated monthly cost of work for which estimates are to be expected. T-here C4-4 (3 ) M V-V:) •auTTaptn5 STUB og SUCT4dezX9 sze SsT4TAT4zs Teg Tmcns pue SzzaTTap ' uoT4VzTzgva • 000 ` O5t Peezxa Cg you sonTzA UoTTonz_suoz ptze SXVP ( VT ) use, znc; -, -jagEtnTxozddz -0 SUOT4v=r1D 6UT'C-4 U.4TI+M SaTTTaT�oE 04uT pepTATp aq ZTzgs sszoozd uoTgorrz- SUco at;y •q •SMTg UCT4=ldwOD DUE S ; uameaTnbez 5UTCUznbzs ' S -4t;TTZ- 5UOD SntT � cg U:zc:UOO o; pzdolanap aq TTeus ss�ep voT�STduTOO goalozd T2uTT PUT Sz4vP s OTSSTTW •2 :STnpaums voT;onz,suco su a 5°�TSZnazd uT C, DazzuDE aq TT2US SSUTTzpTn5 bUTMOTIOZ Sul • S�Ua'�:'.cSTTlbci �^'cSTUCO cU� ?O 5UTPUBzSZzpUn Si10=DeZTUO:) sum zxnsus O, zesuibU,_ au-4 U-TM =TrL=U05 _4Z23D Zt4Z MZTA'vs TT2t4S z0;0e_-4uOJ Sqq 'eT,lZSUOS t10T�OnS'',SUOD p=TT`cTap oU. ZO SUTrz�Sp T2t:Tz zU� O� 30T3a . • suOT BzTi-rDzdS TeOTuUO=T ZT4 uT pt:e TTSOCozd au-4 UT pS*4c3TpuT S-vTT7AT'02 pUB S ru=U.cTa :KZOM ITS aT2SOdS0DUI TT2U5 aTt1LaUO3 UOT-4DnZ-4SU00 St;' 'U?nUITUTL^ 2 Sa •zzUrp aq; Fiq PzgOz3TD -a sTzrlSgvT Uons ;a PZzar_TTap Sq T Deus alripsuOs pzgspC.n at:--, ZO scTd00 Szzu ; • ZSSUT5ug Sqq Lq paACZCoa GmTq gO'eaquoz UT S-4uclUgSnlpa F.UZ ?DaT=c5 O-r aTt1D=U05 vUT eS 1 OS-LB TTaUs zcgozs�UO:) alij, • zsauT5U,r au-4 Ac psgovzTp s2 sTeAzs uT UOns '42 zO - POTS=d uaw.E2d TcT- ad UDea jO pus au; -4e S=-vibczd Ten�Oc auq mT_zzzTp sun u0 zz-uz TTTigs So-4O^czquOJ -sun ' szssaz50zd Ylcm eu s'" 'U?'cSLeTD 20&.—au OU eii u-4S 20T- T7 r aTnpagDS aILTT e :O M203 cu-- UT vq TTzgs STnpaU:s Sul • a=-es sqq 5UT TaTdmc-� ZO: sz;sp pa;2TdlUsmUOD sun pus ( UswdTzbz puz ' SlI'eTQ ' s-[cTla�2�3'i - �U=UTS�nOOld bCTDTiTDU't ) ScT�TAT�O'c 20ISm TczaA'v5 auq zz-eqs TTTM at; UOTuM SO a=cp eunr ':(=OM sU- UO 453_0 014 saSOOO.ZQ C_l-4 UZIUM UT eTnDCU,.OS Ct?-4 3o szTdCD xTs T2AozddT _C? lauMQ auq OT -q,,mcns pue axedc1G TTEUE j0-40eS-,,Vo' eq-4 ' TUv9Tn2C SSeZbold nTUquOm '4SzT1 =0 uc T s sTmgrts cg zotzd snap ( OT) ueq UTgITM : ST-1117IOV? ^ SNP ld Eamas CRy ETI M E0` SEanczROS SSEE00'dE L ' t-VO 'ZSUMO sqn on PSUS:UZnz Sc TTcVS S-ruTzd 'vuTT an-[C zo :(zelq cAT_ 4STsT ;z Pus srnsaT;s u L L xi y Z/T-g =0 PS=Td;:d aq T LCLC .-Ziuo SSaaBo3 =Lj, °AiTC�TT-ToA E Sn;cTQ vOT?'vT(5mcz ZO abe4UvD1oC stz; puv ITT c-UOZ TZOU PST no`C uT =q sr- T ' °U-4 tZ-4TM UOT'4OU='4su00 :O ssez50sd Lz_'_ec TDTnu2 Sub 5cTMOt;S u,d2z5 a�TSOdu:oD z osTe psqv= s = zc Sa TTzU = w • . c. Dura6.ions sn'all be in calendar days and normal holi_z"ays and weather ccaditior_s over the dura-ion of t^? contract shall =° accounted for within '-he duration of each activity. d, one critical path sh =_ ll. ,be shown on the E constzuction schedule, e. Float time is defined as the amount of time between the earliest start date and the latest ,. start date of a ch_ia of activities of the CPM cons t_uation schedule. 'Float time is not for the exclu- ive use or benefit Or either the Contractor Or th°_ 0`OMar. . f, Tnir_y 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 SDecificatiOns and each Q°_n°_ral category shall be broken down into activities in enough detail to achieve activities of a-ioroxirately fourteen (14 ) days duration, _ For each gen°_=a 1 category, the construction sc.edule shall identify all trades or subcontracts whose work is • recr°_sented by activities that follow t:'1°_ guidelines OL this Section. cOr each of th;e trades or subcontracts , the construction schedule shall indicate the following procurements , construct-ion and Oreacc°_otance activities and events in their logic=al Sequence for equipment and materials . 1 . Pr_oaraticn and transmittal of submittals . su'-Mittal review periods . 3 . shoo fabrication and delivery. 4 . erection ar installation. 5 . Transmittal of manufacturer ' s ope ration and maintenance instructions . E . I.-.stalled equipment and materials tasting. 7 . owner 's O=erator instruction (if zgplicable) . 8 . r final ins_�ection . C4-4 (3 ) 9 . Operational testing. _ 10 . Final inszection. if , in the ooinicn 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 oC_ratiors without additional ccst to the own ar. Failure of the Contractor to comply with these_ requirements shall be considered grounds For determination by the Owner that the Contractor is failing to prosecute the work with such diligent_ as will insure its completion within the time specified. - C4-4 ( 6 ) ?ART C - GMNIERkL CONDITIONS C5-5 CONTROL Or WORKS z.ND M_kT='RT ALS a SECTION CS-5 CONTROL OF WORE AND H TER::±S C5-3 . 1. "XTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the engineer and in strict compliance with r the Contract Documents . He shall decide all c_ues'Zions which arise_ as to the quality and acceptability Of mat°raals furnished , work. performed , rat_ Of progress Of the work, overall sequence or the construction , interpretation 'of the Contract Documents , acceptable_ fulfillment Of the contract, comper.satian, 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 o 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 or the Contractor to receive money du= him under the Contract . The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor rails to carry out promptly. In the =vent of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Enainee_r :gust , within a reasonable time , upon written request of the Contractor, render and deliver to both the Owner and Contractor , a written decision on the matte= in controversy. CS-5 . 2 CONTOR_MITY 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 reguirerents 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. CS-5 (11 C5 -S . 3 COORDINATION Or CONTRACT DOCUMENTS : The Contract Documents are r-made uo or several sections , which , J... together , are intended to describe and provide for a complete and use%ul or0]:=-, and any requirements appearing in One of 6:Ze sections is as binding as though it occurred in all sections . In case of discrepancies , figured dimension shall : overn over scal=d dimensions , plans shall govern over sOeCi ications , =Oac'-'-1 conditions shall govern aver Can=ral conditions and standard specifications , and cu ntities snown cn the plans shall govern over - those shown in the proposal . -aa Contractor shall not rake advantage of any apparent error o: omission in the Contract Documents , and the Owner shall be ermitted to make such corrections or interpretations as si?y d_am_3 n:c__sary for •the fulfillment of the intent of the Contract Documents . In th.e =vent the Contractor discovers an =poarent error or di screazncy, a shall immediat.ly call t:�i s =onditi on to the attention Of the Engineer. In the _vent of a conflict in the drawings , specifications, or other portions or the Contract Documents which were not repotted prior t0 6 the _ward of Contract , the Contractor sh=all be deemed to nave caoted the most expansive resolution of the conflict. C3-5 . 4 COOPERATION Or CONTRACTOR: The Contractor will be =urnished with three sets Of the Contract Documents and shall rave available_ On the_ site of the project at ail tides one :ems of such Contract Documents . The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall c000erate with the Engin:er , his inspector , and other Contractors in every possible way. ^.e Contractor shall at all times have comDet_,ent personnel -vailable to the oroject site for proper o=rLOrQianCe OL the work. The Contractor shall provide and inaint=i^, at all times at the site Of the project a cOmmetent , English- speaking superintendent and an assistant who are fully authorized to =ct as the Contractor ' s agent on- the work . Such s",oerintendent and his, assistant shall be capable of reading za understanding the Contract Doc=ents and shall receive and °�1fi11 instructions from the Owner, the Engineer , or his authorized reoresentatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate is 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 Sup:rintandent-, at any time Of the day or night on any day of the week on which the =ngine=r det_wines that circumstances Zequire the presence on he project sit= of a representative of the Contractor to - i CS-5 (2) adequa-e- y provide for the safety or convenience of traveling 7u*olic or the owners of property across which the R project extends or the safety of property contiguou's to the Grp ject Lout= The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workiTansh_p and raateerials entering into the work. C5-5 . 5 AND/OR RECTIFICATION WORK : When , in the opinion of the Owner or Engineer , a condition C.L. emergency exists related to any Part of the work, the Contractor , or the Contractor through his designated re presentative_ ,. shall respond with dis_.,itch to i' 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-dav or on a working-dais basis . Should t;le_ Contractor .fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with. the requirements of the project sz�ecific-tior_s or plans , the Engineer shall give the Contractor written notice that such work or c ranges are to be _o_rformed. e writtan 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 steeps 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 City forces or by contract. The City shall then deduct an amount equal to the entire costs for such re medial action, plus 25 % , from any funds due the Contractor orr the project. C5-5 . 6 FIELD OFFICE : The Contractor shall provide , at no extra comOenSation , 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 are=- , substantially constructed , well 'cleated , air conditioned , lighted , and weather-proof , so that documents will not b= damaged by the elements. C5-5 . 7 CONSTRUCTION STAKES : The City, through its Engineer, will -furnish the Contractor with all lines , grad=s , 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 m=arking as may be found consistent with good practice. fi CS-5 (3 ) ., These stakes or markings shall be set sufficiently in advance of construction operations to avoid defy . 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 th opinion of the Engineer , any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed ay the Contractor or any o� his employees , the full cost or replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5 - 5 . 8 AUT?ORITY 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 prepar.ation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may b_ stati cried on the work to .report to the Engineer as to ..the progress 'of the work and the manner in which it is being peformed , 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 or 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 accordant= 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 Insoector will not , X however, be authorized to revoke_, alter , enlarge , or release any requirement of these Contract Documents, nor to approve or accent any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents , He -will id no case act as superintendent or X or perform any other duties for the Contractor , or f interfere with the management or operation of the work, Be will not accent 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. CS-5 (4 ) C 5 furnish I?d5=_A CTION: The Contractor shall ti:_ =ngi_^.=ter with =very reasonable facility for ascertaining whether or not 'Che work as performed is in accordance with the requira"ents OF the Contras_ Document s . If the cnginaar so requests , the Contractor Shall , at any time before acceptance_ or the work, remove or uncover such portion of the finished work as may be 4 directed . Miter examination , the Contractor shall restore said portions of the work %'-a L O the standard required by the Contract Documents . Should the work exposed or examined prove acceptable , the uncovering or removing and repl=acing of the covering or anaking good Of the :arts removed shall be paid for as extra work, but should he work- -so exp-osed or examined prove ' •to be unacceptable , the uncovering Or removing and the replacing C= all adjacent defective or damaged Darts Snell oe at the Contractor ' s expense. No war.< shall be done_ or materials used without suitable SuDe_rvision Or inspection. C5-5 .10 'RRMOJA-11i Or D:,:rECTI'v^ AND UNAUTnORMED WORK: A11 work, material , 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 tin=s and grades given or as shown on the plans , except as herein specifically provided, or any Extra Work don= without written authority, will be Considered as unauthorized and done a_ 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 :.ngineer made under the provisions of this paragraph , the "Engineer will have the authari tv 'to cause defective work to be remedied or remove and re placed and unauthorized work to be r=emoved, and the cost t'herecf may be deducted From any money due or to become due 16.:-Z the Contractor . Failure to recuire the removal Of any defective or unauthorized work shall not constitute accept ance of such works. C5 - 5 . 11 SUBSTITUT-Z MATERIALS OR :QUIPM3NT : If the Specifications , law, Ordinance, codes or regulations carmit Contractor to furnish or use a substitute that is equal to anv material or cruipment specified, and if Contractor wishes to furnish or use a proposed substitute , he shall, prior to the pre construction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the n functions called for by the general design, be similar and of ecual 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 PM St;T Uo ToU PUT szoz:zns STgTznp UTSTZ 1pzrg zSq;c zo s=zO_Ttjd IIC;OOM L'O pGOEjC Cq LTvtys �Sqq 'zSzUTbUg QVT AC pegzzzTp UCUM 'vgT ?O SS'vU�T7 PUT FiTTjt:1D 'GU4 ZO UOT;MAZSSZZC aq-4 eansuT oT ST cs pazoTs Sc TTzgs UoTTzzedo UoTTonzgsuoz SqT UT pas. Sq OT zzz U,o;UM STET=S4Tm TTY : S?YIUZSYW ZO 25YU0IS ET ' S-SO - S M12S47M MSU OqT 10 Zen SUT C''4 ZOTZd 2II2*_ Sc jji-4s sTs'GT ABU labVegC ATddns ZO azznOs cIIT pjnoUc • ST'GZCUOC aUT UT zcT2j ps3z ag CT SZE Ur.. r Z2TZO�II ptE � Tuvuiv0 � cTEbcZbbZ 2s oUT moo: SaTdmvs bUTSM STS?0U0, =O bUTDzTc agT OT zOTad sSvp ( Ts-iaaT TE splem eq L L s S r SL • S?i:e'3i:.GOQ .}.7C1;tIO: agT 70 STUCLIGZ lrtmGZ agT ;as= -nOU SSCD L1GTUM ens2DUOO EII2 bUTO-cjCSZ ZOJ ajCTSi�OCSaZ oq jje'_'S ZO:JcTUO, vgT DUE 'PeDeld S7 a;cZGUOO �UE ezc-, Sq ZBSUTbU` SgT �g DSAcZCdp ac[ jT us qu6t3dTmbs 5uTTZOCsumzq pU2 buTxTm cuT put i :IILTUTffi IIvTSeD ;ScTEE_zbbz cgT � cTaZCUCO 70 SS2c U7 ZSIIMO ag. OT arJZEUG TrcugTM szTd=Ts zTpnr+zpp gs-ruzzz TTTM ZOTOEZTUO:) agy 'as-,l z0_ pcltOZOdz ST'ETZS-SX °UT DU2 cps. Uccq SA2g STSc" TTTun Sajdures SgT Lo paTuzsazdaz sj2TZcTE'_ SqT SS-61 ' zzSUTBU:,: -� Sg_ O IIOTSSTMZZC ua;TTZIA CT_ZTzacSs TnOun`TM "TOU Tjsgs pue SS jc'_*z S beTDZEM=o_ puz buTgza jjoo zo? SzT-nzzz LTM z auT.Bua agT S2 S=TTTTTc2? L*,CnS cDTACZC jj'cus ZOTCc1TuOQ cUy ' zaUMO aU= =G OTZTZacs ZO S-LTT1S.4Txl bUTTSzl Z07 LTaT005 t:T=TZS=- BUT PZCTZDSZZM spouaa I sSgTj StIz gTTM SzUTPzcCC2 UT sp-em SQ jjT DaTZTJans 2STMZSq; O SsajuA ST7TzST2u Zo 5uTId-_es pu2 S'SS'l ' STUzum:)OQ T:.-czTuOD_ ogl 10 sTuz=zzTnLSZ age OT 5=-,Wz07TIO0 bjjn7 =SmcTnLS PUT STETZST'cui BuTgsTUznz ?O 1:VTLICTSuOdscl STU 7O ZOTO'cZTuOQ aq; cASTj'vZ FiEM OII UT cC jTTL;s s=,r iST2m zo 5r T soT 1Kua SSi2'' cm asumo 'cqT O aznjTV7 SUZ •L'c?TAOZC tijjEOTTTOzcs SsTMZaVT'c s=ajun zztmO cg- ;O A:us5i LL'TT=ST cUT GT �rrOSZ'CD ZO: pTZQ PUT ?0 Ssuscxz agT TE SpE"X SC T TT~' STSaT g=as ',Kzvssz:)su szz TIISu:CTnbe ZO S-L7"rz TE'_ 210 sTsST p I STVSuTnDo Tzzl-von SUT UT 1O1 Z3vTTE0 s2 ZO 1ZvvUT5uS SUT ZO uOTLTQ0 SU U ' - ' r- - - .-r C-C T T c..SLM: S 1Qj��a.LFNI �0 SSS3Z QTi:. S�1QNiQ5 ZT D TUSMCTMBZ ZO STETZSIm vSTnTTTsgns zo a sr. cUT zo -, no bUTSTzT ( Szz1 sLquZOTT2 bUTDn jJUT ) SZSUBCxS PUT szs=r.T ' ScFlewep ' smTEj0 cgT TsUTEbE pue u30Z3 iL'=g7 70 asu,4TZ nq psLo Ldms njT=zzTpuT zo AjTozzTp zuoEus pus zzauTbua pue zSUM.O _Szjr_,zvq PTOU pUZ E7T=I-_SpuT TTsg-s zogoaz)uo0. • esusdxz S , 1OTGCITUO� T2 paUSTuzzl Cg jZzv,s U.OT UM azinzea A2u' ZSUMO S2 SDUCC pUZ SZnU2zznb ZDU'c"_*ZOZZad gon= ,TnoUTTM pe-[T2TsUT . 0 zzz zo aq TTEu,s STnTTTSgns ON ' nusuTnzad S.ZCpTSUOO cg ST cTnTTTSgiIS paSOcozd sun moce ET2p Zzu;o UcnS UsTuzn? 0; zoTc-cz- UO ZaTrlbzz kem pU2 XTTjpnr+a au-4 10 B5DMI el4l, Sq jjTM Cum =SZUTDU% Zo T2AOZcc2 uST;Tz-M cgT TnOUTTM PSTTpTSu; ZO p= zsOz0 zq TTEUs vTnTTTsQlns pN cOTAZas S0U2LISTUTElII aTc:-EjTS_&e BuTgTGTpUT pup paT7T3aG5 TegT uT.OZ, SgrlgTTSOns ground, and shall be ..-Placed under cover when directed. Stored materials shall be placed and located so as to facilitate cromot inspection: C5-5 . 14 EXISTING STRUCTURE'S AND UTILITIES The loc aticn and d—imensions shown on the Plans relative .to existing utilities are b=as=_d on the bast information available. Omission f_--m, or the inclusion o5 utility locations on the Mans is not to be considered as the nonexistence or, or definite location or , =existing underground utilities . The location of .many gas ` ,nains , water mains , Conduits , sewer lines and service lia_s for all utilities , etc . , is unknown to the Owner , and the Owner assu:rn°_s no responsibility for =a-i 1 t2re to show any cr 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 inc=°_as_ng the y pay Quan=i=ie5 in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the liars and grades of considerable magaitude or requires the building of special works, provision for winch is not made in the Contract Documents , in which case t:1°_ prOViSiOn in these Con -_ Doculments for zxtra ;fork 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 adjustm_nt5 as necessary in the construction croc°_=s to provide ad=cuata clearances . The Contractor shall take all necessary precautions in order to prot=ect all existing utilities , structures and service lines . Verification of existing utiliti es , structur es and service lines shall include notification of all utility companies at l=ast forty eight ( 48 ) hours in advance at construction including exploratory excavation if necessary . All verification of existing utiliti=es and their adjustment shall be considered as subsidia_ry work. C15-5 .13 INT=RRUTION Or SERVICE: a. .iormal Prosecution: In the normal presectuian of work where the interruption o service is necessary, the Contractor , at least 24 hours in advance, shall be recuired to: 1. Notify the water Department ' s Distribution Division as to location , time , and schedule of service interruption. P C5-5 (7) `i l .. Pirt 4inxG (Ito n o intYN (is nonton a a' '1 N Its :3 n to H a'ro ta G O a O n Ut W Its r.rr to P,n I N N ID N n a a rt 1 rr PJO IU !. ui 1..I-+a 1.. Ft rr rr UI ut H.0 to to r..H G N i O if ID~ IT in to 0.a ww rr p, +1 r•G a n £ n H °` n m 0 n a to fl n,fr rr i unsatisi=c=ory procedure, the City may take such dir=e- action as the ^s inner deems appropriate_ to correct the clan-u7 de_ic _nc _s cited to the Contractor in the written notice, and t^a costs of Such direct action , plus 25% of such costs , shall be de ducted from monies cue or to become due to the Contract=r . Upon the_ completion of the project as a whole_ as covered by these Contract Documents , and before _Final acceptance and final payment will be mad_ , -he Contractor shall clean and remove from the site_ of the project all surplus and discarded materials , temporary structures, and debris of every Kind. _e shall leave the . site o all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials remov=ed from the Sit Oi the_ work shall be +� dispose_? Oi at locations satisfactory to the Engineer . Ta Contractor shall thoroughly cl=an 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 =or any clean-up required on the project. C5-5 . 15 FINAL INS?ECTION : rihene_ver the work provided for in and cont_mola-e-d under the Contrary. 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 worts and materials and equipment are fou-d satis=actory , the Contractor will be noti*"fed in writing of the acceptance_ or the Same after the Droner resolution has been passed by the City Council . No time I c r will be made against the Cont*act bet- wean beteen said date charge of notification of the "Engineer and the date of final inspection of the work. .J C5-5 (9 ) -PART C - GE*TER�-_L COND_TIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY . SECTION Ca'-6 LEGAL RELATIONS AND ?UBLIC R SPONS23T_LITY 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 mi sunder stand•ing or ignorance_ thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation , or order , whether it be by himself or his employees. CS-06 . 2 PERMITS AND LICENSES : The Contractor shall _crocur= all permits and licenses , pay all charges , costs and fees , and give all notices necessary and incident to the du= and lawful o rosecution 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 pricas 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 oa 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 . r Co'-6 (1) C5-6 . 4 SANITARY ?30VISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage_ and waste as will tand to orevent the ince?=ion and spread of infectious or contagio•as 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 forte 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 :- Eacilities shall be kept in* .a cl=an and sanitary ccnditIon, free from objectionable' odors so as not tc cause a nuisance . All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. CS-6 . 5 ?UBLI C S'-'-?.TY AND CONVENIENCE: Materials or ecsipmea• 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. •i•ha Contractor is rsgT_,ir°_d to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public , including, but not limited to , safe and convenient ingress and egress to property continuous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for norm=al vesicular 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 ?roviding proper ingress and egress =or the property served by the driveway as the Engineer may aporo ve as appr.ogriate . Such other means may include the diversion of driveway traffic, with specific approval by the Engineer . If - diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location , the Contractor shall ;cake arrangements satisfactory to the Engineer =or the diversion of traffic , and shall , at his ow-n 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 oe mission of the Engineer. The materials excavated and the construction Materials such as pipe used in the construction of the work shall be pl=aced so as not to endanger the work or prevent fr access to all fire - hyrants, fir= al__m box-as , police call 'coxes , water calves , C6-6 (2) gas valves , or manholes in the vicinity. The Owner reserves the right to r.m-dY any neglect on the cart of tee Contractor as regards to public convenience and safety which.may come to its attention , after twenty-four hours notice in writing to the Contractor , save in cases of emergency when it shall :,ave the right to remedy any neglect without <notice , and in either case , the cost oz such work don_ or materials furnished by the Owner or by the City shall be deducted '-From monies due or to becom_ *due to the Contractor. The Contractor , after approv=al of the Engineer , shall notify the Fir= 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 r,,ada in=accessible , and, when so directed by the Engineer, shall keep any street, streets , or highways in condition for unobstructed use by fire apparatus . The Contractor sh=all promptly notify the Fire Department Headqu=arters when all such obstructed streets , alleys , or hydrants are again pl=aced bac{ 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 o= propparty 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 cl_l. s 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 shorn in the Contr =act Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools , materials , and equipment for construction vurposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and w=aste 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 tacks, the work shall be J Co-6 (3 ) carried on in such manner as not to interfere with the operation df trams , loading or unloading of cars , etc . Other contractors of the Owner ,Tray, for all purposes required by the contract , enter upon, the work and premises used by the Contr=actor 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 51-11 be provided by him at his own cost and expanse. CS -6 . 7 RAILWAY CROSSINGS : When the work encroaches upan any right-of-way of any. railway , the City will secure the necessary easarment for the work. Where the railway tracks are to be crossed , the Contractor shall observe all _he regulations and instructions -of the railway Company as to the methods of performing the work and take all precautions for saf=ety of property and the public . Negotiations with the_ railway companies for permits shall be dune by and through the City. The Contractor shall give the City notice not less than fivee days prior to the time of his intent.-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 . C9 0 3A??RICADCS , WARNINGS AND WATCHMEN Where_ the work is carried on in or adjacent to any street', alley , or public Y ` place, the Contractor shall at 'his own eexmease 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 parsons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night . From sunset to sunrise the Contractor shall furnish and maintain at l=ast one easily visible burning light at each barricade . A suifici=_nt number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into , any work under construction or being mainta:-r.ed. The Contractor shall furnish watchmen. and keep them at their reespective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and crocedures shall be consistent with the - grovisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and -Highways" issued under the authority of the " State of Texas Uniform Act Regulating Traffic on aighw=_ys " , codified as Article 6701d Veron 's Civil Statutes , pertinent sections being Section Nos . 27 , 29., 30 and 31. r C6-6 (4) - The Contractor wily not ramove any regulatory sign , instructional sign, street name sign, or other sign which has been erect=ed by the City , If it is determined that a sign must be r =-.roved to permit required construction , the Contractor shall contact the Transportation and ?ublic Works department , signs and Markings Division ( phone number 4 8780-8075 ) , to remove the sign . In the case or regulatory signs , the Contractor must replace the p°_rmanent sign with a temporary sign meeting the requirements of the above referenced manual and such to mporary sign must be installed prior to the re-,oval of the permanent sign. If the temporary sign is not inst=alled corre c_ly or if it does not meat the required s:)eci_ications , the permanent sign shall be le=t in place until the tempora-ry sign requirements are mat': rihen construction work is completed to the extent that the Darmanent Sign can be r:-installed, the Cantractor shall again contact the Signs and Markings Division to re-install the L permanent sign and shall leave his �.emporary Sign in :lace until such re-installation is completed. The Contractor will be held resoorsible far all damage to the work or the public due to failure or barricades , signs , fences , lights , or watchmen to protect them . Wh=never evident_ is found of such damage to the work the Enginee_ ruav order the damaged portion =aediately removed and re_olac=d by thee Con_ractor at the Contractor ' s own expense The Contr=actor ' s responsibility for the :-n,int_nance or barric_des , signs , fences and lights , and. or providing watt:^n=_a 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 , wiil be paid to the Contractor for the work and materials involved in the constructing , providing, and maintaining or barricades , signs , fences , "and lights or for salaries of watchmen , for the subsequent removal and aisnosal of such barricades , signs , or for ar.y other incidentals necessary for the proper protection, safety, and convenience of the public during tae contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum orices are requested in the Proocsal. C6-6 . 9 USE Or EX?LOSIVES , DR02 WEIGHT , ETC. : Should the Contractor elect to use explosives, drop weight, etc . , in the prosecution or the work, the utmost car_ shall be exercised at y all times so as not to endanger life or property . The Contractor shall notify the proper representative of any Public service corporation , any company , individual , or utility, and the Owner , not less than twenty-four hours in advance of the use or any activity which might damage or e Anger thei_ or his pto_nerty, along or adjacent to -thi. work. r°-•., Where the use of eXpl'OSives is t0 :+; permitted On the project, as sodecif ied in the jO=C=31` COntract Documents , or the Use C f eXDlOSiVeS i5 r.?tleSteQf the Contractor shall submit not- t0 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 or exPlOsivss . All claims arising OL'� Of the 1153 Of explosives Shall investigated and a written report mad= by the Contractor ' s 1nSLlr?rS t0 t:1e Engineer within tan (10 ) days after receipt O= written notice of the claim to the Contractor from either the City or the claimant . The City shall proceed to giz e no-ica to the Contractor Of any such'-claim. The use of ex-31cs i v ►,,ay be suspended by _ °- Engineer if any complaint is receives and such use shall not be resu.aled until the cause of the complaint has been addressed. Whenever a%PicsivEs are stored 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 car_ of a comnetent watchman at All times . All vehicles in which explosives are being transported .shall be plainly marked as ine:itlOned above and shall , =solar as possible , not use heavy traffic routes . C6-6 . 10 WORK riITEIN CASEMENTS where the work passes aver, - through, or into private prop_rtJ, the Owner will _provide such right-of-way or easement privileges as the City may deam 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 ow;l expense. Such additional rights-of-way or work area shall be acauired for the benefit Of the City . The City shall be noti lied in writing as to the rights so acquir ad before work begins in the Effected area . The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property-. The Contractor will not be allowed to store equipment Or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer . Unless specifically -provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution Of the work as a e.rt of the project construction operations . The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all tree_ , shrubbery, plants, lawns , fences , culverts , curbing , and all Other types Of SLruCtur35 Or 1mOrovemants , to all water , sewer, a- gas �- lines , t0 all conduits , Overhead pole lines .. or appurter:ances thereof , including the construction of to„sp0rary fences, and to all other pu=blic or private_ property along adjacent to the work. The Contractor shall notify the proper r=Drese-IItatives Of owners Or occu?ants Of public or private lands Or interest in lands which might be affected by the work. Such notice shall be crude at 1.=st 13 hours in advance Of the beginning Of the work. Notices shall be azPlicable to both public and Drivat=_ utility comcanies• or any corporation, company, individiial , or other , either as owners or Occupants , whose land or intarest in land might aifacted by the wor'{. The Contractor sh=all be responsible for all damage or injury to Drop=rty o any character resulting froza any act , omission , neglac= , or misconduct in the manner or method or execution of the wor--, Or at any time due to d_fecti ve work, material, Or egLlipIG�1t. rWhen and whera any direct or indirect or injury is doze to public or privata property on account of any act , omission , neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereon on the part of the Contractor , ne shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such da':-,,_ge 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 c_ the property and the yngiaeer. Pall fences encountered and ramoved during construction of this oro-=ct shall be restored to the original or a bettar than original condition upon completion of this project . When wire fencing, either wire crash or barbed wire is to be crossed, the Contractor shall set cross braced _costs on either side o parmanent easement before the fence is cunt . ,R- Should additional, fence cuts be nece ssary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced pasts provided at the. permanent easements limits , before the fence is cut. Temporary fencing shall be erected in place of the fencing remaysd whenever the work is not in progress and when the site is vacated overnight, and/or at all times to pravent livestock from entezing the construction area. The cost for fence removal, temporary Closures and replacement shall be subsidiary to the various items bid in the projact C6-6 (7) pr000sal . Therefore , no separate payment shall be allowed for any service associated with this work. In case Of f-ailure on the part of the Contractor to restore_ such property to make_ good such damage or injury , the Owner may , upon 28 hour written notice under ordinary circsmstances , and without notice when a nuisance or hazardous condition results , proceed to repair, rebuild, Or Otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be de ducted from any monies due or to become du= to the Contractor under this Contract. C6-6 . 11 INDR?RNDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder* as an contractor, and not as an officer , agent , servant or employes or the Owner . Contractor shall *have exclusive control Of and the exclusive right to control the details of all the work and se rvices performed here under , and all p=ersons oerforming same , and shall be solely responsible for the acts and omissions Of its Officers , agents , Servants , ?m= loyee_ s , contractors , subcontractors , licensees and invit=es . The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officars , agents , employees , contractors and subcontract.ors , and nothing herein shell be construed as r:F 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, h-old harmless and defend Owner , its officers , agents , servants, and employees from and against. any an all cl=aims or suits for Oroperty damage Or loss and/Or personal injury , including death, to any and all persons , of whatsoever :rind 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 or invitees , whether or not caused , in whole or in mart , by alleged negligence on the cart 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 cronex-y dair�age 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 , ors, l_C:PSees and invitees, eh�z Or IIOt C3lsed ,subcontraC wt :ba C6-5 (8 ) in whole or in part , by alleged negligent_ of _ officers , agents , servants , amployess , contractors , subcontractors , licensees or invitees of the Owner . Contractor likewise covenants and agrees to, and does hereby , indemnify and hold na_miess Owner from and against any and all injuries ,lcss or i damages to orooertV of the Owner during the nerformanc°_ of any of the tarns 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 he Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the projeect has been completed to the satisfaction or the Director of the Water Depari.ment , as evidenced by a final inspection-, final payment to the Contractor shall not :,e recommended by the Director of the Mater Department for a period of 30 days aftera 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 deamed to be entitled to a semi-final payment for wort complet=ed , such semi-final cavmen= to be in an amount equal to she total dollar amount than 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 oe reco=anded by the ,Director. The Director shall not recommend final' paymant to a Contractor against whom such a claim for damaces is outstanding for a oeriod of six months following the date of the acceptance 01: the wczk performed unless the Contractor submits evidance 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 outstanding claims , and such good faith efforts have failed. If condition (1 ) above is met at any time within the six month period, the Director shall re commend that the final payment to the Contractor be made. If condition (2 ) abcve� is met at any time within the six month period, the Director may recommend that the final payment 'L the Contr=actor be made . At the r C5-5 (9 ) ( OT) 9-90 ZBE-mSS pug 252CTgzp ZC ssodsTD 0-4 SG MT-4 TTc TE pszEa2Zd aq PUT 'AizESssoaau ZaggO 10 ' saCTC ' Sg5nozq UDns TDnZsSIICD TT2v,5 'aSUaCXS pug jSCD UMo STg -4z ' Z0CDsaquoJ ags SUOTSzzATp 20 saaTgno AZ-CZOC1'L'Ir pug sST4TTTDz_Z = SUTG1LTnQ a, 2nDap2 ' aSLTaQXa DUr ; 500 UMO STC, 42 ' uTVjUT2T_T DC2 Z=TAozd ITzgS ag asodanc STUT zo p ;:r ' SZaMas pvZ sUTcZD aSaU_4 WOZ. p-vATa:2Z aC TTTM UOTRA aSEUT zp pug SEEMas L L C ZO Szsz cxC? OsTE TTF ZoTDCZ�UoJ CL;S - szs.'%s pus S JTE1 p TTCnQ Zo a EATZO TIE 101 SUCTIzauuoz pug Sgzi—mo AzC200uls_l UTZ-UT.em pU2 ZDtAOzd 'son pug ssuzdxz uMo 5TU T-e ' Tj-CUS zo:� D-CzquOJ auq lySAomZz zo an uas(74 laq O-4 SA-e L' SBUTT 1aMas 5u7_STxa =SUM S�lOISJ,=±ti400 KI��O cgV U -hiE5 i�ECcOEWT_s ST 9-90 'CDEZTUOD STgn 20 GOUE'MZCZTad aCC Xq FZSSSaDau aq Esm Tet! q XgzzcOZG ZTagT OC SZT2QaZ 10 5a5USgO UDns zo asocznc suq Soz gD-cz uo:) sq, ZO sT Tu,.T 1 TsDTUO cz5oaD aU� Za4Ua GT SZT-TTT'zn LTTCnC 30 SZaUMC ev' o' paAzzssz = ST CU5TZ SUI ' a Zia Jt5L'z zu. AC pcnSST UZSC SA2U L'OGnszSun S1c?10 TTTun ggTM pazz:zsnuT 1C par.oU: ac CoU TIsUs AgZaDozQ pT2S aVC ' SZaUCO ZO AT►TTgn DTTGAa 2 ZO AiCSaCCZO aUq aZUU2U1 1:U- UT z-C.'[2 10 ' sAom ' a5U'CLSD oT Xamssanaau st TT . aaS2D Ul • 'J�s ' ScISI'II,Ln 0I lEnc a0 N011'-V. '3E2i 2i0 IktEi�Z=CM VT ' 9-9J Sa52'lltp UDnS• �O ;unc3=SC u0 -TuamA2a on FaT_T�L= 'cC TOu T-LVUS -cU pug 'pS_ATFM aq TTEUS UOT ssuadmon 10- ZT cTo S , ZO=08zquoJ su—r 'pzz-phaz zA0gvuISzS'? s2 paTT? 9q TTEuS S�Vs�cT:c�S UOnS sssjua 'a57' g- pzBelT2 UDns ?O TUnoU?2 Stiq C{ s c sous—iTAa Aug buTuT E_;COo saZdsd zo sycoq zaUl.O pU2 'buTp=T 70 STTTC ' SzZg3moA ' STQTe3Sa "Unonns 10 sY00C TT= 04 SS=03s _sSuTET-12 aU-4 aAT5 TIT�US 'IsaMbsz uOaA 'pU2 aD2'1T'D pa5aTT2 UDns O UTtGL':E Pus STT ZZcP SRI :0 4Us=e-TFTS PszTmzzT U2 ZaauTSu- =L'•q v_TM SIT; TTeUs ac-'ZTZgUO` agj 'pauve- sns useC aA'R O' psuTsT0 ST a52T1Tep UDns AUc UoTup. uT Tsq 1 BuipaaDDnS V•4UOm aUT O A-c p U?C z suq Zz0?cC Zo uo put 'abTurep PBEZ—LIE cqn ZO azri-4 U at{-4 TTc_Bp UT -no- SL:'CCC'cs ' ZcaUTzuz agq oC -c a?c`_.' ' aEc1L-Cp pa ZTTS UOMS :O •5UTVZEq•SnS TEn':LD'c aU'4 Za; S'C SArp aaZUC LTTUCTL+: TT'cU5 aU ' ;sumo aU� �O SVO'CSSTWO an ST02 au O L:OsraZ Ac s5im 7:. PZBSITZ XU-C ZO? UCT:;Ssu- dm0D WITIO zoqoazTnoO Sv,q PTnor.Tc SEJyri¢Q E0� WIX'IJ ^S ,*EGSJ'ESHOO E119-10D •govzquoD A-4TJ v zapun pZmzoSza5 'Y,20m :O _TL:Szz `c S2 SUTpuse_STT,O ST SSBVMEP 202 UIT In E 'motZk -4SUT25a Zoj:4ZZ%UOJ 2 ILTOZZ y"70M TD2ZTUOJ CUS=- =-SGcQ Zc.}eM _SUMO Uo SPTC ,cz=DH C•4 Ssl,1 az 'a:'ETzCG 0Zn2 :T Smsep aq ZT 'Ac• 10T:raZtQ aUtij, ' zo"D'cZTe S14 rO uOTT}DE?STT'cS aUC OT :}aUI ussc SAcU ZOiDEzluCJ SU; T?o SuOTgS_5 lqo ZaUgO Tl't r'u2 paUIZOZzSc - L' acC scU S( tOM .1suzo TTc ST cp2U] aq qua=TA'cC T2UTz CEt;T} pV'atiry.Jti:IOD'eZ A'eTT_3 ZOTD'e=tQ ai:� pOTZSC Uquolu XTe 'vCn =0 UO'[I2ZTCXa re_ca ved :rom these_ t.mDOrary 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 . A1 = s_wae 1 w-,-�a---, -r and other waste s-ell be disoosed Of in a satisf=actory manner so that no nuisance_ is created and so that the work under construction will he adequately protected. C6-6 . 16 ARRANGEMENT -AND CE'ARGES FOR WATER FIIRNISHED By Tr? CITY: When the Contractor desires to use City water in connection with any construction worts, he shall make complete and satisfactory arrangements with the • Fort Worth City Wa t=r Department nor so doing . City water furnished to the Contractor shall be daliv=_red to the Contractor from a connection on an existing City main . Ail 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 L•-5E OF FIRE HYDRANTS AND VALVES in these General Contract Documents . When meters are used t0 measure the water , the charges , if any, fQr water will be at the .regular established rates . - when meters are not used , the charges , if an.y , Will be as prescribed by the City Ordinance_ , or where no ordinance applies , payment shall be :wade on estimat=es and rates established by the Director of the Fort Worth W-ater Department. C6-6 . 17 USE OF A SECTION OR PORTION 0 THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the worts or any structure is in suitable condition, it may be put into use. uoon the written order of the Engineer , and such usage shall not be held to be in any way an acceptance of :aid work or structure or any part thereof or as a waiver of anv of the provisions of these Contract Documents . All n_c_ssary repairs and removals of any section of the work so put into use_ , cue tQ defective materials or workman shim, equipment, or to deficient operations On the part of- . the Contractor , shall be performed by the Contractor at his own expense. C6- 6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORK: Onti1 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 =art :V C6-6 !lI) thereof by action of the elements or from any cause A 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 3 image to any portion or the war=e occasioned by any of the aereinabov=_ causes . Ca"-5 .19 NO wAI E?. Or LEGAL RIGETS: Inspection by the :ngineer ., 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 w=aiver 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 maid and to adjust the same to meet the requir_aents of the Contract - Documents . C'6-66 . 20 PERSONAL LIABILITY OF PUBLIC OFFICI—LS: In carrying - out the provisions of these Contract Documents or in exercising any cower of authority granted thereunder , there shall be no liability upon the authorized representatives or the Owner , either personally or otherwise as they are agents and representatives of the City. CS-6 . 21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20 . 04 ( 3) of the Texas Limited Sales , excise , and Use Tax Act , the Contractor may purchase, rent or lease all xaterials , supplies and equipri1e_nt used or consumed in the performance of this contract by issuing to his supplier an examotion certificate in lieu of the tax , said exemption certificate to comply with State Comptroller ' s Ruling . 007 . 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 Ruling . 011, and any other applicable_ Mate Comptroller rulings pertaining to the Texas Li.: '_ted Sales, Excise, and Use Tax Act. ` On a contract awarded by a developer for the ccastruction 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 North, an organization which qualifies for. exemption pursuant to the provisions.. of Article_ 20. 04 (3) of the Texas limited Sales , Excise , and Use Tax Act , the Contractor can probably be exempted in the same manner stated above.' e � • C6-6 t12) "F ' Limited Sale , Excise" and Use Tax permits and information can be obtained zrora: Cozmtroll=r of Public accounts Sal_ Tax Division Capitol Station Austin, TX ° . C6-6 (13) PART C - GZNc kL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 . 1 SOBLETTI;3G : The Contractor shall perform with his own organize=ion, and with the assistance of workman under his immediate superintendance_ , work of a value of not less than Fifty ( 30% ) parcent of the value embraced in the contract . if the Contractor sublets any Dart of the work to be done under these Contract Documents , he will not under any circumstances be relieved of tide. responsibility and obligation assumed under these Contr=act Documents . All transactions of the Encineer will be with the Contractor . Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and sha11 be subject to the same r qui;e_mients 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 nerson or oy 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 :art 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 invclun_,ary, or by assignment under the insolvency laws of any state , x 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 retailned 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 Or THE WORK : Prior to beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies, if re quested by the Engineer, a progress schedule preferably in chart or diagram form, or a brier outlining in detail and step by step the :tanner of C7-7 (1) prosecuting tha work and ordering mat arials an3 e.uipm_nt which he expects to follow in order to complete the project in the sch=dui=3 time . There shall also b. submitt=3 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 Banns= and with sufficient equipment , materials , and labor as is necessary to insure its comolation within the time limit. Lhe sequence requested Of all construction operations shall b? y .t all times as specified in t:rls special Contract Documenncs . Any deviation from scuh sequencing shall be submit --.3 t0 th Engi near for his approval. Contractor shall not proceed With any deviation until he has racei7°_d writ-tan approval : :Ora ti:= Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from the full ras cons ibiliti -, O.E. the complete performance of " the Contract. The contract time may be changed only as sect forth in Section C7-7 . 8 "Extension of Time of Oi this Agreement, and a progress schedule shall not Constitute a chance in tr:= contract time. C7-7 . 4 LIMITATIONS Or OPE?ATIONS The working operations shall at all times be conducted, by the Contractor so as to cre_ta a minimum amount of inconvenience to the public. -A any time when, in the judgment of the Engineer, the COntracto_ has obstructed or closed or is carrying on cperations in a cart-ion of a st_°_at Or public way greater than is necessary for the proper execution of the work, the Engineer may ra ruir= the Contractor to finish the section on which amer_-ions are in progress before the work is commenced On any additional section or street. C7-7 . 5 CHAS CT 31 Or WOR.-K N MD EQUIPMENT: Local labor sh 1 be used by the Contractor is available . The Contractor may � bring in from Outside the Ci tv 0L Fort Worth his key Jaen 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 sup=erintendents , foremen , and workmen who are Careful , competent, and Belly 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 incomo°tent , disrespectful , inte:mperater dishonest , Or C7-7 (2) s r,Vj. ;.; Otherwise objectionable or neglectful in the proper D°_rformnanee_ oL his or their duties , or who neglects or refuses to comply with or carry out the directions of the Owner , and such parson or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient ° skill , ability , and experian.ca to properly perform the work assigned to them and ooerate any equipment necessary to properly carry out the perform ance 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 'tanner and at a satisfactory rate_ of progress . All equipment , tools , and machinery used foe handling materials and executing any Bart of the work shall subject to the approval or the Engineer and shall be maintained in a satisfactory , safe and Iefficient working condition. Equipment on any portion or the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7 . 5 WORK SCHEDULE : Elapsed working days shall be computad starting with the first day of work comolete_d as defined in C1-1 . 23 "WORKING DAY" or the date stipulated in the `WOR-K ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contr=actor 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 crude to the Engineer no - later than the proceeding Thursday. b. Any work to be don_ on the project on such a specific Saturday, Sunday or Legal Holiday must be , in the opinion of the Engineer , essential to the timely completion of the project. The Engineer ' s decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday cr Legal -Holiday, and no extra compe nsation shall be allowed to the Contractor for any work pe rformed 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 Or COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time soecif ied in the Contract Documents and set forth in the work Order. cailure to do so shall be considered by the Owner as abandonment of the Contr=act by the Contractor and t-he Owner may proceed as he sees fit. The Contractor shall -maintain a rat= of progress such as will insure that the whole work will be performed and the -premises cleaned up in accordance with the Contract Documents any within the time established in such documents and such extension of timie as may be properly authorized by the Owner. E C7-7 . 8 ?XTENSION Or TIME COK. LETION: The Contr=actor ' s read___ for an extension of time of comgl_:ion shall be consid=ered �. only when the request for such extension is submitted in writing to. the Engineer within seven days from and aft-r the time alleged cause of delay shall have occurred . should an extension Of the time of cczaple_tion be re_auested such request will be forwarded to the City Council for approval . In adjusting the contract' tine for completion of work , consideration will be given to unfOrseeable CauS ?S beyond the control of and without the fault or negligence of the Contractor, including but limited to =acts of the public anemy, acts Of the owner , fire , flood , tornadoes , epidemics , quarantine re_strictions , strikes, freight ?:nbarg0°_S , Or -:.=lays of sub-contractors due t0 such .causes. When the date of completion is based an a calendar day bid, a requ=est for extension of time because o.f inclement weather :Jill not be considered . A request for extension of time_ d'_e 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 m=ade a bon_ ide 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. It satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved COntraC_ Documents, then the contract time may be increased by Change Order. C7-7 . 9 DELAYS : The Contractor shall receive no compensation for delays or hind_ances 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 , i= C7-7 (_) any, which is to be furnished by the City . When such extra comp=nsa:icn is claimed a written statement thereof shall be oreSanted by the Contractor to the ngineer and if by him L.ound correct shall be amorove'd 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 3 is caused by specific orders given by the Engineers to stoo work, or by the performance of extra work , or by the failure_ of the City to provide material or necessary instructions _or s carrying on the work , then such delay will entitle the Contr=actor to an equivalent extension of time, his application for which shall , however , be subject to the aooroval of the City Council ; and no such extension of time shall release the Contrac- or the -seraty on' his performance bond from 'a?1 his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the aporopriats place on the last page of the Proposal the nuraber of working days or calendar days that he will require_ to fully complete this contract or the time of completion will be soecifie_d by the City in the Proposal section of the contract documents . The number of days indicats3 shall b a realistic estimate or the time requirsd to complete the work covered by,'the specific contract being bid upon .. The amount or time so stated by the successful bidder or the City will , become the time of completion specified in the Contract Documents . For each calendar day that any work shall remain uncomol=te_d after the time specified in the Contract Documents , or the increased time granted by the Owner , or as automatic=ally increased by additional wor_k or materials ordered after the contract is signed, the sum per day given in the following schedule , unless' otherwise specified in other. Darts of the Contract Documents , will bYe deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffere3 by the Owner. 4M AMOUNT Or CONTRACT Less, than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 13, 000 inclusive $ 43 .00 $ 13, 001 to $ 25 , 000 inclusive $ 63.00 $ 23,001 to $ 50 , 000 inclusive $ 105 .00 $ 50,001 to $ 100, 000 inclusive $ 154. 00 $ 100, 001 to $ 500, 000 inclusive $ 210. 00 1 C7-7 (5 ) 500 , 001 6 $1,000 ,000 inclusive $ 313 . 04 $1 , 000 , 001 to $2, 000,000 inclusive $ 420 . 00 $2, 000 , 001 and over $ 630 . 00 Thy parties 1eratc 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 estima tion , and that the "?mount or Liquidated Damages 'Per Day" , as set - � L out above, is a reasonable forecast of just compe nsation due the City for harm caused by any delay. C7 -7 . 11 suS?=NSION BY COURT 0RDSR; The Contractor scull = suspend cper=_tiors o,-''. such part or parts of the work or: - zed by any court , and will not b'e entitled to additional compensation by virtue of such court order . Neither will he be liable to the City in the event the worst is suspended by a Court Order . Neither will the Owner be liable to the Contractor by virtue o= any Court Order or action for w:!ich 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 p=eriod or periods o time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions w*hica in the opinion of the Owner or Lnaineer cause = further prosecution of the work to be Unsatisfactory or detriment-al 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 e_uipmant and/or constriction crews . If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such !Wanner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take_ every pre caution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the .. work, and erect temoorary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 . 8 EXTENSION OF 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 b resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no orofit will be allowed. No reimburs em_nt shall be allowed if . tae equipment is moved to another construction project for tae City- of Fort north. The Contractor shall not suspend wort{ without, written notice from the Engineer and shall proceed with the work ooerations promptly when notif ied by the Engineer to so resume ooerations. F C7-7 . 13 T'7RMIN?�TION OF CONTRACT DUE TO N_ ONP_I, E rRGENCY Whenever, because of National Emergency, so. declared -by the president of tae UnitCed States or other lawful authority, it becomes immossible for the Contractor to obtain all of the necessary labor , materials , and equipment for the oro__cution of the work with reasonable continuity for a period of two months , the Contractor shall within seven says 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 th=at the inability of the Contractor to proceed is not attributable in• whole or in p=art 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 ecu?Dment within thirty days , the Contractor may request the Owner to terminate the contract and the owner may compiy with the request, and the termination shall be conditioned and 'based upon a final settle,"ent mutually acceptable to both the Owner and the Contractor and final payment shall be mad= in accordance with the t_rr�s o. 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 n3aNDON 2N_ T OF THE WORT{ AND PNNIIL.ENT Or CONTRACT; Tne work on=rations on all or any Portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following , by way of example , but not of limitation , may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work ooerations 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 -- commi=te the work within the specified time. C. 'Failure of the Contractor to provide and maintain sufficient labor and equipment to: prop_=1y ex3cute .he working omerations,� d, substantial evidence that the Contractor has abandoned the wort. e. zabstantial- evidence that the Contractor has become insolvent or bankrupt , or otherwise financially �_nable to carry on the wort satisfactorily, f . Failure on the part of the Contractor to Observe any requirements of the Contract Documents or to comely with any orders given by the Engineer or Owner orovided for in these Contract Documents . q, Failure of the Contractor mro3ptly to make =ood any CefeCt In materials Or wor:' `manShip , Or any deiac-3 *` of any nature the correction of which his been directed in writing by the Engineer or the G'wnrer. h. Substantial evidence of collision for the ou;oose of ille-a?ly procuring a contract or perpetra wing fraud on the City in the construction of work under contract. i . A substantial indication that the Contractor has made an uzauthori zed assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j , I= the Contractor shall for any cause whatsoever not c=arry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A cony of the suspension order or action of the Citv Cou! cil shall be served on the Contractor ' s Sureties , Wa=n wort 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 n , 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 they 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 aL'thorized agents . The Sureties , in Such even.t shall assume the Contractor ' s place in all respects , and shall be paid by the Owner for all wont performed by them in accordance with the terms of the Contract Documents. A11 monies remaining du= the Contractor at the time of this default shall thereupon become due and pavable to the Sureties as the work progr=ssas , subject to all of I:he terms of the Contract Documents . In case the Sureties do not, within the herainabove. specified time, exercise their right and option to assume _he contract responsibilities , or ' that portion thereof which the owner has ordered by the Contractor to discontinue, then' the Owner sh-a 1 1 have the power to cocnolete , by contract or otherwise, as it may deter:-ine, the Work herein described or such part thereof- as it may deem necessary, and the Contractor hereto acr=es that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment '- supplies , and - property or any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equioment, materials , labor and property for the completion o - 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 charted 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 Contr=act or any part thereof . The Owner shall not be recruirsd to obtain the lowest bid for the wark completing the contract , but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have Jeep payable under the Contract if the same had been Cormoleted by the Contractor, then the Contractor and his Sureties s:.all pay the amount of such excess to the City on notice from the Owner of the excess du_. 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 conf ormi tv with the terms or the Contract Documents and- in such a manner as to not hinder or interfere with performance of the work by the Owner. C7 -7 . 15 FULFILLMENT Or 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 =: Engineer, and the final acceptance and final payment made by the owner. C7-7.16 TERMINATION FOR CONVENIENCE Or . THE ON ER: - A. NOTICE OF TERMINATION: The performance of the worst under this contract may be terminated by the Own_-- in whole , or from time to time in p =art , 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 or termi nation 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, dem=and or suit- shall be required of the Owner regarding such discrationary action. - B. CONTRACTOR ACTION: After. receipt of a notice o,: termination, and except as otherwise directed by the Engineer, the Contractor shall : 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontr=acts for materials , services or facilities excepts may be necessary for completion of such portion of the work under the contract as is not t.ermi zated; 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 Engin sed: C7-7 (10 ) a. the fabricated or unfabricat=d parts , work in process , completed work , supplies and other material produced as a part of , or acquired in connection with the performance of , the wort terminated b•y 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. 5 . complete oerfornance of such part of the work as shall not have be-en 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 coss.e_s s ion of the Contractor and in which the Owner has or may acquire the r=est. At a time not later than 30 days after tee termination date specified in the notice -of t=rminati.on , the Contractor may submit *to t;:°_ 'Engineer a list , certified as to quantity and - guality., of any or all items of termination inventory not previously disposed of , exclusive of i't=ms 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 s torea , 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. T E~MIN?1TION CLAIM: Within 060 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 . bnless 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 c:ncl usively deemed waived. C7-7 (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 tot=al or partial termination of work pursuant her 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 r educed 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 . 10 ( :0 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 ours uant 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 said to the Contractor pursuant to this parac_aph. E. FAILURE TO AGREE : In the event of the failure of the Contractor and the Owner to agree as provided -. in C7-7 . 15 (D) upon the whole amount to be paid to the Contractor by re=ason 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 du= for lost or anticipated profits . e. 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 mad_ 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 fit= with the Engineer a request in writing fir an C7-7 (12) e :uitable adjustment of the price_ or prig=s soe_ciEied in the contract relating to the continued portion of the contract ( the portion not terminated by the notice of te_rmination ) , such equitable adjustment as may be agreed upon shall be mada in r such price or prices ; noth'irig contained herein , how=ever , 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 . NO LIMITATION Or RIGHTS : Nothing contained in this a=ction shall limit or alter the rights ;which the Owner may have for termination of this contract under C7-7 . 14 hereof entitled " Suspension of :.b=ndonment of the work and ;�--nendment of Contract" cr any other right which Owner may have for default or breech of contract by Contractor . C7-7 . 17 SAFETY tEETHODS AND PRACTICES The Contractor shall be resoonsible for initiating , .maintaining , and supervising all safety prec=autions and programs in connection with the work at all times and shall assume all resnonsibilities for their enforcement. The Contractor shall comply with federal , state , and local laws , ordinances , and regulations so as to protect person and property f-om injury, including death, or damage in connection with the wo-k. r C7-7 (13 ) PA-RT C GENER_ar, CONDITIONS C8-8 iMASUREME NT AND PAYMENT SECTION C3-8 ?EASUR EM.ENT AND PA`_-3NT 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 Con tract. 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 acceotabie 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 , r:ni.shed , overhead e_xpeense , bond, insurance, patent a 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 complate in place and in A satisfactory condition for ope ration. 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 subsidary work necessary for the construction and completion of all the work to provide a complate and• functional item as deetailed• in the Soecial Contract Documents and/or Plans . C8-8 . 4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools , materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss- and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time o.�eF CS-8 (1) before its final acceeptance_ by the Owner, ( eXcept as provided in paragraph C5-5 . 14 ) for all risks of whatever descriotion - connected with the prosecution of the work , for all ex-pen-se incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infrinc3.e.ments of patents , trade marks , copyrights , or other legal reservations , and for completaing the work in an acceptable .canner according to the terms os the Contract Documents. T The payment of any current or parti=al estimate prior to fins1 acceptance_ of the work by the Owner shall in no way constitute_ an acknowl=sgmant of the acceptance of the work, materials , or equipment, nor in any way crejudice or affect the ablIgations of the Contractor 'to, repair , car*ect, renew, or replac 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 finder 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 , imnerEactions , or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8 . 5 PARTIAL ESTIMATES AND R£TAINAGE Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate_ or the value of the work done during the previous month, or estimate oeriod under the Contract Documents . Not later than the 10th day of the month the "Engineer shall v=erify such estimate , and if it is found to be acceptable and the value of work performed since the last partial payment was :fade =exceeds one hundred dolls:s ( $100 .'00 ) in amount, 90% of such estimmated 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 it 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 k furnished by the City . The partial estimate may include acceptable none=_ishable materials delivered to t:ZS work which are to be incorporated into the work as a permanent :art 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 raiqu:st to aid C8-8 (2) 4 him _s a guide in the v_rif ication or the preparation of partial ` ` eSt�Iiia%�eS . It is understood that the partial esti:riate 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 estituate, ana Such estimate shall not, In any respect, be taken as an admission of the Owner of the amount of work don= or or its quality of sufficiency, or as an acceptance oy -he work 6. done or the release of the Contractor o= any of his responsibilities under the Contract Documents . The City reserves thee right to withhold the cayment' of any ,• monthly estimate if the contract-or fails to oerform the work strictly in accordance with the specifications or provisions of this contract. CS-8 . 0' WITHHOLDING PP_YMEND Payment on any estimate or RM estimates may be held in abeyance if the performance of the construction operations is not in accordance with the recui=_m_nts of the Contract Documents . C8-8 . 7 FINAL ACCEPTANCE :CCEPTANCE : Whenever the improvements groviced For by the Contract Documents shall have been completed and all recuir°_menu 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 ;Hake such final inspection , and if the work is satisfactory , in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment, 'a therefor as outlined in C8-8 . 8 b=low. C8-8 . 8 FINAL PAYMENT: Whenever all the improvements z ovided for by the Contract Documents and all approved modif i�cations thereof shall have been completed and all requirements of the Contr=act Documents have' been fulfilled on the part of the Contractor , a final eestimat_ 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 estimmats, less previous payments and any Sum that h?V _ been deducted or retained under the provisions of the Contract Documents , will be paid to the contractor within o0 days after final acceptance by the Owner on a groper 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 fa for payment , the Contractor shall execute an atr.idavit, as y Furnished by the City, certifying that all persons , cirLLs , associations , corporations, or other organizations furnishing labor and/or zmatetials have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been said, and that there are no claims pending =or personal injury and/or property damages . The acceptance by the Contractor of the last or final payment as aforesaid shall opeTate as and shall release the Owner fzcm all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contr=act Documents or any act or neglect of • said City relating to or connected with the Contract. The raking of the final payment by the Owner shall not relieve the the Contractor of any guarant-ies or other requirements of the Contract Documents which specifically continue there?rtar. CS-8 . 9 ADEQUACY Or DESIGN: It is understood that the Ow-:?r believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the acoroved Contract Documents . It is , therefore, agreed that the Owner shall be responsible for the adecuacy of its own design features , sufficiency of the Contract Documents , the safety of the structure , and the p acticability of the coeratiors of the completed project , provided the Contractor has complied with the requirements of the said Cont_act Documents , all =approved modifications thereof, and additions and alterations thereto approves: in writing by the Owner. The burden of proof of such compliance shall be upon the Contractoc to show that he has complied with the sai d requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. CS-8 . 10 GENZRAT, GUARANTY: Neither the final certificate Of payment nor any provision, in the Contract Documents no: 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 ra.medy any defects or damages in the work and C8-8 (4) pay for any damage to other work resulting therefrom which shall aooear within a period of one year from the date of final acceptance_ of the Work Unless a longer period is specifyed furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance or the general guaran;.y as above outline . The Owner will give_ notice of observed desects with reasonable promptness . C8 - 8 . 11 Su=-SIDIARY WORK : A6ny and all work specifically governed by documentary requirements for the project , such as condi _ ions i =mposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no - speciii= i-sm for bid has . besn provided for in the Proposal, s;all be considered as a subsiciary item of work, the cost O.L. • which 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 subsi::iary work. pr Z-pr ^ M� sa Material y be C8-8 . 12 MISCELLANEOUS SAC- NT Or TyR.__Z: M_t__ial ma allocates 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 olacemen of Taterial will- be made =or only that amount of material used , measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 . 13 aaCOIRD DOCUMENTS : Contractor shall keep on record a corny of all specifications , plans , addenda, modifications , shoo drawinas and samples at the sit_ , in good order and annotated to show all changes mad_ during the construction process . These shall be delivered to -Engineer upon completion of the wore{. CS-3 (5 ) 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 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D- Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 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 any such injury, damare or death is caused, in whole or in Part, by the nePlipence or alleged nePlipence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in Part by the nePlipence or alleged nePlipence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort " Worth public work.from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 '� NOTE G. C3-3.11 INSURANCE: Page C3-3 (7): Ac s ihparagraph "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 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. r 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 10/24/02 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. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4) is deleted ,W 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 n 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 10/24/02 an 0M 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 _ specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: OW 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 1W 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 PW 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 on 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. ME 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 No 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 r 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 10/24/02 1. 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 law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT,Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a)Contractor agrees that the City shall,until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. - (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books,documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 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. r2. 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. rO. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3)years. r Revised Pg. 7 r10/24/02 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 Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. - (b)The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker y employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d)With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. _ Revised Pg. 8 10/24/02 PART D SPECIAL CONDITIONS PART D - SPECIAL CONDITIONS D-1 GENERAL.........................................................................................................................3 D-2 COORDINATION MEETING .............................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW....................5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT....................................7 F-5 CROSSING OF EXISTING UTILITIES..............................................................................7 D-6 EXISTING UTILITIES AND IMPROVEMENTS..................................................................7 5--7 CONSTRUCTION TRAFFIC OVER PIPELINES............................................................... 8 D-8 TRAFFIC CONTROL......................................................................................................... 9 D- 9 DETOURS......................................................................................................................... 9 570 EXAMINATION OF SITE............................................................................................... 9 D- 11 ZONING COMPLIANCE.............................................................................................. 10 D- 12 WATER FOR CONSTRUCTION................................................................................. 10 D- 13 WASTE MATERIAL..................................................................................................... 10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE ..................................................... 10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK................................ 10 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES........................... 10 F-17 BID QUANTITIES........................................................................................................ 11 D- 18 CUTTING OF CONCRETE ......................................................................................... 11 D- 19 PROJECT DESIGNATION SIGN ................................................................................ 11 D-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 ........................................ 12 D-25 PAVEMENT REPAIR (E2-19)...................................................................................... 14 D- 26 TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS).......................................... 14 E-_2_7 SANITARY SEWER MANHOLES................................................................................ 15 D- 28 SANITARY SEWER SERVICES ................................................................................. 18 5--29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES............... 20 D- 30 DETECTABLE WARNING TAPES.............................................................................. 22 D- 31 PIPE CLEANING.........................................................................................................22 6---32 DISPOSAL OF SPOIL/FILL MATERIAL...................................................................... 22 D-33 MECHANICS AND MATERIALMEN'S LIEN 22 ............................................................... 5-- 34 SUBSTITUTIONS........................................................................................................ 23 573-5 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER............ 23 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES 26 673-7 BYPASS PUMPING ....................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.......... 27 D-39 SAMPLES AND QUALITY CONTROL TESTING........................................................ 29 D-40 TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL ......... 29 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES........................ 30 D-42 PROTECTION OF TREES, PLANTS AND SOIL......................... ............................... 31 D-43 SITE RESTORATION.................................................................................................. 31 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST ............................................. 31 D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................ 31 D- 46 CONFINED SPACE ENTRY PROGRAM .................................................................... 37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ........................... 37 6---48 EXCAVATION NEAR TREES...................................................................................... 37 D-49 CONCRETE ENCASEMENT OF SEWER PIPE.......................................................... 38 D-50 CLAY DAM.................................................................................................................. 38 D--51 EXPLORATORY EXCAVATION (D-HOLE)................................................................. 38 5- 52 INSTALLATION OF WATER FACILITIES 04129103 SC-1 PART D - SPECIAL CONDITIONS 52.1 Polyvinyl Chloride (PVC) Water Pipe........................................................................... 39 52.2 Bl ocking....................................................................................................................... 39 525 Type of Casing Pipe.................................................................................................... 39 52.4 Tie-Ins......................................................................................................................... 39 52.5 Connection of Existing Mains ...................................................................................... 40 52.6 Valve Cut-Ins............................................................................................................... 40 52.7 Water Services.................................................... .................................................... 40 52.8 2-Inch Temporary Service Line.................................................................................... 42 52.9 Purging and Sterilization of Water Lines...................................................................... 43 52.10 Work Near Pressure Plane Boundaries....................................................................... 43 52.11 Water Sample Station ................................................................................................. 44 52.12 Ductile Iron and Gray Iron Fittings............................................................................... 44 D- 53 SPRINKLING FOR DUST CONTROL......................................................................... 45 5-- 54 DEWATERING. .......................................................................................................... 45 E-_5_5 TRENCH EXCAVATION ON DEEP TRENCHES........................................................ 45 D- 56 TREE PRUNING ......................................................................................................... 45 575-7 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....................................................................................................................... 46 D- 60 TRAFFIC BUTTONS................................................................................................... 47 D- 61 SANITARY SEWER SERVICE CLEANOUTS.............................................................47 6- 6-2 TEMPORARY PAVEMENT REPAIR........................................................................... 48 D- 63 CONSTRUCTION STAKES......................................................................................... 48 D- 64 EASEMENTS AND PERMITS..................................................................................... 48 a 5-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................... 49 D-66 WAGE RATES............................................................................................................... 49 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE........................................ 49 04129103 SC-2 r 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 between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: HOLLY 54-INCH WATER MAIN EXTENSION PHASE UNITS 1 & 2 DOE PROJECT NO. 4077 WATER DEPARTMENT PROJECTS NO. P162-06162141180 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both,for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. 'The specifications and drawings shall be considered cooperative, therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 04129103 SC-3 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in w" favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. -� 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. 04129103 SC-4 PART D - SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to OW 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, ON or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. "" B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and P 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. 04129103 SC-5 PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially -� affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or 04129103 SC-6 PM PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, .� existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be 04129103 SC-7 PART D - SPECIAL CONDITIONS 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, 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. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. 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 Contractor to repair any damage to the existing or proposed lines, if the damage results from any - phase of his construction operation. 04129103 SC-8 PE PART D - SPECIAL CONDITIONS 00 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 least 10 working days prior to the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed. the Contractor's time will begin .� in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 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. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic. 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. op D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to d 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 04129103 SC-9 PART D - SPECIAL CONDITIONS given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 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. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES 04129103 SC-10 dq PART D - SPECIAL CONDITIONS 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 Fort Worth. The notifying department shall maintain an accurate log of all such calls 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 C4-4.3 conflicts with this provision, this provision controls. No claim !� will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 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 00 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: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or 04129103 SC-1 1 PART D - SPECIAL CONDITIONS (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 ,MM 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 Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION 04128103 SC-12 PART D - SPECIAL CONDITIONS dft Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill 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% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained in 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. �. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by means of tamping only. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by jetting, mechanical tamping, or a combination of methods. Backfill 04129103 SC-13 PART D - SPECIAL CONDITIONS material to be mechanically tamped must be within +-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) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D- 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 detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. -- Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not 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. oft D-26 TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) 04129103 SC-14 PART D - SPECIAL CONDITIONS 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. 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 P0 or timer system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. r 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 r" 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 04128103 SC-15 r PART D - SPECIAL CONDITIONS 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. 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. MW 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. 04129103 SC-16 PART D - SPECIAL CONDITIONS This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended " by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible OF 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. 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 04129103 SC-17 PART D - SPECIAL CONDITIONS specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper `Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. ` C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. Mo The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to,joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum ," bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid 04129103 SC-18 GFM PART D - SPECIAL CONDITIONS any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. On 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 IM 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 Owl 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 ow 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-haling is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private rproperty and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 04129103 SC-19 PART D - SPECIAL CONDITIONS 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 W+ 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 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. 04129103 SC-20 PART D - SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes �,. entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. 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 Pin services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. 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). r L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 04129103 SC-21 PART D - SPECIAL CONDITIONS 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'/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 'm 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 SPOIUFILL 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. 10056). All disposal sites must be approved by the T Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, 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. 04129103 SC-22 PART D - SPECIAL CONDITIONS D- 34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or"or approved equal" is used, it is understood that if AM 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. 00 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 on proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to"substitutions" shall be applicable to all sections of these specifications. ph D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be K" abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort 04129103 SC-23 PART D - SPECIAL CONDITIONS shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department.. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper FEW 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. 04129103 SC-24 da PART D - SPECIAL CONDITIONS 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 0P* 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 f 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 PM 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. A 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 01 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 WL that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also; no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary OW 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 PP 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. 04129103 SC-25 M PART D - SPECIAL CONDITIONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping - required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 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 holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (11 0"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. 04129103 SC-26 PART D - SPECIAL CONDITIONS 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 do 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. 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 r 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 04129103 SC-27 PART D - SPECIAL CONDITIONS any sewer service taps. In no case will the television camera be pulled at a speed greater ` than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. �. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. . 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual f and audio record of problem areas of the lines that may be replayed. Video tape �r recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections. the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good 04129103 SC-28 PART D - SPECIAL CONDITIONS kF 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. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. F 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. w 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 04129103 SC-29 r PART D - SPECIAL CONDITIONS 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. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall 04129103 SC-30 PART D - SPECIAL CONDITIONS " 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 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 F 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 II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred �- will be considered a subsidiary cost of the project. D- 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 Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL 04129103 SC-31 O PART D - SPECIAL CONDITIONS DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. - Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass _ varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. r The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type. specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the ~ dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) 04129103 SC-32 r PART D - SPECIAL CONDITIONS inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be Ill 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. AP The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each PW 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% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% 04129103 SC-33 W. PART D - SPECIAL CONDITIONS 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 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 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be _ uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section 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 04129103 SC-34 PART D - SPECIAL CONDITIONS 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. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. ■ ' Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. 04129103 SC-35 w PART D - SPECIAL CONDITIONS MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the - average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. - "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type 04129103 SC-36 PART D - SPECIAL CONDITIONS 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: op 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 responsibility of the contractor to implement and maintain a variable "CONFINED ' SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 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. FP 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. S. 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 considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs f" 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. 04129103 SC-37 PART D - SPECIAL CONDITIONS 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 1-1/2 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 place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D- 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 locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-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-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). 04129103 SC-38 i� PART D - SPECIAL CONDITIONS Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 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: 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 Pal 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 making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be 04129103 SC-39 PART D - SPECIAL CONDITIONS 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 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. A 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 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. 04129103 SC-40 PART D - SPECIAL CONDITIONS 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 pip Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be P. required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. OR 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 P- center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be rL subsidiary to the service installation. r Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement ^ and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). 04129103 SC-41 PART D - SPECIAL CONDITIONS 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 Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. - 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). .� 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. -� The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon lot restoring permanent service, the Contractor shall re-install the meters at the correct 04129103 SC-42 PART D - SPECIAL CONDITIONS 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, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After'installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. Pb 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 (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the OL 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 04129103 SC-43 PART D - SPECIAL CONDITIONS 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 all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the -* price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 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 shall be included in bid items for vales and fittings and no other payments will be allowed. 04129103 SC-44 PART D - SPECIAL CONDITIONS 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 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel `T' = Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 'i 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. P-1 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. 04129103 SC-45 PART D - SPECIAL CONDITIONS 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. 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. 6. 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. y 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 w' 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. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the i- 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 04129103 SC-46 PM PART D - SPECIAL CONDITIONS each residence or business that will be impacted by construction. The notice shall be prepared as follows: do 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 shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the 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. J- 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. 04129103 SC-47 PART D - SPECIAL CONDITIONS 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. This temporary repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid under the appropriate bid item of the proposal shall cover all costs for providing temporary pavement repair for all street cuts prior to street reconstruction. 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, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 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. 04129103 SC-48 PART D - SPECIAL CONDITIONS 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 shall 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. 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 all 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 II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal ` requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. EPA defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. 04129103 SC-49 Me PART D - SPECIAL CONDITIONS C. The Generator of the hazardous material is responsible for the identification and proper In 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. 'a D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) 04129103 SC-50 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 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 OW Laborer-Common $7.64 Laborer-Utility $8.64 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 1/2 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) "~ Front End Loader (2 1/2 CY & less) $9.94 Front End Loader (over 2 1/2 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 er Truck Driver-Winch $9.80 04129103 SC-52 MF PART D - SPECIAL CONDITIONS dft ML MR 40 ME MR SC-53 r (To be printed on Contractor's Letterhead) 0- Date: DOE No: 3176 FM PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9'h Avenue along FWWR between Rosedale and Oleander r.• Estimated Duration of Construction on your Street : <XX>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. -- C-ONSTRUCTION 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 SUPERINTENDEN > 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 HANDY WHEN YOU CALL. R FORTWORTH Date: DOE NO. XXXX Projeat Flame: 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: u 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 s F TEXAS DEPARTMENT OF HEALTH DEMOLITION l RENOVATION ° : NOTIFICATION FORM r NOTE:CIRCLE ITEMS THAT ARE AMENDED O T O H NOTIFICATION* ff t) Abatement Contractor: MH License Number: I Address: City: State Zip: c Office Phone Number ! 1 Job Site Phone Number": e Site Supervisor, TDH License Number. D Site Supervisor: TDH I.Iaense Number s Trained On-Site NESHAP Individual: Certification Date: e Demolition Contractor: Office Phone Numbarl ) n Addren• City: State- Zip: I y 2) Project Consultant or Operator. TDH License Number. KWing Addrim: CIr3r State: Zip: Office Phone Number.[ 1 T A 3) Facility Ownesr H Attention: P Marling Address: A City: State: Zip: Ovdner Phone Number{ "Note:The invoice for the notification too will bo sent to the owner of the building and the billing address for the invoice will be ❑ obtained from the Information that is provided In this section. N 4) Description or Facility Name: E Physical Address: County. City Zip: S Facility Phone Number( } Facility Contact Person: H Description of AreaJRaom Number. A Prior Use: Future Use: P Age of Building/Facility: Size: Number of floors: School(K-12): r- NO 3) Type of Work: Demolition n Renovation(Abatement) Annual Consolidated T Work will be during: Day ❑ Evening C Night Phased Project D Description of work sMaWle: H t)} Is this a Public Building? YES CJ NO Federal Facility?=YES _NO Industrial Site?h YES fl NO ❑ NESHAP-Only Facility? Co YES ❑ NO Is Buifding/FacilityOccupied? l YES :o NO L 7) Notification Type CHECK ONLY ONE V J Original(10 Working Days) _ Cancellation L:;Amendment ❑ EmergeneylOrdered i o If this is an amendment,which amendment number is the? _(Enclose copy of original and/or last amendment) I If an emergency,who did you talk with at TDH? Emergency* a Date and Hour of Emergency(HHIMLVDD/YY): ti Description of the sudden,unexpected event and explanation of how the event caused unsafe conditions or Would carse O equipment damage(computers,machinery,etc n ❑ B) Description of procedures to be followed In the event that unexpected asbestos is found or previously nowt-friable Y asbestos material bec=ets crumbled,pulve,ized,or reduced to powder: E S 9) Was an Asbestos survey performed? '� YES L NO Date: ! 1 TDH Inspector License No: a Analytical Method:"Ll PLM 173 TEM r Assumed TDH Laboratory License No: N (For TAHPA(public budding)projects:an assumption must be made by a TDH Licensed Inspector) 10) Description of planned demolition or renovation work,type of material,and metnod(s)to be used:_.. 11) Description of work practices and engineering controls to be used to prevent omissions of asbestos at the demolitiordrenovation: 04129103 SC-55 FART D — SPECIAL CONDITIONS dW 12) ALL applicable Items in the following table must be completed: IF NO ASBESTOS PRESENT CHECK HERE= Approximate amount of Check unit of measurement Asbestos-Containing Building Material Asbestos Type Pipes Surface Area Ln Ln SO SO Cu Cu Fi Af Ft hi Ft M RACNI to be removed RACM NOT removed Interior Category I non-friable removed Exterior Category I non-friable removed Cateco I non-friable NOT removed Interior Category 11 non-friable removed Exterior Catecory II non-friable removed Catepory 11 non-friable NOT removed RACNI Off-Facility Component 13) Waste Transporter Name: TDH License Number. Address: City: State: zip: __ Contact Person: Phone Number: t t 14) Waste Disposal Site Name: Address: City: State: Zip: " Telephone: ) TNRCC Permit Number 15) For structurally unsound facilities,attach a copy of demolition order and identify Governmental Official 5elowr. Name: Registration No: �r Title: Date of order(MMfDDJYY) ! 1 Date order to begin(MMIDDfYY) / I 16) Scheduled Dates of Asbestos Abatement(?.ILIVDD1YY) Start f / Complete: 1 I 17) Scheduled Dates Demolition,'Renovation(WA/DD/YY) Start: / 1 Complete: / 1 Note:H the start date on this notification can not bo met.the TDH Regional or Local Program office Must be contacted by phone prior to the start date. Failure to do so is a violation in accordance to TAMPA.Section 295.61, I hereby certify that all information I have provided is correct,complete,and true to the best of my knowledge. I acknowledge mat I am responsible for all aspects of the notification form,including,but not limiting,content and submission dates. The maximum penalty is$10,000 per day per violation. (Signature of Building Owner/Operator (Printed Name) (Dais) (Telephone) or Delegated ConsultanUContractor) 1 ) (Fax Number) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH 'Faxes Oro not accepted' PO BOX 143538 •Faxes are not accepted* AUSTIN.TX 78714.3538 PH:512-834-6600, 1-800-572-5548 Form APB#5,dated 07/29MZ Replaces TDH form dated 07113101.For assistance in completing form,ca11 1-8.0-572-5568 04129103 SC-56 PART DA ADDITIONAL SPECIAL CONDITIONS PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS..........................4 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE NOT USED]..........................4 5A-3 PIPE ENLARGEMENT SYSTEM [NOT USED].... 5A-4 FOLD AND FORM PIPE [NOT USED]..........................................................................4 DA-5 SLIPLINING [NOT USEDI.............................................................................................4 r DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT[NOT USED]...................................4 DA-7 TYPE OF CASING PIPE [NOT USED)........................_.................................................4 5A-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR [NOT USED] .........................4 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION [Nor USED]....4 DA-10 MANHOLE REHABILITATION NOT USED]................................................................4 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION [NOT USED] ...........4 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM NOT USED]..4 DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM [NOT USED]..........................4 DA-14 INTERIOR MANHOLE COATING- SPRAY WALL SYSTEM [NOT USED]..................4 -° DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM [NOT USED]................4 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINERNOT USED]......................................................................................................5 # DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM [NOT USED] .................5 DA-18 RIGID FIBERGLASS MANHOLE LINERS [NOT USED] ..............................................5 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION [NOT USED]............................5 DA-20 PRESSURE GROUTING [NOT USED].........................................................................5 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES [NOT USED].........................5 DA-22 FIBERGLASS MANHOLES [NOT USED].....................................................................5 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......................5 5A-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.............................................. 6 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS...................................................... 6 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE [NOT USED].........................6 DA-27 GRADED CRUSHED STONES.....................................................................................6 5A-28 WEDGE MILLING 2" TO 0" DEPTH 5.0- WIDE [NOT USED] ......................................7 DA-29 BUTT JOINTS- MILLED [NOT USED].........................................................................7 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE --D'- MIX)......................................................7 5A-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER..............................................7 DA-32 NEW 7" CONCRETE VALLEY GUTTER......................................................................8 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP. ...............................................................8 DA-34 8-' PAVEMENT PULVERIZATION. ...............................................................................9 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) [NOT USED].... 10 DA-36 RAISED PAVEMENT MARKERS..........................................................................::.... 10 5A-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING................. 10 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL........ 14 �. DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC NOT USED DA-40 CONCRETE RIPRAP [NOT USED] ............................................................................ 15 5A-41 CONCRETE CYLINDER PIPE AND FITTING S........................................................... 15 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS NOT USED 5A-43 UNCLASSIFIED STREET EXCAVATION ................................................................... 15 DA-44 6" PERFORATED PIPE SUBDRAIN [NOT USED]..................................................... 15 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS.................................................... 15 5A-46 RECOMMENDED SEQUENCE OF CONSTRUCTION................................................ 15 DA-47 PAVEMENT REPAIR IN PARKING AREA.................................................................. 16 10124102 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS..................................................................................... 16 DA-49 HIGHWAY R§QUIREM9NTS. .................................................................................... 16 �. DA-50 CONCRETE ENCASEMENT. .......................................................... . .... . ............... 17 DA-51 CONNECTION TO EXISTING STRUCTURES............................................................ 17 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION [NOT USED)............ 17 DA-53 OPEN FIRE LINE INSTALLATIONS [NOT USED] ..................................................... 17 DA-54 WATER SAMPLE STATION [NOT USED].................................................................. 17 DA-55 CURB ON CONCRETE PAVEMENT.......................................................................... 17 DA-56 SHOP DRAWINGS ..................................................................................................... 17 DA-57 COST BREAKDO)M N. ................................................................................................ 19 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY.................................. 19 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................... 19 DA-60 ASPHALT DRIVEWAY REPAIR.................................................................................. 19 DA-61 TOP SOIL ................................................................................................................... 19 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT.................. 19 DA-63 BID GIUANTITiES. ......................................................................................................20 DA-64 WORK IN HIGHWAY RIGHT OF WAY.......................................................................20 5A-65 CRUSHED LIMESTONE(FLEX-BASE)...................................................................... 20 DA-66 OPTION TO RENEW ..................................................................................................20 5A-67 NON-EXCLUSIVE CONTRACT..................................................................................20 DA-68 CONCRETE VALLEY GUTTER..................................................................................21 DA-69 TRAFFIC BUTTONS...................................................................................................21 DA-70 PAVEMENT STRIPING...............................................................................................21 5A-71 H.M.A.C. TESTING PROCEDMRES...........................................................................21 DA-72 SPECIFICATION REFERENCES. ..............................................................................22 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX [NOT USED]..................................................................................22 DA-74 RESILIENT-SEATED GATE VALVES.........................................................................22 DA-75 EMERGENCY SITUATION, JOB MOVE-IN................................................................22 DA-76 1 1/2" & 2" COPPER SERVICES.................................................................................22 DA-77 SCOPE OF WORK (UTIL. CUT) [NOT USED]............................................................23 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) [NOT USED] ................................23 DA-79 CONTRACT TIME (UTIL. CUT) [NOT USED]............................................................. 23 5A-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) [NOT USED] ...........23 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) [NOT USED]..............................23 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) [NOT USED]..................................................23 DA-83 PAVING REPAIR EDGES (UTIL. CUT) [NOT USED].................................................23 DA-84 TRENCH BACKFILL (UTIL. CUT) [NOT USED].........................................................23 DA-85 CLEAN-UP (UTIL. CUT) [NOT USED]........................................................................23 DA-86 PROPERTY ACCESS (UTIL. CUT) [NOT USED].......................................................23 DA-87 SUBMISSION OF BIDS (UTIL. CUT) [NOT USED] ....................................................23 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) [NOT USED]..........................23 DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) [NOT USED]........23 DA-90 2"TO 9" H.M.A.C. PAVEMENT(UTIL. CUT) [NOT USED]........................................23 5A-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) [NOT USED]................................................................................23 DA-92 MAINTENANCE BOND (UTIL. CUT) [NOT USED].....................................................23 DA-93 BRICK PAVEMENT(UTIL. CUT) [NOT USED] ..........................................................23 MF 10124102 ASC-2 Mo PART DA - ADDITIONAL SPECIAL CONDITIONS DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) [NOT USED].......................................23 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUTn [NOT USED].................................23 DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) [NOT USED]...................23 DA-97 "QUICK-SET" CONCRETE]UTIL. CUT) [NOT USED]...............................................23 DA-98 UTILITY ADJUSTMENT(UTIL. CUT) [NOT USED]....................................................24 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUTn [NOT USED].........................................................................................................................24 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) [NOT USED].................24 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) [NOT USED]...................................24 DA-102 PAYMENT(UTIL. CUT) [NOT USED] ........................................................................24 DA-103 DEHOLES (MISC. EXT.) [NOT USED].......................................................................24 �- DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) NOT USED ..24 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) [NOT USED] ........................24 DA-106 BID QUANTITIES (MISC. EXT.) [NOT USED]............................................................24 DA-107 LIFE OF CONTRACT(MISC. EXT.) [NOT USED]......................................................24 DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) [NOT USED]..........24 DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) [NOT USED] ..........................24 DA-110 MOVE IN CHARGES (MISC. REP" [NOT USED]....................................................24 DA-111 PROJECT SIGNS (MISC. REPL.) [NOT USED].........................................................24 DA-112 LIQUIDATED DAMAGES (MISC. REPL.) [NOT USED].............................................24 .� DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) [NOT USED]..........................24 10/24102 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance on each unit. Bidders shall submit individual and separate monthly M/WBE reports for each Unit included in the Contract. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE [NOT USED] DA-3 PIPE ENLARGEMENT SYSTEM [NOT USED] DA-4 FOLD AND FORM PIPE [NOT USED] DA-5 SLIPLINING [NOT USED] DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT [NOT USED] DA-7 TYPE OF CASING PIPE [NOT USED] DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR [NOT USED] t DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION [NOT USED] DA-10 MANHOLE REHABILITATION [NOT USED] DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION [NOT USED] DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM [NOT USED] DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM [NOT USED] DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM [NOT USED] DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM [NOT USED] 10124102 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER [NOT USED] DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM [NOT USED] DA-18 RIGID FIBERGLASS MANHOLE LINERS [NOT USED] DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION [NOT USED] DA-20 PRESSURE GROUTING [NOT USED] DA-21 VACUUM TESTING OF REHABILITATED MANHOLES DA-22 FIBERGLASS MANHOLES DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number Contact Person Southwestern Bell Telephone 338-6275 "Hot Line" Texas Utilities 336-9411 Mr. Roy Kruger �- Ext. 2121 Lone Star 336-8381 Mr. Jim Bennett Ext. 6982 City of Fort Worth, 871-8100 Mr. Jim Bob Wakefield Street Light and Signal Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. I M4/02 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104"Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 a through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, .� as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504' Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE [NOT USED] DA-27 GRADED CRUSHED STONES .� This item shall be used to repair the failed base material in areas exceed 8' deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". 10124102 ASC-6 MR PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. R DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0- WIDE [NOT USED] DA-29 BUTT JOINTS- MILLED [NOT USED] DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphaft Concrete* shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. w DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. 4 r 10124102 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314", Concrete Pavement", Item 312 'Hot-Mix Asphaltic Concrete% Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement'. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for 10124102 ASC-8 MW PART DA - ADDITIONAL SPECIAL CONDITIONS PM laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 'Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a PM uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 8" PAVEMENT PULVERIZATION Contractor shall pulverize the existing pavement to a depth of 8'. After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2' to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.C. and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10° pulverized material. (see soil test report) rPulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured, the contractor shall overlay it with 2" H.M.A.C. surface On within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days, a$200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq. yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. u Mi 10124102 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS The 2" H.M.A.C. surface will be paid by separate item. DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) [NOT USED] DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State A and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal,testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency(EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 10124102 ASC-10 PW PART DA - ADDITIONAL SPECIAL CONDITIONS OW WP 3. SUBMITTALS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially t Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. O- b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City(3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. PM B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with this section. 2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS r10124102 ASC-1 1 r PART DA - ADDITIONAL SPECIAL CONDITIONS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the "P Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PID or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC — whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL(PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. 10124102 ASC-12 FM PART DA - ADDITIONAL SPECIAL CONDITIONS c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. PM d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. .r 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oil/water separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate .. pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. 10124102 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGi) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be Mo implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL -' A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site -� of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The .� Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 10124102 ASC-14 .w PART DA - ADDITIONAL SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be -- included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation .� costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC [NOT USED] DA-40 CONCRETE RIPRAP [NOT USED] 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 and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backf ill, 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). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS [NOT USED] DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by "W PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-44 6" PERFORATED PIPE SUBDRAIN [NOT USED] DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS "! This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION 10124102 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: Unit 2: 1. Loving Ave. (Sta 0+00) 2. NW 20"' Street �- 3. Northside Park 4. Harrington After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required 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 crushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be 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. 10124102 ASC-16 Mi PART DA - ADDITIONAL SPECIAL CONDITIONS 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 PM Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. RM 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. am DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION [NOT USED] DA-53 OPEN FIRE LINE INSTALLATIONS [NOT USED] DA-54 WATER SAMPLE STATION [NOT USED] 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 10124102 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after 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: - 54° Waterline Pipe and fittings (bar wrapped concrete cylinder pipe, polyurethane coated steel pipe, mortar coated steel pipe, or ductile iron pipe) - Ductile iron pipe and fittings - PVC pipe and fittings (water and sewer) - Concrete mix design - Gate valves - Butterfly valves - Air and vacuum valves - Fire hydrants - Blow-off assemblies �+ - Casing pipe and appurtenances - Tunnel Liner (if used) and appurtenances - Embedment material - Backfill material - Crushed limestone material - Cathodic protection system - Trench safety system - HMAC mix design - Meter boxes - Water services and appurtances - Sanitary Sewer services and appurtances 10124102 ASC-18 PM PART DA - ADDITIONAL SPECIAL CONDITIONS MEN Additional shop drawing requirements are described in some of the material specifications. '5 3. Address for Submittals -The submittals shall be addressed to the Chief Design Engineer: Freese and Nichols, Inc. W' Attn: Donna Scott, Construction Services 4055 International Plaza, Suite 200 Fort Worth, TX 76109 Reference Project: FTW02335 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 All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. 10124102 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 I be used on an"emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of$200,000 As (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. .. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All . work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second 10124102 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as well as conforming to Specification Item No. 314 of the Standard -- Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. �. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to complete the work. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traff ic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type III Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing - striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B° and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type `B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a*roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D° asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. IM4102 - ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D"asphalt additional cores must be taken to determine the applied thickness. 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. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX [NOT USED] DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. The valve shall be installed with by-pass, and shall be as manufactured by U.S. Pipe and Foundry, or approved equal. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA-76 1 1h" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 %" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. E. 10124102 ASC-22 dM ffift PART DA - ADDITIONAL SPECIAL CONDITIONS Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube"specifically made for that purpose. Payment for all work and materials associated with 1 % "and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK(UTIL. CUT) [NOT USED] �- DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) [NOT USED] DA-79 CONTRACT TIME (UTIL. CUT) [NOT USED] DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) [NOT USED] DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) [NOT USED] DA-82 LIQUIDATED DAMAGES (UTIL. CUT) [NOT USED] DA-83 PAVING REPAIR EDGES (UTIL. CUT) [NOT USED] DA-84 TRENCH BACKFILL(UTIL. CUT) [NOT USED] DA-85 CLEAN-UP (UTIL. CUT) [NOT USED] DA-86 PROPERTY ACCESS (UTIL. CUT) [NOT USED] DA-87 SUBMISSION OF BIDS (UTIL. CUT) [NOT USED] DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) [NOT USED] DA-89 CONCRETE BASE REPAIR FOR UNIT li & UNIT III (UTIL. CUT) [NOT USED] DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) [NOT USED] DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) [NOT USED] DA-92 MAINTENANCE BOND (UTIL. CUT) [NOT USED] DA-93 BRICK PAVEMENT (UTIL. CUT) [NOT USED] DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) [NOT USED] DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) [NOT USED] DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) [NOT USED] DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) [NOT USED] 10/24102 ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-98 UTILITY ADJUSTMENT(UTIL. CUT) [NOT USED] DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) [NOT USED] DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) [NOT USED] DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) [NOT USED] DA-102 PAYMENT(UTIL. CUT) [NOT USED] DA-103 DEHOLES (MISC. EXT.) [NOT USED] DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) [NOT USED] DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) [NOT USED] DA-106 BID QUANTITIES (MISC. EXT.) [NOT USED] DA-107 LIFE OF CONTRACT(MISC. EXT.) [NOT USED] DA-108 DETERMINATION AND INITIATION OF WORK(MISC. REPL.) [NOT USED] DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) [NOT USED] DA-110 MOVE IN CHARGES (MISC. REPL.) [NOT USED] DA-111 PROJECT SIGNS (MISC. REPL.) [NOT USED] DA-112 LIQUIDATED DAMAGES (MISC. REPL.) [NOT USED] DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) [NOT USED] 10124102 ASC-24 MR PART E MATERIAL AND CONSTRUCTION SPECIFICATIONS SECTION E SPECIFICATIONS (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specification(s) construction(s) or later revision(s). (See revisions listed on this sheet.) Sections E1, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copied verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E1 MATERIAL SPECIFICATIONS low E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow: E1-2.4 Backfill: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) c. Additional backfill requirements when approved for use in streets: 1. Type 'B' Backfill (c) Maximum plastic index (PI) shall be 8. 2. Type 'C' Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction. E2-2.11 Trench Backfill: (Correct Minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1 where the 95% modified Proctor density' shall remain unchanged.) A . E - 1 SECTION E100—MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS (January 1, 1978) (Added 5/13/90) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceeds the requirements of ASTM D1248, Category 5, Type III. b. The minimum thickness of the manhole insert shall be 1/8°. C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E100-4.3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim. b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim. s E-2 - SECTION El-18A — REINFORCED PLASTIC WATER METER BOXES ( Revised March 27, 2003) E1.18A.1 SCOPE: This specification covers three types of water meter boxes, Type A and B, and Type C. E 1.18A.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8" X3/4", 3/" and 1" meters. E1.18A.1.2 Class B Standard Meter Box: Intended for use with services utilizing 1-1/2" and 2" meters. E1.18A.1.3 Class C Standard Meter Box: Intended for use with services utilizing two 5/8" X 3/4" or 3/4" meters. E1 .18A.2 CONSTRUCTION: Reinforced plastic water meter boxes and iron cover lids under this specification will include three specific sizes of a rectangular shape. Those three sizes will be referred to us: 00 CLASS `A', 11" x 18 " Box, 12" high CLASS `B', 15.25" x 27".Box, 12" high CLASS 'C', 18" x 16' Box, 12" high E1 .18A.3. REINFORCED PLASTIC METER BOX SPECIFICATION The meter box shall be constructed of Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D-883-95A and have a minimum wall thickness of .500". The exterior shall be black to provide UV protection. Boxes shall be able to withstand a minimum 15,000 pounds vertical load and shall withstand a - minimum 400 pounds sidewall load. The meter box exterior shall be free from seams or parting lines and all edges and corners are to be smooth and free from sharp edges so the unit can be ., handled safely without gloves. E1 .18A.4. IRON METER BOX LID SPECIFICATION The meter box lids are to be made of cast iron according to ASTM A48-84, Class 35B or ductile iron according to ASTM A-536. The lids shall withstand a minimum vertical load of 15,000 pounds. Castings are coated with a bituminous emulsified asphalt unless otherwise specified, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. Dimensions shall be within industry standards of plus or minus (+/-) one-sixteenth of an inch per foot. All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. Casting weights may vary plus or minus (+/-) five percent from drawing weight per industry standards. 1. BODY COVER LID .� The solid cover lids provided for under this section must be compatible with bodies as specified. An access opening hole in the top of the lid must be positioned at either end of the lid and shall be large enough for opening with typical reading tools. 2. DELIVERY All boxes and lids are to be delivered as .directed to Field Operations Division, 1608 11 th Ave. 3. PRICING Pricing shall remain firm the entire term of the contract. 4. ORDER QUANTITY Class "A" Meter boxes and lids will be ordered in quantities of 1000 or more at one time. All other meter boxes and lids will be purchased 25 or more at one time. 5. QUANTITIES The quantities shown are estimates. The City reserves the right to purchase according to actual need and may or may not meet or exceed the estimated quantities shown. 6. CANCELLATION The city reserves the right to cancel the contract upon thirty (30) days written notification for failure to meet the terms as bid. Vendors will be notified in writing of any discrepancies in quantity or service, and given ample opportunity to correct said discrepancies prior to cancellation. Continued discrepancies will be grounds for cancellation. END OF ITEM WATER AND SANITARY SEWER DETAILS 3/4' LETTERING (RECESSED FLUSH) 1 1/2' [R38mm] FORT WORTH LOGO ❑ IS OPTIONAL Q�of o WATER ¢ 3 METER 5/8" 3� [16mm W Four WORTH 18" [457mm] 11 1/8' 2 1/8' 5/16" 1 3/4' I'— [283mm]� [54mm [Bmm] r [44mm] —L Revised 3/21/2003 5/16' COVER SECTION COVER SECTION [8mm] CITY WATER FORT WORTH R DEPARTMENT 12 7/8' [508" 1000 THROCKMORTON ST I'— [327mmj� I FORT WORTH, TX 76102 11 3/8' I 1 7/8' 18 1/4' [48mm 817-871-8240 [289mm] ] [464mm�'I FAX: 817-871-8195 9 7/8" I 12• Imo_ 16 3/4' [251 mm [305mm] [425mm CLASS 'A' STANDARD PLASTIC METER BOX 15 3/8' I I 21 WITH 3 8" [391mmT [533mm CAST IRON LID [4 87mm [610mm/ FOR 3/4" & 1" BOX SECTION BOX SECTION METERS SCALE AS SHOWN [457mm] 0 11 D [b6m 15 7/16' ' 14' O [392mm] [356m m] IT o o 0 ' 1 1/2• [102..4 1 PLAN VIEW [" ""] BOX SECTION 26 3/4• 13 1/4• '3 1/4• [337mm] I� [337..1 I 1 3/4• r [41mm1 Revised 3/21/2003 COVER SECTION -II- 5/18• CITY OF FORT WORTH [6mm] WATER DEPARTMENT 1000 THROCKMORTON ST 30• FORT WORTH, TX 76102 [762..] 817-871-8240 27 I FAX: 817-871-8195 [666..1 ' 3/*' FORT WORTH LOGO CLASS 'B' [44mm] IS OPTIONAL 12• STANDARD PLASTIC [305mm] METER BOX WITH CAST IRON LID FOR 1-1/2" & 2" METERS 25• [635mm] BOX SECTION SCALE AS SHOWN W W 0}}3 T 14 1/2 1' 18 3/8' 5/8' OO QLd FF (368mm) [467m] 3 U [432mm] m [16mm O tl - .I L I PLAN VIEW I 2' [R51-1 3/4' LETTERING COVER SECTION 11 3/4`�I (RECESSED FLUSH) L [29 8r COVER SECTION BOX SECTION 16 1/2' 2 1/8' [419mm] [54mm 5/16' t t/z' Revised 3/21/2003 3/8 I [38mm] [10mm CITY OF FORT WORTH �IIj WATER DEPARTMENT T_ 5/16' 1000 THROCKMORTON ST [Bmm] FORT WORTH, TX 76102 [479 18 7/mm -) 1 1/2' 817-871-8240 [38mm] FAX: 817-871-8195 COVER SECTION I CLASS 'C' FORT WORTH LOGO STANDARD PLASTIC IS OPTIONAL METER BOX WITH CAST IRON LID 1 zo 1/4 FOR 2-3/4" 1 • [514m- METERS BOX SECTION SCALE AS SHOWN li 11 It t t 1� l� 11 11 _-rz - _r a�_rrrrrc•+; fX/$J' /�Q/ Fr• ��c./f�' ! t� See Qafd/� fpr I •` Ib�\Lint it 6�1 V 1' Conn¢c-//o n. 1 i•L a tY1il11r�i 1 1 11 ( i fit NZ 1 I 11� eas,t 11 ;;11 I vl_=rrr•� v n :fi =sTT t"L J�Tffl -1 ® 1 � •, by � �;` • '�` 1 i � Iftratzi•a� ` t -rr z.-rtrrJi:1111 `� �t Ilt • It I oil 1 Set Qrla/! /or x Inlersecr� Cros •s C�hrr' ScrP.a�.Y %'P EXia r Cb I CITY WATER DEPARTMENT FORT WORTH, TEXAS n��l�r^AL ,& V— ASS LA KO r 4 " • Cont�d�}or sfra// b¢ rsQuir-sd �� " Tub%n9 to Co vsr tn C OCr vd u/J' 4ri/h CuPofi�' pr'o/tclive g:lcprd � . 'A, .• :� i\ f,,+•r • \ ,y• /Q dcp at ds rc4 wire d. `GC9A"/Q/sp a ' � i� X%Sr Imo/'%ik�lSt SQr'✓iCC .;�,`.:.:, .�, .� i. . ^L•': ,�� ;' .�/eter sf,.��/he r'arnovad 6y fh� Con r�rVcfor Cp 7nfction �'rorn. 4y-p�s5 ? 110. privd/C .Ssrvlcc shd// ha Insole by Confricrar r r E,c-isr �`on�xr Scrrics Lins r _ CITY WATEF DEPARTMENT FORT WORTH. TEXAS 4SERVICZ- CONIVECrI01V r _ DErA/L .j6"klAX t --4j/%z4c►// Cover. "Gcp/✓. /0/;J¢. AVf v /S"rfbr o/;i79 FQ/f, 56 "A1161c. a k CITY WATER DEPARTMENT FORT WORTH. TEXAS 11%1r.cRs,Ecr1oN CROSSING ,4-20- V MIN. O z 11 i� MATERIAL LIST 3/4" or I" as applicable Standard Corporation Stop Standard Curb Stop 6 90° Elbow. O - Meter Box and Meter to be Installed by Other 1 D - Service Line E - Blue Vinyl Tape, 3" wide, 60' above ground F - Area to be backfilled with sand 3/411 & III WATER SERVICE DETAIL FIGURE-"2 E1-17 Material -1-78 E2-17 Construction I_.. 2. COMPACTED BENTONITE CLAY — — — OR 2:27 CONCRETE -SEWER MAW CLA Y IMAM PROMS EXISTING GROUND COMPACTED BENTONITE CLAY OR 2:27 CONCRETE -III�II�Ii�II =IIaII1I-7�'—' Vic; Rd co 2 H REN H Wl H C Q cr RENCH W1 H o a o UNDISTURBED SOIL v o PIP DIA ME MINIMUM TRENCH WIDTH = PIPE D1A + 1' . CLAY ® A C 0NST' F"I" 'u" TI N NOT TO SCALE i �l� oCt /i min Q On cg w! eo .C�ck�i�lay y / /i' �� Iran a/or•.Fs � COnceQled *A- ON. �1 1 slots or picftba ,Ref=E2-14 1 —4-T 1O Minimum 2row5 ! i preforrmedbitamasticioiot -' seolav(Ram-Nek or upprored ; �YlonotrY.4rr' Conci•ct'c or- •> p.` •°U:�4: �� P�Pc da/!r •". nc�.r<o.-cad .�r.fiol�t 'r:.• :•.9�.�. , � f Jv.-Y,4 driowtor c� .a• ,o; p,e '0 p• 0 c :i ;a ' O: p'::; '0; j �i•"•a: ''% Clgss F (QODD 1 C017 c {e —J' d'f9lr✓. —J _a +, (Pr•ac�,r� s'/fo�,✓n} E1 -14 Material CL S' TREET DIP T cs 4 .0 ' ni 8-f4 REBARS TYP . - 3' TYP. USE 3000f CLASS / 1 -� ' . A CONCRETE . , (A) CONC . COLLAR HEIGHT VARIES 3/4' CHAMFER TYP . PYXT. PYKT. GROUND t l • GRAD RING . •-. - - - - - - CAS 6' MIN. E ! CASE 2 � - i • RAM NECK 3' MINIMUM CASE t HEIGHT VARIES COLLAR SHALL EXTEND TO -� TOP OF 2.•27 CONCRETE SECTION A (REBAR REO.I CASE 2 COLLAR SHALL EXTENO 3' BELOW R BOTTOX OF LOWEST GRADE RING (REBAR REG.) FIGURE 121 - CONCRETE MANHOLE COLLAR DETAIL Ei-20. 21 MATERIAL F2-20 2.1 CONSTRUCTION - i� , •�' I I II br -M-eef c inrf�lled T. _ —A-T 1 Glide •P�%qr �;e fo be p•vr�ded I 1 '�" for- �ir+�fat/ht`ibis dj• s'.�i-eef .. .:•..:{'•'•:': C'ovffr/Cfev. �Ar+e �o�J'i�aris.) :�• Too s'yer! pli - � fiIld'� /•r�q tlwAfiOA L'DAP. Crud/t fc .dfasol.•Y•F�� Co+�er+ete °�- •a:.e ':'p'."Q•, it I � F��E da/l an i-e�:do�ced .wvn�iola 4.9• r .Pew -E-Z-19r I PE.P.�IA -fTEO �`ioo-2, :...Q. � �•;a I'lap9r�ed �� Avilif d�e+er�er : O e, •Q:. ° er p r/ e,4,o wsr E1- 14 Material 1-1-78 E2-14 Construction i 1 i AND evvsr, av`v< eo dWA Sfrtaf l`a A-dfCrir wWY! IiPOKFleri rlt:r/artsd Co�r�rtfe ,Q�sde \:.. -1 Tom ef' eavrertfa Coot e1 ki f t\ •\ ag I r' I 1 �!C �rar�ded by fife wrftr ♦�rd t�•s�Kary d�cwrtr ct II_dpefor fo > Iftft dti�9.wfsd 6y ,rs�t .oc.6l�a �I✓o�.Ft Lo.r�f.,vtt�bvr Eiy�:.ser. �'IGU.PE /O4f ST.4iVo.4.PO ANA111140LE A 60,-qC"/ xxviv-1) E1-14 Material 1 -1-78 E2-14 Construction A �f MANHOLE FRAME AND 'ice �% �! 24"D1A. COVER EQUAL TO MCKINLEY IRON WORKS NO.A24AM: 1 (REF. E2-14) . de 1 I TOP OF CONCRETE CONE ,�;-• ® SECTION 1.511 BELOW I FINISH RIM ELEVATION: r .� (REF. FIGS . 103 & 104) . I J. 61, M I N. GROUT � �.. ., r..,.. .• - ••.•_• • •-'.. 1, T y}..; :�• 811 M]N CLASS F(4000L) CoNC _ NOTE: I . PRECAST 4 'DIA. CONE WITH -' STANDARD 300.* MANHOLE � •g. i ec: : COVER AND RING IN LIEU '_`' r ,a•' OF 24"x40" SHALLOW �• i I `� MANHOLE(REF. FIG 106) . :� '�„+� _ -� ' f• 2. MANHOLE TO BE USED WHERE SEWER LINES ARE LESS A 1, c, "EE ,�. THE,. U DEEP. . SHALLOW MANHOLE PRECAST CONE .78 E7-14 MATERIAL ... , , .--. .— ,-. r __ , —�,rc—^,•�— nor WL r. TRANSPORTATION & PUBLIC WORKS DEPARTMENT (Unit 2, Sections C) ML VL WE SPECIAL INSTRUCTION TO BIDDERS (T/PW 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five(5%)per cent of the total of the bid submitted must accompany the bid,and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety on the bond,(1)the name of the surety shall be included on the current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(1/10)the total capital and surplus. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract _ awarded. In this connection,the successful bidder shall be required to furnish a performance bond as well as payment bond,both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as amended In order for a surety to be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or .. one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing-the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000 a Payment Bond shall be executed, in the amount of the contract,solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, i specifications,and contract documents. Said bond shall solely be for the protection of the City of fort Worth. w 3. LIQUIDATED DAMAGES:The Contractor's attention is called to Part 1, Item 8,paragraph 8.6, of } the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth, J Texas,concerning liquidated damages for late completion of projects. t 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No.7278 as amended by City Ordinance No.7400(Fort Worth City Code Section 13-A-21 through 13-a-29)prohibiting discrimination in employment practices. r RK 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction • is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three(3)years following the date of acceptance of the work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the.special provision titled"Right to Audit"pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d), With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. 1 r iJ (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the I Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. -;� 8. INSURANCE: Within ten(10)days of receipt of notice of award of contract,the Contractor must provide,along with executed contract documents and appropriate bonds,proof of insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury-5250,000 each person, $500,000 each occurrence;Property Damage-5300,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employees 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 l respective department as specified in the bid documents, 1000 Throckmorton Street,Fort Worth,TX 76102,prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice'of cancellation,non-renewal,and/or material change in policy terms or coverage. A ten days notice shall -� be acceptable in the event of non-payment of premium. .mJ . 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. ' 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. . l ri 10. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in r} the state in which the nonresident's principal place of business is located. l a "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state,and includes ! a contractor whose ultimate parent company or majority owner has its principal place of business in this state. l This provision does not.apply if this contract involves federal funds. J The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications. Th e failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 11923,as amended,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.In addition,the bidder shall submit the MBE(WBE r f UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate. The Documentation must be received 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. Mb J, Upon request,Contractor agrees to provide to owner complete and accurate information regarding 1 actual work performed by Minority 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 initiation action under A appropriate federal,state or local laws or ordinances relating to false statement;further,any such r misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be l withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION J FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate is received by the City. The award of contract, if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment(minus 5%retainage) from the City for all work for each-pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at ® (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non- - 1 responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: i A. Workers Compensation Insurance Coverage • i a. Definitions: Certain of coverage("certificate').A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81, TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the Jgovernmental entity. B Persons providing services on the project("subcontractor" in§406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on r the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes,without limitation, ' independent contractors,subcontractors, leasing companies,motor carriers, owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services" include,without limitation, providing,hauling,or delivering equipment or materials,or providing labor,transportation, or toner services related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011 (44)or all employees of the contractor providing services on the project,for the duration of the project. - c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 1 d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project,so the j governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter ' g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory 1 requirements of Texas labor Code,Section 401.011 (44)for all of its employees providing services on the project,for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts,and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project;and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage per .d shown on the current certificate of coverage ends during the duration of the project; 1 (5) retain all required certificates of coverage on file for the duration of the project and j for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and .. j (7) contractually require each person with whom it contracts,to perform as required by paragraphs(1)-(7),with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, 1 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 i penalties or other civil actions. 4 L The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal J 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: No "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction r project must be covered by worker" compensation insurance. This includes persons providing,hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". r Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, ., or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion,color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. r� 17. AGE DISCRIMINATION: In accordance with the policy("Policy")of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide J occupational qualification, retirement plan or statutory requirement. 18. Contractor further covenants that neither it nor its officers,members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract,a maximum age Iimit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. 19. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City r harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 20. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"),Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws conceming disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's ` alleged failure to comply with the above-referenced laws concemin disability discrimination in the g PY g ty performance of this Contract. r r n.. PM om 4w ipm SPECIAL PROVISIONS PM op P, W- CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING SPECIAL PROVISIONS HOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVE PHASE I, UNIT 2 PROJECT No. P162-060162141180 DOE #: 4077 IP 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the installation of a 54-inch water line and smaller distribution water lines (8-inch to 12-inch). Pulverization and overlay is to be performed on the majority of the streets where the water line is being constructed. Other miscellaneous items of construction are to be performed as outlined in the Plans and Specifications. r 2. AWARD OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder. The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. Contract will be awarded to the lowest responsive bidder. 3. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty(60) days of advertisement of this project. The work order for subject project will not be issued until all utilities,right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. _ 4. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. The contractor shall complete the 54-inch water line and have in service by May 1, 2004 for both Units 2. 5. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 6. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH 1 STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS do A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2"a Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. 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. 7. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for r designating bids as"nonresponsive"and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 8. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two years from date of final acceptance of this project and will be required to replace at its expense any part or all of the project which becomes defective due to these causes. 9. CONSTRUCTION STAKING: Construction stakes for line and grade will be provided by the City as outlined on page 17, Standard Specifications for Construction, City of Fort Worth. 10. TRAFFIC CONTROL: The contractor shall be responsible for providing, following, and maintaining a traffic control plan during the construction of this project consistent with the provisions set forth in the"1980 Texas Manual on Uniform Traffic Control ' Devices for Streets and Highways"issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701d Vernon's Civil Statues,pertinent sections being Section Nos. 27, 29, 30 and 31. This traffic control plan shall be submitted for review and approval to Mr. Charles R. Burkett, City Traffic Engineer @817-871-8774 at least 10 working days prior to the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the time frame established in the Notice to Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. The Contractor shall not install any sign on a city post, pole, or structure without first obtaining written permission ' from the Engineer. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works 2 Department. Signs and Markings Division (phone number 871-8107), 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. ` 11. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused _ by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 12. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. See "Road Closure Plan" in the drawings Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 13. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the contractor shall advise the Director of the Department of Engineering 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. r Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood r 3 plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors 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 contractors expense. In the event that the contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 14. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 15. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system(if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 4 16. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times t unless otherwise directed by the Engineer. 17. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification s shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to.TU Electric Service Company and shall record action taken in each case. (d) The contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 18. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in _ the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 19. 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 5 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, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers _ and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work r space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and $0.10 per page. under 2. More than 50 $0.85 for first page plus $0.15 for each page thereafter. copies (d) "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 any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract and further, that City shall have access during normal working hours to all 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." 20. CONSTRUCTION STAKES; The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction(water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and 6 control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No AM claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. CONSTRUCTION NON-PAY ITEM No. 1 - CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 2 - SPRINKLING FOR DUST CONTROL: z All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 3 - PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No. 4 - CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, 7 M nl meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. WO NON-PAY ITEM No. 5 —PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • • Keeping trash of any kind off 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 the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No. 6—PROJECT SCHEDULE: fi Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will c not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. NON-PAY ITEM No. 7—NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. Ink All costs involved with providing such written notice shall be considered subsidiary to this contract. 8 ..� _ NON-PAY ITEM No. 8—PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to _ the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, t 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 shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. NON-PAY ITEM No. 9—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. NON-PAY ITEM No. 10—WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size %Retained 1" 0-10 1/2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50%Maximum wear per A.S.T.M.Designation C-131. 9 1 NON-PAY ITEM No. 11 —CUTTING OF CONCRETE OR ASPHALT PAVING: All applicable provisions of Standard specifications Item 520, Sawing, shall apply. When driveways, curb and gutter, walk or concrete base are cut, such cuts shall be made with a concrete saw. The contractor will break out walk, curb and gutter to the nearest joint, as directed by the Engineer. UNIT 2: PAY ITEM No. 1 — UNCLASSIFIED EXCAVATION: This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. PAY ITEM No. 2—8"PAVEMENT PULVERIZATION: Contractor shall pulverize the existing pavement to a depth of 8". After pulverization is completed, contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base 2" to provide place for the new 2" H.M.A.C. surface. The 2" base cut shall start at a depth of 8" from the existing pulverized surface. After the undercut operation is completed, contractor shall spread, mix, and compact the pulverized material to a 95% compaction per City's Standard Specifications or as directed by the Engineer in the field. A 3.5% portland cement shall be used to mix the pulverized material. If the existing pavement has a combination of 10" H.M.A.C. and crushed stone/gravel, undercut will not be required, the contractor will pulverize 10" inches, the 2" inch cut will be taken from the 10" pulverized material. (see soil test report) Pulverization shall start within ten (10) calendar days after all concrete work has been completed on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per block per day. After the pulverization material is cured, the contractor shall overlay it with 2" H.M.A.C. F surface within five (5) calendar days. If the contractor fails to begin the work within five (5)calendar days, a $200 dollars liquidated damage will be assessed per block per day. The unit price bid per sq. yd. shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut 'ft material. The 2" H.M.A.C. surface will be paid by separate item. PAY ITEM No.3- 2"HMAC SURFACE: All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central 10 Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM No. 4- 3.5% CEMENT FOR STABILIZATION OF PULVERIZED MATERIAL: All applicable Provisions of Standard Specifications Item No. 214 "Portland Cement Treatment"shall apply. PAY ITEM No.5 —8" FLEXB s SES: Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. PAY ITEM No.6- PAVEMENT STRIPING: Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM No.7- LIME FOR STABILIZATION OF PULVERIZED MATERIAL AS DIRECTED BY ENGINEER: All applicable provision of Standard Specification Item 212 "Hydrated Lime and Lime Slurry" shall apply. 11 PROPOSALS & FORMS (Unit 2, Sections A, B, C) r r Ai UNIT 2 PROPOSAL PROPOSAL for Phase 1, Unit 2 (This Proposal must not be removed from this book of Contract Documents) TO: Mr. Gary Jackson City Manager City of Fort Worth, Texas FOR: HOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVENUE PHASE I, UNIT 2, SECTIONS A, B & C WATER DEPARTMENT PROJECT NO. P162-060162141180 DEPARTMENT OF ENGINEERING PROJECT NO. 4077 Includes the furnishing of all materials (except as specified to be furnished by the City), equipment and labor for the installation of all improvements and appurtenant work shown in the plans and specification, all necessary appurtenances and incidental work to provide a complete and serviceable project. Pursuant to the foregoing "Notice to Bidders", the undersigned bidder, having thoroughly examined the contract documents, including plans, special contract documents, and the General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, and Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: (Fumish and install, including all appurtenant work, complete in place, the following items): ("D-No." or"DA-No." refers to the related items in Part D-Special Conditions or Part DA—Additional Special Conditions, respectively) FTW02335 1 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A—WATER IMPROVEMENTS BASE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1. 490 LF 24-inch Ductile Iron Water Line (Thickness Class 51) Installed in Trench oo °, E�SI^r�v INe Dollars and $ g(• _ $ 39,(ega � 'No Cents per LF 2. 20 LF 20-inch Ductile Iron Water Line (Thickness Class 51) Installed in Trench $ Z S S O° $ 51 oo.°= T•o 1444ied ri,-e Dollars and No — Cents per LF 3. 720 LF 12-inch PVC Water Line (AWWA C-900, DR-14, Class 200) $ 35 .°—° $ ZS)2-06.°= F:ve Dollars and Cents per LF 4. 4,100 LF 10-inch PVC Water Line (AWWA C-900, DR-14, Class 200) Installed in Trench $29• so $ I Zo,q 5D i WCA+y A l w%c Dollars and F;F{-X Cents per LF 5. 3,600 LF 8-inch PVC Water Line (AWWA C-900, DR- 14, Class 200) Installed in Trench $ ZT 9 $ q'7) Zoc. TweAtg 'se mo Dollars and an Cents per LF 6. 107 LF 72-Inch Tunnel Liner for 54-inch Water Line (DA-7) $07(e9 . $ gZ)7_83 . ' Sr�cn Hundred S;xjy Nl,%c Dollars and No Cents per LF 7. 207 EA Furnish and set meter box (D-52.7.4) AI'Atf( Fivc Dollars and $ q5.°= $ 19�"S . N� Cents per EA 8. 6,550 LF 1" Copper Water Services Sevcon Dollars and $7. °-= $ 4S)g 51>-" tJo Cents per LF 9. 20 EA Relocate Meter Box (D52.7.3) Fo,,r E4ond✓ed F.f'+y Dollars and $ y so.OO $ NQ Cents per EA 10. 218 EA 1" Service Tap to Main (D-52.7) fl�nc�-,r Dollars and $ go po $ 19 (o20. —° Nar Cents per EA FTW02335 2 .. HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A—WATER IMPROVEMENTS BASE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 11. 1 EA 1-(1/2)° Service Tap to Main bne Nondred E.F�-y Dollars and $ 150.°= $ ISO 00 Cents per EA 12. 30 LF 1- 1/2)" Copper Water Service (DA-76) F Eix4er% Dollars and $ 1V . No Cents per LF 13. 1 EA 2" Service Tap t Main Twa 4JAdn F?r Dollars and $ Z 3 S.°= NO Cents per EA 14. 30 LF 2" Copper Water Service (DA-76) 0"%C-+ee n Dollars and $ 11.°= $ 570 N a Cents per LF 15. 12 EA Multiple Servic Branch Dn -ndred &;r'�' F;✓ Dollars and $ 135 .°-� $ 1420 o Cents per EA 16. 54-Inch Butterfly Valve and,V ult 2EA (finch/}wa 7�oorAnd F;,jc"''"%fhrs and $ 92,Soo. $ 1 S S,o00• — N° Cents per EA 17. 1 EA 24-inch Resilient Seat Gate Valve and Vault with Bypass (DA-74) 1 $Z 1,5oe• wet,+y one*oosaAd Five- 4,) tars and N° Cents per EA 18. 1 EA 20-inch Resilient Seat Gate Valve and Vault with Bypass (DA-74) $ 18,o°o o_ 1=1Gh♦f f/� TRno0Sge%d Dollars and $ ►8,o°o.°=- No Cents per EA 19. 4 EA 12-inch Resilient Seat Gate Valve with Box Y 1 ItAhAvK I�nJrcd Ses!sm r Dollars and $ 1275. $ S1 1� 0 d Cents per EA 20. 15 EA 1n0-inch Resilient Seat Gate Valve with Box r- Ale Youf"cl Dollars and $ l)000 . $ lS,opo , °= A* Cents per EA 21. 18 EA 8-inch Resilient Seat Gate Valve with Box .Se�GY► ,dncd Tch Dollars and $ 710. °—' $ 17-,�g�• o0 No Cents per EA FTW 02335 3 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A—WATER IMPROVEMENTS BASE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 22. 10 EA 6-inch Resilient Seat Gate Valve with Box Five NUndved Dollars and $ Soo .'= $ S,o°o No Cents per EA 23. 10 EA Fire Hydrant Assembly Ain4eevl 14,,Ad+ed -.Ft-jj Dollars and $ 19 Sa. $ 19, Nn Cents per EA 24. 10 EA Remove Existing Fire Hydrant Assembly UA N Cdred Segw y E,'� Dollars and $ 1 S•°— $ 1,7 5 0 .'= oJV. Cents per EA 25. 2 EA Remove Existing 24-inch Gate Valve and o_ 1=avc 14.,id+ed Dollars and $ Soo . $ 1'°Op ' Cents per EA 26. 6 EA 6-Inch Combination Air and Vacuum Valve and Vault 000 ,off Tc n T1 0'.>sa nd Dollars and $ 1 No Cents per EA 27e 5 EA 12-Inch Diameter Blow-off Valve and Vault k,,,-11 WJk'1d 7h[Cf 4,11died 0&cars and eo 00 A)o Cents per EA $ ?,3 50 ' $ 3c.,?So• — 28. 1 EA 8-inch Diameter Blow-off Valve and Vault sll& 'line I4"'%d+cd Dollars and $ `9°Q,�3 $ N9 Cents per EA 29. 1,750 LF Replacement of 7' Concrete Curb and Gutter $ "- T"W_1V ; Dollars and N• Cents per LF 30. 700 SY Concrete Driveway and Sidewalk Repair (D-20) $ 33. $ 23,160. °a `r�►;r�-y 1'n"Ct Dollars and Iva Cents per SY FTW02335 4 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A–WATER IMPROVEMENTS BASE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 31. 100 LF Asphalt Permanent Trench Repair per Figure 2 (D-25) Dollars and $ 75 .° $ 750o . °O Cents per LF 32. 250 LF Asphalt Permanent Trench Repair per FIC311re 4 (D-25) $ 3` o` $ 9 ,00c .^ 4 y Six Dollars and Mo Cents per LF 33. 200 LF Concrete Permanent Trench Repair per Figure 1 (D-25) i- F_-In+ Dollars and $ 48• $ N a, Cents per LF 34. 9,100 LF Hydromulch Seeding (D-45.2) I wo Dollars and $ Z °= $ 121200. N% Cents per LF 35. 950 LF Hydromulch Seeding in Northside Park (D- 45.2) Dollars and $ 4• $ 4,2 7 5. ° Cents per LF 36. 18,260 LF Trench Safety System (D-26) DNc Dollars and $ $ N� Cents per LF - 37. 18,260 LF Temporary Asphalt Pavement Repair (D- D,(6 , 62) $J $ ,o0 5►x Dollars and ir Cents per LF 38. 13.1 TON Ductile Iron Fittings for PVC Waterline (D- 12) A,) decd Dollars and $ Cents per TON. 39. 1 LS 2-inch Temporary ater Line (D-52.8) Aok)iou Dollars and $ Go,000. $%o,000 . No Cents per LS 40. 1 LS Erosion and Sediment Control During Construction, including implementation and o0 maintenance of SWPPP $ 10,000.% $ 10,DoO. — i -Th.0sct^4 Dollars and 1,30 Cents per LS FTW02335 5 V JUN-13-2003 14:03 FRUM: T0:99722216301 P.005'011 HOLLY 54- INCH WATER MAIN, PHASE 1 UNIT 2, Section A–WATER IMPROVEMENTS BASE BID PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 41. 100 CY Cru hed Limestone for Misc. Placement �.g• D g• "( i,r4cevt Dollars and $�ec'°= $ ks-q&o.'= No Cents per CY 100 CY Class "E" (1500 psi) Concrete for Misc. 42. Placement F�r�-v t�nrcc Dollars and $ y 3•' $ `13 00 . °d— N v Cents per CY 43. 1 LS Cathodic Prot ction Sy tem Eau SI le �ou�art� Dollars and $ y`�000. $ y(.�000. N° Cents per LS 44. 30 LF 30 " Ductile Iron Water Line (Thickness Class 61) installed in trench drip �,ndred f f+�Dollars and $ I So. $ ��S Ala Cents per LF 45. 100 CY Type 1 Flowable Fill (per Item 512) Fo/+y nine Dollars and So •o Cents per CY $y9• $ �9 S o • — 46. 20 CY Concrete Encasement (per figure 20) for Misc. Placement scv~n y Dollars and $70.o� $ 1400. wo Cents per CY 47 1 EA Clay dam to be installed as directed by er nyi e e ndfcJ Dollars and $ 13�•°� $ 1300. '� o Cents per EA 48. 100 CY Type `B' Backfill ��,isc}een Dollars and $ 1�• $ �`o o •00 No Cents per CY HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A $►�2�Z�OZ$.A SUBTOTAL FOR UNIT 2,Section A-Water Improvements Base Bid Addendum No.1 June 12,2003 FTW 02335 6A JUN-26-2003 THU 09:32 AM CITY F, W, ENGINEERING FAX N0. 817 871 7854 P. 01 CONTRACTOR IS NOT REQUIRED TO SUBMIT BIDS FOR ALL FOUR ALTERNATES (A-D) HOLLY 54-INCH WATER MAIN, PHASE 1 UNIT 2, Section A-WATER IMPROVEMENTS Alternate "A" PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY 131D PRICES WRITTEN IN WORDS PRICE BID 1a. 9,400 LF 54-inch AWWA C303 (Pressure Class ,S j•SID 150) Bar Wrapped Concrete Cylinder e o ipe Installed in Tr nclk��i sc $ 7_ $ � Oe N,)Adfed °' Dollars and D.4• evees+g Cents per LF �•R' 2a. 107 LF 54-inch AWWA 0303 (Pressure Class 19`f o� 20)7.5 g °3 150) Bar Wrapped Concrete Cylinder Pipe Installed in Tunnel IC.vr. $ : �- LS Mund.e.d ;v% 1 ollars and tip-' -D•ca . A '"Cents per LF 3a. 1 LS 54-inch Bar Wrapped Concrete Cylinder Pi a Fitt�ip s $ 93�000 .°•= $ g3,000 . Three ADOsand Dollars and No Cents per LS HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A SUBTOTAL FOR UNIT 2, Section A—WATER IMPROVEMENTS $ , Ij "Alternate A" I S9lo X38.° �I �r ,.r i I� i F rW 02335 7 ;I HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A-WATER IMPROVEMENTS Alternate "B" PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 b. 9,400 LF 54-inch Polyurethane Coated Steel Pipe (Pressure Clads 150) Installed in Trench $ No 13;d $ No a;d Dollars and Cents per LF 2b. 107 LF 54-inch Polyurethane Coated Steel Pipe T (Pressure Class 150) Installed in Tunnel $ $ �0 3;d Dollars and No i3jd Cents per LF 3b. 1 LS 54-inch Polyurethane Coated Steel Pipe Fittings Dollars and $ K0 bid $ 00 6.4 Cents per LS HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A SUBTOTAL FOR UNIT 2, Section A—WATER IMPROVEMENTS $ No Q�d "Alternate B" FTW02335 8 HOLLY 54 - INCH WATER MAIN, PHASE I UNIT 2, Section A- WATER IMPROVEMENTS Alternate "C" PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 c. 9,400 LF 54-inch Mortar Coated Steel Pipe (Pressure Class 150) Installed in Trench Dollars and $ NO gxd $ 06 Q id Cents per LF 2c. 107 LF 54-inch Mortar Coated Steel Pipe (Pressure Class 150) Installed in Tunnel Dollars and $No 0-A $ N o 0�d Cents per LF 3c. 1 LS 54-inch Mortar Coated Steel Pipe Fittings Dollars and $ N° did $ na Q• Cents per LS HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A SUBTOTAL FOR UNIT 2, Section A—WATER IMPROVEMENTS $�► 6; "Alternate C" w FTW02335 9 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section A-WATER IMPROVEMENTS Alternate "D" ^ PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1d. 9,400 LF 54-inch Ductile Iron Water Pipe (Thickness Class 51) Installed in Trench $ N o 3;d $ No 8�d Dollars and Cents per LF 2d. 107 LF 54-inch Ductile Iron Water Pipe (Thickness Class 51) Installed in Tunnel $ No NCI $ No bj Dollars and Cents per LF 3d. 1 LS 54-inch Ductile Iron Pipe Fittings Dollars and $ ►Jo aid $ mo 3'd Cents per LS HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2 SUBTOTAL FOR UNIT 2, Section A—WATER IMPROVEMENTS $ No 3�cI "Alternate D" FTW02335 10 A }l HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section B —SANITARY SEWER IMPROVEMENTS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1. 110 LF 6-inch Sewer Pipe PVC (DR-26) Pressure Pated P;�'r+-y 1lce Dollars and $ $ ` •°� 'No Cents per LF $ g 3, q,7 3 0. 2. 945 LF 8-inch Sewer Pipe (DR-26) Pressure Rated and $ °'° $ 8,qOp' No Cents per LF 3. 1,200 LF Cleaning and Pre-Construction TV Inspection of Sanitary Sewer (D-35) $ oo $ 1Zo° oa One Dollars and N° Cents per LF 4. 2 EA 4' dia. Sanitary Sewer Manhole (Up to 6' deep) Dollars and $ 2,1 S°'°— $ 4,3 00. N° Cents per EA 5. 1 EA 4' dia. Sanitary Sewer Drop Manhole (Up to 6 deep) $ 3 3 So. °= $ 3,3 so . `rCt;r�v rce I�►ndled-F:�fy Dollars and No Cents per EA 6. 4 EA 4' dia. Shallow Sanitary Sewer Manhole (< 6' deep) Figure 105 r ► ni day►+F,d}ollars and $ I y 7 S - °— $ S9 00 o Cents per EA 7. 10 VF Additional Depth for Sanitary Manhole dine 4'wn cd F.'F+ccv` Dollars and $ 1 S.°% $ 1 A)o Cents per VF 8. 7 EA Concrete Collar (Figure 121) 71vcc NJfcd �wa,�'y Dollars and $ 320. _ $ ZZ4 0 •o� a Cents per EA 9. 7 EA Watertight Manhole Insert - r�;.' Dollars and $ 3S $ Zy 5• °—' N o Cents per EA 10. 14 EA 4" Service Tap to Main (D-28) `1'�nrcc -Ared PA-✓ Pv(Dollars and $ 355. � $ 4970.°= tj a Cents per EA FTW 02335 11 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section B —SANITARY SEWER IMPROVEMENTS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 11. 500 LF 4" Sanitary Sewer Service Line (D-28) $2c.. °-= $ 13,000. 'weMk;✓ Sc,r Dollars and ij o Cents per LF 12. 7 EA Remove Existing Sanitary Sewer Manhole $ 500 . °= $ 3 Soo Pivc Kincdrej Dollars and NQ Cents per EA 13. 945 LF Concrete Encasement of 8" Sanitary Sewer Line (D-49, D-50) _ $ $ Poor e.►n Dollars and y ° 13,230 .°= No Cents per LF 14. 100 LF Concrete Encasement of 6" Sanitary Sewer Line (D-49, D-50) $ z se $ Twcl�c Dollars and Cents per LF 15. 7 EA Vacuum Test Sanitary Sewer Manholes D-36) $ Lam. $ o0 IDnc ),J*dred die Dollars and N o Cents per EA -$►o I. _ 7 0 17. oe 16. 1,200 LF Post-Construction TV Inspection of Sanitary Sewer (D-38) $ °—° $ 1,2 oa sa ant Dollars and N Q Cents per LF 17. 1,100 LF Trench Safety System (D-26) �w a Dollars and $ -z ' $ N Cents per LF 18. 400 LF Replacement of 7' Concrete Curb and Gutter Dollars and $ " o $ tJ® Cents per LF 19. 500 SY Concrete Driveway and Sidewalk Repair D-20) $ 33,o: $ -(Ins r y _T'Nrpr Dollars and N Cents per SY 20. 1,000 LF Hydromulch Seeding (D-45.2) N Dollars and $ Five Cents per LF T_ FTW02335 12 HOLLY 54 - INCH WATER MAIN, PHASE I UNIT 2, Section B —SANITARY SEWER IMPROVEMENTS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID Temporary Asphalt Pavement Repair (D- 21. 1,100 LF 62) F I v c Dollars and $ 5' $ S,S ao 00 Cents per LF HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, Section B I Oat.#y Z Z.°' TOTAL FOR UNIT 2, Section B- SANITARY SEWER IMPROVEMENTS $ D FTW02335 13 un .23. 2003 5: 44PM No- 1146 P. 3r5 HOLLY 54- INCH WATER MAIN, PHASE I UNIT 2, SECTION C–PAVING IMPROVEMENTS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM OUANTITY BID PRICES WRITTEN IN WORDS PRICE BID 1 1,500 CY Unclassified Excavation (DA-43, SP 106) Dint Dollars and $ 9 ,oo $ I3, 500 tj Cents per CY 2.. 29,000 SY 8" Pavement Pulverization (DA-34) i wo Dollars and $Z ,�S $ 4 gj ZSo.°O 1 ww�1- Rv r Cents per SY 3. 29,000 SY 2" HMAC Surface (DA-30) Four Dollars and $ 4, $ 13'x,BSfl. S)ni-y Fivc Cents per SY 4.. 370 TON 3.5% Cement for Stabilization of Pulverized Y Material FE iW v 3 St,r Dollars and $ $6• •� $ �,�Z —STN. Cents per TON 5. 2,900 SY 8" Flexbase for Subgrade Material (DA-65, SP 208) Dollars and $ `• 3c $ r Cents per SY 6. 100 LF Pavement Striping (DA-70) 2S �i vc Dollars and $ S. $ S Z S. wcan� F. c Cents per LF 7. 10,450 SY Saw cut& Remove Full Depth Existing Pavement in areas as defined by Figure A3-1. (Includes saving and storing HMAC $ .?_- $70 for stabilized base) i u Dollars and - Cents per SY 8. 1,300 CY Flexbase for Subgrade Material in Areas Defined by Figures A3-1 and A3-2 S $ .$� $ 8 B 4 0. c_ i X Dollars and rz -h Cents per CY HOLLY 54 - INCH WATER MAIN, PHASE I UNIT 2, SECTION C TOTAL FOR UNIT 2,SECTION C–PAVING IMPROVEMENTS $ 3 4 3, 070. Addendum No. 3 14B June 23,2003 F-W02335 BID SUMMARY UNIT 2- HOLLY 54" MAIN FROM NORTHSIDE DRIVE TO AZLE AVE. - CONTRACTOR IS NOT REQUIRED TO SUBMIT A BID FOR ALL FOUR ALTERNATES Alternate "A"-Bar Wrapped Concrete Cylinder Pipe Unit 2, Section A-Base Bid $ I Z7 Z O z q. Unit 2, Section A-Alternate "A" $ Unit 2, Section B $ Unit 2, Section C $ 34 3 070. °O Total Unit 2, Alternate "A" $� T °O- 7� 3,320).6 Sa .Q- Alternate "B"-Pol urethane Coated Steel Pipe Unit 2, Section A-Base Bid $ Unit 2, Section A-Alternate "B" $ Unit 2, Section B $ Unit 2, Section C $ Total Unit 2, Alternate "B" $ N o 3 d Alternate "C"-Mortar Coated Steel Pipe Unit 2, Section A-Base Bid $ Unit 2, Section A-Alternate "C" $ Unit 2, Section B $ Unit 2, Section C $ Total Unit 2, Alternate "C" $ Alternate "D"-Ductile Iron Pi e - Unit 2, Section A-Base Bid $ Unit 2, Section A-Alternate "D" $ Unit 2, Section B $ Unit 2, Section C $ Total Unit 2, Alternate "D" $ A(o i d FTW02335 15 PROPOSAL- Unit 2 • LIST OF DUCTILE IRON FITTINGS FOR WATER LINE No. of Size of Fitting Type of Fitting Weight Per Total Weight Fittings Fitting (lbs.) (lbs.) 4 30-inch 45° Bend 1380 5520 1 30-inch Sleeve 1085 1085 1 24-inch 90° Bend 1215 1215 1 24-inch x 8-inch Tee 1000 1000 2 24-inch 45° Bend 755 1510 1 24-inch 221/2° Bend 765 765 1 24-inch 111/4' Bend 770 770 1 24-inch x 12-inch Tee 1030 1030 3 24-inch Plug 390 1170 2 24-inch Sleeve 505 1010 1 20-inch Sleeve 380 380 1 20-inch Plug 225 225 2 12-inch 45° Bend 215 430 1 12--inch 221/2 bend 220 220 1 12-inch 111/4' Bend 220 220 4 12-inch x 8-inch Tee 340 1360 2 12-inch Sleeve 145 290 6 10-inch 45° Bend 155 930 FTW02335 16 Ago I 10-inch x 10-inch Cross 380 380 on 2 10-inch x 10-inch Tee 310 620 oft 3 10-inch x 8-inch Cross 310 930 1 10-inch x 8-inch Reducer 135 135 5 10-inch x 6-inch Tee 250 1250 1 10-inch x 6-inch Reducer 115 115 1 10-inch Plug 70 70 1 10-inch Sleeve 115 115 4 8-inch 45° Bend 110 440 1 8-inch x 8-inch Cross 235 235 5 8-inch x 6-inch Tee 175 875 6 8-inch x 6-inch Reducer 95 570 3 8-inch x 4-inch Reducer 80 240 2 8-inch Plug 45 90 5 8-inch Sleeve 85 425 2 6-inch Plug 25 50 6 6-inch Sleeve 65 390 .� 2 4-inch x 3-inch Reducer 40 80 1 4-inch Sleeve 45 45 2 3-inch Sleeve 30 60 Total weight = 26,245 lbs. (13.1 Tons) FTW02335 17 PROPOSAL — Unit 2 LIST OF 54-INCH WATER LINE FITTINGS In the event that additions to, or deductions from the work shown on the plans or described in , the specifications are made, and that they are covered by the following fittings or special items, the bidder agrees that the following unit prices shall be used in making additions to, or deductions from the contract amount. ADD OR DEDUCT ITEMS: Size of Fitting Type of Fitting Unit Price 54-inch >45° to 900 Bend 54-inch >22.50 to 450 Bend 54-inch 0° to 22.5° Bend 54-inch x 30-inch Reducer 54-inch x 24-inch Flanged Outlet 1530• 54-inch x 20-inch Flanged Outlet �IlSo . +� 54-inch x 12 inch Flanged Outlet o` 740 . 54-inch x 10-inch Flanged Outlet 4 o0 Contractor shall fill in blanks for"Unit Price" as part of his bid. FTW02335 18 JUN-13-2003 14:03 FROM: T0:9972221B301 P.007/011 Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of five (5%) percent is to become the property of the City of Fort Worth, Texas, in the event the contract or bonds are not executed and delivered within the time above set forth, as liquidated damages for delay and additional work caused thereby. The undersigned bidder certifies that he 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 has read and thoroughly understands all the requirements and conditions of those General w Documents and these specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 325 calendar days after beginning construction as set forth in the written order to be furnished by the Owner. Liquidated damages shall be assessed as indicated in section 7- 7.10, except that the sum per day shall be $5,000 for the May 1, 2004 deadline as described below. Construction Sequencing and completion dates: The bidder agrees to complete the contract within 325 calendar days from the issuance of the work order. The bidder further agrees to have the Phase I Unit 2 Holly 54-Inch Water.Main and all other water system components installed with all connections in place and operational by May 1, 2004. The Phase I Unit 2 construction shall include the section of 54" water line from the connection of the existing 54" water line at NW 26w Street and Loving Avenue to the connection of the existing 30" water line at Northside Drive and Harrington Avenue. The Phase I Unit 2 water line shall be divided into two sections between in-line 54" butterfly valves and defined as follows: Section Station From To 1 0+00 51+90 2 51+90 95+00 The contractor is not limited to which section he works on first. Under no circumstances shall the water line construction along Loving Avenue and Harrington Avenue exceed the temporary pavement repair by a length of more than 200'. Under no circumstances shall the water line construction along 2e Street exceed the temporary pavement repair by a length of more than 400'. In addition, each consecutive section shall begin full width paving reconstruction immediately upon successful completion of inspection, disinfection, testing, and in-line valve testing for that section. The first section of permanent paving must start prior to beginning the next section of water line construction. Addendum No-1 June 12,2003 FrWO2335 19A JUN-13-2003 14:04 FROM: TO:99722218301 P.00d�011 (Complete A or B below, as applicable:) [ ) A. The principal place of business of our company is in the State of [ ] Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. [ B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 k 11-01 Addendum No. 3 to-a 3-0 Respectfully submitted, (SEAL)By: If Bidder is Corporation Title: Address: 4SS l5. OUi^ S4'• L.ew#*Iry lexac 7S o4'7 Addendum No.1 June 12,2003 F rW0233S 20A t UNIT 2 Certificate of Insurance A-0080. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/Yl') W2112003 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied N. America Corp. of Tx ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 12770 Colt Road, Suite 750 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Dallas, TX 75251 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (972)455-1400 Fon)387-8837 INSURERS AFFORDING COVERAGE INSURED INSURER A:American Zurich Insurance Co John Bums Construction INSURER B: SL Paul Fire dr Marine Ins Co J Company of Texas, Inc. INSURER C: 1 P. O. BOX 1117 INSURER D: Lewisville, Texas 75067 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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 POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD/Y DA MIDD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE 1,000,000 A X COMMERCIAL GENERAL LIABILITY GLO3991531 07101/03 07/01/04 FIRE DAMAGE(Any one fire 50,000 CLAIMS MADE [j]OCCUR MED EXP(Any one person) 5,0w X )(,r u PERSONAL&ADV INJURY 1 000 000 X CO&eCW 1.16b, GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,0W,W0 POLICY X PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 I'1 A X ANY AUTO TALL OP3991532 07/01/03 07/01/04 (Ea acclderx) ALL AUTOS J„ BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG B EXCESS LIABILITY QK04200057 07/01/03 07101/04 EACH OCCURRENCE 10 000 000 X1 OCCUR F�CLAIMS MADE AGGREGATE 10,000,000 DEDUCTIBLE RETENTION $ $ A WORKERS COMPENSATION AND WC3991530 07/01/03 07101/04 X I TYRYLATT R EMPLOYERS'LIABILITY E.L.EACH ACCIDENT 1000 000 I E.L.DISEASE-EA EMPLOYEE 1 000 000 il— E.L.DISEASE-POLICY LIMIT $ 1 000 000 OTHER ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Northslde Dr to Azle Ave. Phase 1, Unit 2; Water Project No. P162-060162141180; Sewer Project No. P172-070172132410 Certificate Holder Is named Additional Insured for coverages except Workers' Compensation and Is provided Waiver of Subrogatlon for all coverages. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL lty of Fort Worth IMPOSE NO OBLIGATION I LIABILITY OF ANY KIND UPON E INSURER,ITS AGENTS OR )epartment of Engineering REPRESENTATIVES. 100 0 Throcl,mtorton AUTHORIZED REPRES m Fort Worth Texas 76102 CORD 26-S(7/97) n- A COYD CORPORATION 1988 F& ON r CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW O Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides ON workers'compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 4077 and City of Fort Worth Project Number P162-060162141180 JOHN BURNS CONSTRUCTION COMPANY OF TEXAS,INC. f Title Q ate STATE OF TEXAS § w. COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared 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 for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 19TH day of AUGUST,2003. Notary Public in and for the State of Texas CLAUDIA THOMAS OM =°4P ` NOTARY PUBLIC state of Texas Comm.Expires 12-09-2005 FM Bond No. 929285166 PERFORMANCE BOND THE STATE OF TEXAS § a KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1)JOHN BURNS CONSTRUCTION COMPANY OF TEXAS INC. as Principal herein, and (2) Ea �1��# 94Ma'M" a corporation organized under the laws of the State of r (3) Connecticut , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein, in the sum of: THREE MILLION THREE HUNDRED TWENTY THOUSAND SIX HUNDRED FIFTY-EIGHT AND NO/100. Dollars($3,320,658.00)for the payment of which sum we bind ourselves,our heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 19TH of AUGUST,2003 a copy of which is hereto attached and made a part hereof for all purposes,for the construction of: CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXTENSION PHASE I UNIT 2 ALTERNATE "A" FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and.damages which Obligee may suffer by reason of Principal's default, and s reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at Iength herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. r SIGNED AND SEALED this 19TH day of AUGUST,2003. ATTEST: JOHN BURNS CONSTRUCTION COMPANY OF TEXAS INC. � (Principal)Secretary P PAL B . Si3a� (SEAL) Title: , PO BOX 1117 LEWISVILLE,TX 75067 Witness as to Principal National Fire Insurance Caupaay of Hartford Surety �. BY: OLI A"_ �LKQQU-0 Name: Connie Jean Kregel ATTEST: (Attorney-in-fact) Address: 12770 Coit: Road �ttjftft Witness, Valerie Chase Suite 750 Dallas, Texas 75251 (SEAL) Telephone Number: 972-455-1400 Witness as to Surety, Elaine Tubb NOTE: (1) Correct name of Principal(Contractor). w (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. Bond No. 929285166 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That JOHN BURNS CONSTRUCTION COMPANY OF TEXAS INC. (Contractor), as principal, and RaMlfifiR, Nudrance a corporation organized under the laws of the State of *** , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of THREE MILLION THREE HUNDRED TWENTY THOUSAND SIX HUNDRED FIFTY-EIGHT AND NO/100........................ Dollars ($3,320,658.00) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. ***Connecticut This obligation is conditioned, however; that, WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth, dated the 19TH day of AUGUST 2003,a copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXTENSION, PHASE I, UNIT 2, ALTERNATE "A" FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION the same being referred to herein and in said contract as the Work and being designated as project P162- 060162141180 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2)Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, ` WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or ` reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. ` This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 3 counterparts, each one of which shall be deemed an original,this 19TH day of AUGUST, A.D. 2003. ATTEST: (SEAL) JOHN BURNS CONSTRUCTION COMPANY OF TEXAS INC. Conti actor nJ� B dP Secretary Title:` ' ATTEST: National Fire Insurance (SEAL) Company of Hartford Surety Witness, Valerie Chase Name: Connie Jean KreWl Title: Attorney-in-fact 12770 Coit Road, Suite 750 Dallas, Texas 75251 Address State of Texas Claim Notice Endorsement To be attached to and from a part of Bond No. 929285166 In accordance with Section 2 253.021(f) of the Texas Government Code and Section 53.200(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety _ 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 i S Form F6944 NOTICE In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds and certain insurance policies on which one or more of the Writing Companies identified below is the surety or insurer. To principals on bonds and insureds on certain insurance policies written by any one or more of r the following companies (collectively the"Writing Companies") as surety or insurer: Western Surety Company, Universal Surety of America, Surety Bonding Company of America, Continental Casualty Company, National Fire Insurance Company of Hartford, American IP Casualty Company of Reading, PA, The Firemen's Insurance Company of Newark, NJ, and The Continental Insurance Company. DISCLOSURE OF PREMIUM The premium attributable to coverage for terrorist acts certified under the Act was Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable surety/insurer deductible. Form F7310 PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into the 19TH day of AUGUST, 2003 by and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and JOHN BURNS CONSTRUCTION COMPANY OF TEXAS, INC.of the City of LEWISVILLE County of DALLAS and State of TEXAS,Party of the Second Part,hereinafter termed"CONTRACTOR". PP �. 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: Pff CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXTENSION PHASE I UNIT 2 ALTERNATE "A",FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his(their)own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, 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 PW printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications,all of which are made a part hereof and collectively and constitute the entire contract. OPIUM RPEORY C1�' �E 2E11MAIy FT, WFORTH, TEX. The Contractor hereby agrees to commence work within ten(10)days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 3 counterparts in the year and say first above written. rp City of Fort Worth,Texas(Owner) ATTEST: Party of the F' art BY: /Y (-� 7 F 40�� Marc A. Ott, Assi tant Cit anager CW 4gb�City Stcretary (Seal) Contract thorization� gi WITNESSES: JOHN BURNS CONSTRUCTION COMPANY OF TEXAS,INC. Date PO BOX 1117 LEWISVILLE,TX 75067 Contractor By: Title:_t ^ APPROVED: proved as orm and Legality: ^ �46 /O Lilddrfl� A. Douglas Rademaker,P.E.Director Asst. City ttomey P, Department of Engineering CW in RTH, TEX. Bond No. 929285166 g PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we(II JOHN BURNS CONSTRUCTION COMPANY OF TEXAS INC. as Principal herein, and 2 National f e a corporation organized and existing under the laws of the State of ( ) rp g g (3)Connecticut , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of THREE MILLION THREE HUNDRED TWENTY THOUSAND SIX HUNDRED FIFTY-EIGHT AND N100/100........................ Dollars ($3,320,658.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 19TH day of AUGUST A.D. , 2003, which contract is hereby referred to and made a part hereof as if fully and to the same �. extent as if copied at length, for the following project: CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXTENSION PHASE I UNIT 2 ALTERNATE "A" FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government • Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. _ IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 19TH day of AUGUST,2003. r r JOHN BURNS CONSTRUCTION COMPANY OF TEXAS,INC. � ATTEST: C (� � ,2/�+✓'Y�'--- (Principal)Secretary 7Name.- �� �lr,-=- (SEAL) PO BOX 1117 LEWISVILLE,TX 75067 Witness as to Principal National Fire Insurance Cam of Hartford SURETY ATTEST: r By: au* Qk aX Name: Coronie Jean YrMl $��1elt�tlf Witness, Valerie Chase Attorney in Fact (SEAL) Address: 12770 Colt Road Spite 750 Witness as to Surety, Elaine b Ballaa Teas 75251 Telephone Number: 972--455-1400 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. k 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the " Company. "Article IX---Execution of Documents Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President or the Board of " Directors,tray,at any time,revoke all power and authority previously given to any attorney-in-fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the x Company at a meeting duly called and held on the 17*day of February,1993. "Resolved,that the signature of the President or any Executive,Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company." - ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Obligations and Appointment of Attorney-In-Fact Section 2. Appointment of Attomey-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive,Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17'"day of February, 1993. y "Resolved,that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed { and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President,an Executive Vice President,or any Senior or Group Vice President of the Corporation may,from time to time, appoint,by written certificates,Attorneys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance,bonds, undertakings and other obligatory instruments of like nature. Such Attorney-in-Fact,subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President,an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17'"day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed,shall with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Corporation." POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation(herein called"the CNA Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago,and State of Illinois,and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint L Ray Pitts Jr.,Beverly M Trimble,Richard M Abbott,Steven Jay Rauch,Connie Jean Kregel,Individually of Dallas,TX,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof duly adopted,as indicated,by the Boards of Directors of the corporations. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 4th day of August,2003. cW�r �MSURq � Continental Casualty Company National Fire Insurance Company of Hartford cPaORATE o� ; g *&wow,, American Casualty Company of Reading,Pennsylvania JULY]L SEAL t2 b� •; a L902 - a 1897 MAR • Michael Gengler Se r Vice President State of Illinois,County of Cook,ss: On this 4th day of August,2003,before me personally came Michael Gengler to me known,who,being by me duly swom,did depose and say. that he resides in the City of Chicago,State of Illinois;that he is a Senior Vice President of Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation described in and which executed the above instrument;that he knows the seals of said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. OFFICIAL SEAL ELIZA PRICE • NOTARY PUSUC,STATE OF ILLINOIS '0c; MY COMMISSION EXPIRES:OOH 7A{ My Commission Expires September 17,2006 Eliza Price Notary Public CERTIFICATE I,Mary A.Ribikawskis,Assistant Secretary of Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation do hereby certify that the .. Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the corporations print on the reverse hereof is 11 in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this day of 9• w cW cr iNSURgwAIR o<� Continental Casualty Company National Fire Insurance Company of Hartford o"ATE Q c � �w OWC114rfe American Casualty Company of Reading,Pennsylvania Z c d► a JIAY]I. 0v SEAL °s s e ` t912 1891 MA • Mary A.qikaiakis Assistant Secretary Form F6853 V. ADDITIONAL TECHNICAL SPECIFICATIONS ADM am 02314 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING, no TUNNELING OR OPEN CUT 1.00 GENERAL 1.01 WORK INCLUDED on Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel liners by boring, tunneling or open cut as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore, tunneling, or open cut. ob 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA "' 1. TUNNEL LINER PLATE The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway r+ Bridges, Section 16. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified herein is the minimum acceptable go and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. 2. CASING INSULATORS Casing insulators shall be designed by the Manufacturer to adequately support and "` electrically isolate the carrier pipe within the casing pipe under all conditions. Number and location of spacing insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 2'of ends of casing. d. B. INSTALLER'S QUALIFICATIONS Installation shall be by a competent, experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least three (3)years engaged in similar work of equal scope. C. PERFORMANCE REQUIREMENTS ~' Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1" in 10', provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 1.03 SUBMITTALS _ Submittals shall be in accordance with Section 01300, SUBMITTALS and shall include: A. Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate manufacturer. Shop drawings shall include calculations for the design of the tunnel liner plate. Shop NOR& drawings are for record purposes only and will not be reviewed or approved by the Engineer. B. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. 1.04 STANDARDS AWWA C-206 "Field Welding of Steel Water Pipe" Pipeline Crossing Hwys, Streets, and R.R.'s by Boring,Tunneling, or Open Cut 02314-1 r FTW02335 AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches" AASHTO Standard Specifications for Highway Bridges, 1989. ASTM A-36 "Structural Steel" ASTM A-123 "Zinc(Hot Dipped Galvanized)Coatings on Iron and Steel Products" ASTM A-135 "Electric-Resistance-Welded Steel Pipe" ASTM A-139 "Electric-Fusion(Arc)-Welded Steel Pipe" -• ASTM A-153 "Zinc Coating(Hot Dip)on Iron and Steel Hardware" ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile" ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" ASTM A-569 "Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Quality" ASTM A-570 "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality" Air ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe" ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of Relative Density" 1.05 DELIVERY AND STORAGE [NOT USED] 1.06 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than five (5)days prior to the time of his intentions to begin work on the right-of-way. B. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TxDot) Right-of-Way shall comply with TxDot specifications. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. D. Barricades,warning signs, and flagmen,when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Vertification of location of existing utilities shall be the complete responsibility of the Contractor. 1.07 OPTIONS Pipeline Crossing Hwys,Streets, and R.R.'s by Boring,Tunneling,or Open Cut 02314-2 FTW02335 A. CASING MATERIAL Unless specified otherwise,the Contractor may use steel pipe or tunnel liner plate where bore and/or tunnel is specified. Unless specified otherwise, the Contractor shall use steel pipe where open cut casing is specified. The material specification for casing pipe and tunnel liner are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. B. BORE AND TUNNEL METHODS Unless specified otherwise, the Contractor may use boring,jacking, tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. 1.08 GUARANTEES [NOT USED] 2.00 PRODUCTS 2.01 MATERIALS A. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36,ASTM A-570,ASTM A-135,ASTM A-139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C-210 or approved equal. Pipe joints shall be welded in accordance with AWWA C-206. After pipe is welded, coating and lining " shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shalt be as follows: Casing Diameter Wall Thickness 4 75" 251'-42" 0.375" 43"-60" 0.50" 72" 0.625" B. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized and asphalt coated; made from steel sheets conforming to the requirements of ASTM A-569. Material to be galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz. per square foot on each side. Asphalt coating shall comply with AASHTO M-190. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications for Highway Bridges, 1989. Liner plates shall be punched for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to conform to ASTM. Where groundwater is encountered, gasketed liner plates shall be used. A-153. Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be new, unused, and suitable for the purpose intended. Workmanship shall be first class in every respect. Minimum thickness of tunnel liner plate shall be as follows: Tunnel Diameter Minimum Thickness — ange 72"—4 Flanged 0.250" Pipeline Crossing Hwys, Streets, and R.R.'s by Boring,Tunneling, or Open Cut 02314-3 FTW02335 i 2.02 MIXES A. CEMENT MORTAR: Consisting of one(1)part cement to two (2)parts clean sand with sufficient water to make a thick workable mix. B. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slung. If desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. 2.03 FABRICATIONS [NOT USED] 2.04 MANUFACTURED PRODUCTS A. TUNNEL LINER: Manufactured by Armco Steel Corp., Commercial Shearing, Inc., or approved equal. B. CASING INSULATORS: Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe,to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium-plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. C. MORTAR BANDS: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing or tunnel liner. 3.00 EXECUTION 3.01 PREPARATION [NOT USED] •. 3.02 GENERAL CONSTRUCTION PROCEDURES A. EXCAVATION AND BACKFILL OF ACCESS PITS 1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench r walls as necessary to protect workmen, the public, structures, roadways, and other improvements. 2. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6"horizontal layers to 95%of maximum density as measured by ASTM D-698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation,the Right-of-Way Owner may require the access pits be temporily backfilled until installation of carrier pipe. B. INSTALLING CARRIER PIPE IN CASINGS 1. Pipe to be installed within the casing or tunnel liner shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or Pipeline Crossing Hwys, Streets,and R.R.'s by Boring,Tunneling, or Open Cut 02314-4 FTW02335 casing insulators inside the casing. If guide rails are used, place cement mortar on both sides of the rails. 2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, oil or grease for this purpose. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. 3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. 4. After carrier pipe installation is complete, seal or plug the ends of the casing. C. FREE-AIR SYSTEM If required by OSHA standards,free-air systems shall be installed and maintained. D. INSTALLATION OF PRESSURE GROUT MIX 1. Install pressure grout mix in the void space between the outside of the casing pipe or tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. For tunnel liner plate, install pressure grout mix at the end of each work day or more often as conditions warrant. 2. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48"in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting. 3. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. 3.03 CROSSINGS INSTALLED BY BORING A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2"pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent to lubricate cuttings. Jetting shall not be permitted. B. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10%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. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing be installed as the boring progresses, but because of differences in soil formations, the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed,whether or not a casing pipe is inserted simultaneously with the boring operation. 3.04 CROSSINGS INSTALLED BY TUNNELING AND JACKING A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply Pipeline Crossing Hwys, Streets,and R.R.'s by Boring,Tunneling, or Open Cut 02314-5 FTW02335 a i even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced together,to support the section of the pipe and to direct it in the proper line and grade. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe. Force the pipe through the embankment with jacks into the space provided. B. The excavation for the underside of the pipe,for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2" for the upper half of the pipe. This clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2'in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short l distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. D. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. 3.05 CROSSINGS INSTALLED WITH TUNNEL LINER PLATE A. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section II-26, Construction Tunnels Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore. B. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2"tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2"larger than the liner O.D. C. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6"ahead of the required space to install an individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect vertically during installation. 3.06 CROSSINGS WITH CASING INSTALLED BY OPEN CUT This article covers the requirements for the construction of crossings where pipe casing is required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in Section 02202, PIPELINE EXCAVATION AND BACKFILL. All other requirements shall be as specified herein. 3.07 FIELD QUALITY CONTROL [NOT USED] 3.08 CLEAN AND ADJUST [NOT USED] Pipeline Crossing Hwys,Streets,and R.R.'s by Boring,Tunneling,or Open Cut 02314-6 FTW02335 3.09 SCHEDULES [NOT USED] END OF SECTION Pipeline Crossing Hwys,Streets, and R.R.'s by Boring,Tunneling,or Open Cut 02314-7 FTW02335 02614 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer which has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location. B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe Manufacturer's plant. The Owner's testing - laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance,the Owner reserves the right to have the laboratory make additional tests and observations. 2. 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-303,for all pipe, fittings, and specials, except that the following absorption test shall supercede the requirements of the applicable portion of AWWA C303. 3. Absorption test. A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating 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 11 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 for each 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. 4. Strength of Coating:Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One inch (1")cubes shall be tested in accordance with ASTM C-109. 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. C. 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 assistant as necessary in pipe laying and pipe Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-1 FTW02335 jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 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. ** 1.03 SUBMITTALS Submittals shall be in accordance with Part D, Special Conditions and shall include: A. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. B. Prior to delivery of the pipe to the project site,the Manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification and AW WA C303. Copies of results of factory tests and mill certificates for steel and �. cement shall be provided, including chemical and physical test results for each heat of steel. C. Certified test reports for factory and field welder certification. 1.04 STANDARDS Except as modified or supplemented herein, bar-wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. ANSI/NSF "Standard 61" AW WA C-303 "Standard for Concrete Pressure Pipe- Bar-Wrapped, Steel Cylinder Type" AWWA M-9 Manual: "Concrete Pressure Pipe" ASTM A-33 "Standard Specification for Concrete Aggregates" ASTM A-570 "Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, „r, Structural Quality" ASTM C-144 "Specification for Aggregate for Masonry Mortar" mow ASTM C-150 "Specification for Portland Cement" ASTM D-698 "Test for Moisture-Density Relations for Soils" 1.05 DELIVERY AND STORAGE A. PACKING 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant,the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be installed. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-2 FTW02335 3. Pipes shall be carefully supported during shipment and storage. Pipe,fittings, and specials shall be separated so that they do not bear against each other in transmit. Ship pipe on padded bunks with tie-down straps. Store pipe on padded skids, sand or dirt berms,tires, or other suitable means to protect the pipe from damage. Each length of pipe 36-inch and larger shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one stull is vertical. Stulls shall not be removed until pipe is set to final grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C150. B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33. C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C- 144. D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) built-up rings or mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C-303. Steel shall be homogeneous and shall be suitable for field welding. F. THREADED OUTLETS:Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement to two (2)parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency L of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C-150,Type I. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B, Sikadur 32 Hi-Mod or approved equal. 2.03 MANUFACTURED PRODUCTS A. PIPE Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-3 FTW02335 1. GENERAL Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M-9, and the special requirements of this specification. 2. PIPE DESIGN CRITERIA Sizes shall be as shown on the drawings and pressure classes (working pressure) shall be 150 psi. For the purposes of pipe design,the working pressure shall be 1.0 times the pressure class. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C-303 and AWWA Manual M-9 for trench construction, using the following parameters: ` a. Unit Weight of Fill (w)= 130pcf b. Live Load=AASHTO HS 20 g c. Live Load =Coopers E 80 at railroad d. Trench Depth=As indicated e. Coefficient Ku'=0.150 f. Trench Width (Bd) as indicated. g. Bedding Conditions=As indicated h. Soil Reaction Modulus (E')= 1,500 i. Coefficient k=0.090 j. Maximum steel stress at working pressure= 18,000 psi k. Maximum calculated deflection (Dx)= 1.0% Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 3. PROVISIONS FOR THRUST a. Thrusts at bends,tees, plugs, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through casing • and a sufficient distance each side of casing. No thrust restraint contribution shall be allowed for pipe in casing, unless the annular space in the casing is filled with cellular grout. b. Restrained joints shall be used for a sufficient distance from each side of the bend,tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint,design pressure shall be 1.5 times pressure class (working pressure). Restrained joints shall consist of welded joints. In areas where �. restrained joints are used for thrust restraint,the pipe shall have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches,the joints to be welded shall be prepared by trimming the spigot in the shop. "- c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer.The length of pipe with welded joints,the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following: 1) The Weight of earth (We)shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil density= 110 pcf(maximum value to be used). 3) Coefficient of friction=0.3(maximum value to be used). 4) 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 the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-4 FTW 02335 5) For horizontal bends,the minimum length of pipe to be restrained shall be calculated as follows: For deflections less than 600 , L= P A sin (e/2) f (We+Wp+Ww) For deflections greater than 600 , L= P A (1-cos n) ' f (We+Wp+Ww) L= Length of pipe to be restrained P= 1.5 times working pressure A=Cross sectional area of pipe steel cylinder I.D. n= Deflection angle We=Weight of earth Wp=Weight of pipe Ww=Weight of water f=Coefficient of friction 4. INSIDE DIAMETER The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. JOINT WRAPPERS: Similar and equal to those manufactured by Mar-Mac Manufacturing Company. C. INSULATED CONNECTIONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall be provided to previde elctrical continuity along the pipeline. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS: See Section 15136, MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES. E. JOINT BONDS: Joints are to be bonded to provide electrical continuity along the pipeline. Use 2 clips per joint where rubber gasket joints are used. No clips are required where joints are welded for thrust restraint. F. PIPE ENDS: The standard pipe end shall include carnegie steel joint ring and a continuous solid rubber ring gasket as per AWWA Manual M-9 and AWWA C-303. Welded joints shall be provided where necessary for thrust restraint. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. G. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. Drilling pattern shall match pattern of valve or fitting which will be attached. H. BEND FITTINGS: All bend fittings shall be long radius to permit easy passage of pipeline pigs. I. NUTS AND BOLTS: All nuts and bolts shall be stainless steel. Use an anti-seize compound during installation. w Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-5 FTW 02335 3.00 EXECUTION 3.04 INSTALLATION A. GENERAL 1. Install pipe,fittings, specials, and appurtenances as specified herein, as specified in AWWA Manual M-9 and in accordance with Pipe Manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated. Completed pipe installation shall have a maximum 1%deflection measured diametrically. B. PIPE HANDLING 1. Haul, pipe,fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur,take immediate steps to protect the pipe. Have the Pipe Manufacturer repair .., any joint of pipe that has shrinkage cracks with a width of 1/16"or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer,the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. _ 5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12" inches in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements,tools,equipment and facilities for safe and convenient prosecution of the work. Lower pipe,fittings, specials,valves, etc. into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. No pipe should be laid in water. C. PIPE JOINTING 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-6 FTW02335 approved lubricant(flax soap)which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends �- of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No"blocking up"of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining,check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. 2. EXTERIOR JOINTS: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two(2) metal straps. The wrapper shall be 9"wide for pipe 36"and larger, and 7"wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. INTERIOR JOINTS: Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 4. Interior joints of pipe 24"and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 5. WELDED JOINTS:Thirty-six inch and smaller pipe shall be welded from the outside using the following procedures: a. Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one (1) section and the steel spigot of the other, and welding the bell to the outside of the spigot. Use no less than three (3) complete passes to make the weld. When the joint weld is completed, pour the exterior joint with mortar as specified above. After all sections are in final position,fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M-9. b. Forty-two inch and larger pipe shall be welded from the inside, using the following procedures: c. Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M-9. When the joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. V d. General weld requirements shall be as follows: 1) Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Unless otherwise specified,welds shall be full circle fillet welds. Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-7 FTW02335 2) Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3) After the pipe have been joined and properly aligned and prior to the start of the welding procedure,the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4) Before welding,thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. ` 5) Furnish labor, equipment,tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6) In all hand welding,the metal shall be deposited in successive layers. For hand welds, not more than 1/8"of metal shall be deposited in each pass. Each pass except the final one,whether in butt of fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag,or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7) Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8) If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9) Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10) Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. 11) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12) Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the Contractor under the supervision and inspection of Owner's Representative or an independent testing laboratory, retained by the Owner, on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor's expense. 13) If the Contractor disagrees with the Engineer's interpretation of welding tests,test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. D. PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of Trenton No. 2 wax tape,and encasing it with flowable fill. E. PATCHING 1. Excessive field-patching of lining or coating shall not be permitted. Patching of lining or coating will be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12". In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-8 FTW02335 F. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as specified in the Plans and Specifications. Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls. 3.05 FIELD QUALITY CONTROL Perform a hydrostatic test per the City of Fort Worth standards. END OF SECTION Bar-Wrapped Concrete Cylinder Pipe and Fittings 02614-9 FTW02335 02626 STEEL PIPE 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install motor coated steel pipe or polyurethane coated steel pipe, fittings, and specials as specified and as required for the proper installation and function of the pipe. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS Pipe shall be the product of one manufacturer which has had not less than five (5)years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe,fittings, lining, coating) shall be performed at one (1) location unless otherwise approved by the Engineer. The lining shall be shop applied spun cement mortar lining. The manufacturer shall be certified under S.P.F.A. 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, and 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 rof the product. r 2. The inspection and testing by the independent testing laboratory anticipates that IP 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, and 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 polyurethane coating shall be tested in accordance with AWWA C-210. The thickness of the coating shall be tested in accordance with SSPC 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 the dry film thickness specified of 30 mil. Steel Pipe 02626-1 Ir FTW02335 MW 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 pipe tested shall be completely watertight under maximum test pressure. As a part g of testing equipment,the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be 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 through welds with a soap solution. 3. CHARPY V-NOTCH TEST Each heat of steel shall be tested to verify minimum impact values of 25 ft-lb at 30°F. 4. MILL CERTIFICATION y 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 Absorption test. A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating 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 11 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 for each 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 Strength of Coating:Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One inch (1") cubes shall be tested in accordance with ASTM C-109. 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 Steel Pipe 02626-2 FTW02335 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 at 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 coating, 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. 1.03 SUBMITTALS w Submittals shall include: 1. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the "i Engineer. Drawings shall include a schematic location-profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan-profile sheets. Drawings shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, drawings shall include proposed welding requirements and provisions for thermal stress control. 2. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a) A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C-200, AWWA C-205, AWWA C-210, AWWA C-222, and these specifications. b) Copies of results of factory hydrostatic tests shall be provided to the Engineer. C) Mill certificates, including chemical and physical test results for each heat of steel. d) Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical information. e) A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this specification. f) Certified test reports for welder certification for factory and field welds. g) Certified test reports for cement mortar tests. h) Certified test reports for steel cylinder tests and cement mortar tests. 1.04 STANDARDS Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: ANSI/NSF Standard 61 AWWA C-200 "Steel Water Pipe 6 Inches and Larger" AWWA C-205 "Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger-Shop-Applied" AWWA C-206 "Field Welding of Steel Water Pipe" Steel Pipe 02626-3 FTW 02335 AWWA C-207 "Steel Pipe Flanges for Waterworks Service-Sizes 4 Inches thru 144 Inches" AWWA C-208 "Dimensions for Steel Water Pipe Fittings" AWWA C-210 "Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AWWA C-216 "Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines" AWWA C-222 "Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings" AWWA C-602 "Cement-Mortar Lining of Water Pipelines-4 In. and Larger- In-Place" "" AWWA M11 Manual: "Steel Pipe-A Guide for Design and Installation" ASTM C-33 "Specifications for Concrete Aggregates" ASTM C-35 "Specifications for Inorganic Aggregates for Use in Gypsum Plaster" ASTM C-150 "Specifications for Portland Cement" ASTM E-165 "Practice for Liquid Penetrant Inspection Method" SSPC-SP-1 Steel Structures Painting Council-Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council- Near-White Blast Cleaning SSPC-PA2 Steel Structures Painting Council- Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA Steel Structures Painting Council-A Guide to Safety /Guide 3 in Paint Application SSPC-PS Steel Structures Painting Council-A Guide for /Guide 17 Selecting Urethane Painting Systems ASTM D16 "Paint, Varnish, Lacquer, and Related Products" ASTM 522 "Mandrel Bend Test of Attached Organic Coatings" 1.05 DELIVERY AND STORAGE A. PACKING 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant,the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be installed. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Pipe,fittings, and Steel Pipe 02626-4 FTW02335 specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms,tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until pipe is laid and set to grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end,the class for which it is designated,the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. 2.00 PRODUCTS 2.01 MATERIALS A. EXTERIOR POLYURETHANE COATING 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: 1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent. 2. Temperature Resistance: Minus 40 degrees F and plus 130 degrees F. 3. Minimum Adhesion: 500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. 4. Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at L 70 degrees F. 5. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Polyol resin, 1.15. 6. Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter steel ball. 7. Minimum Tensile Strength: 2000 psi. 8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F. 9. Flexibility Resistance: ASTM D522 using 1-inch mandrel. Allow coating to cure for 7 days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. 10. Dry Film Thickness: 30 mils B. EXTERIOR POLYURETHANE COATING FOR SPECIALS, FITTINGS, REPAIR AND CONNECTIONS The shop-applied and field-applied coating shall be CORROPIPE-11 TX15, and CORROPIPE- II 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 2.01A. Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. Steel Pipe 02626-5 FTW02335 C. CEMENT MORTAR LININGS Cement mortar linings shall be shop-applied for pipe sizes 90-inch and smaller. Shop-applied cement mortar linings shall conform to the requirements of AWWA C-205 with the following modifications: Sand used for cement mortar shall be silica sand ASTM C33. Curing of the linings shall conform to the requirements of AWWA C-205 except that linings shall be protected from excess drying by plastic end covers bonded to the pipe ends. D. CEMENT MORTAR COATING The outside mortar coating shall be shop applied, and shall be in accordance with AWWA C205. Pipe to be laid in casing shall have two built-up rings of mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. Mortar coating reinforcing shall be electrically continuous with the steel cylinder. E. FLANGE NUTS AND BOLTS All nuts and bolts shall be stainless steel. Use an anti-seize compound during installation. F. STEEL Steel shall meet the requirements of AWWA C-200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding,fully killed and fine austenitic grain size. G. BEND FITTINGS All bend fittings shall be long radius to permit easy passage of pipeline pigs. H. THREADED OUTLETS Where outlets or taps are threaded,furnish and install brass bushings for the outlet size indicated. I. OUTLETS FOR WELD LEADS The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be approved by the Engineer. J. FLEXIBLE JOINT COUPLINGS See Section 15136, MISCELLANEOUS VALVES AND APPURTENANCES. 2.02 MIXES A. MORTAR FOR INTERIOR AND EXTERIOR JOINTS �* Mortar shall be one part cement to two parts sand. Cement shall be ASTM C-150,Type I. Sand shall be of sharp silica base. Sand shall be plaster sand meeting ASTM C-35. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. MORTAR FOR PIPE PATCHING FOR SHOP-APPLIED CEMENT MORTAR LINING Mortar for patching shall be as per interior joints. Steel Pipe 02626-6 FTW02335 C. BONDING AGENT Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET- 150, parts A and B; Sikadur 32 Hi-Mod, or approved equal. 2.03 MANUFACTURED PRODUCTS A. PIPE 1. PIPE DESIGN a) Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C-200, AWWA Manual M-11, and with the criteria specified herein. Sizes shall be as shown on the plans and pressure classes (working pressure shall be 150 psi. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA Manual M-11; using the following parameters: 1) Unit Weight of Fill (W) = 130pcf 2) Live Load = AASHTO HS 20 3) Live Load = Coopers E80 at Railroads 4) Trench Depth = As Indicated 5) Deflection Lag Factor - (Di) = 1.1 6) Coefficient K = 0.10 7) Maximum Calculated Deflection - Dx = 2% (Polyurethane Coated Steel Pipe) 8) Maximum Calculated Deflection - Dx= 1% (Mortar Coated Steel Pipe) 9) Soil Reaction Modulus - (E') = 1,500 (Typical Trench Section) b) The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA Manual M-11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. c) Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d) Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. • 2. PROVISIONS FOR THRUST a) Thrust at bends, tees, 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. b) Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints. 02626-7 Steel Pipe MKIPS 5 c) The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA Manual M-11 and the following: 1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density= 110 pcf(maximum value to be used). 3) Coefficient of Friction=0.20(maximum value to be used for polyurethane coated steel pipe). Coefficient of Friction=0.30(maximum value to be used for mortar coated steel pipe) 4) 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 0.25 for mortar coated steel pipe. 5) For horizontal bends,the length of pipe to be restrained shall be calculated as follows: For o less than 600 L=P A sin (e12) f (We+Wp+Ww) For n greater than 600 L=P A 0 -cosn) f (We+Wp+Ww) L=Length of pipe to be restrained P= 1.5 times working pressure A=Cross sectional area of pipe steel cylinder I.D. A= Deflection angle We=Weight of earth Wp=Weight of pipe Ww=Weight of water f=Coefficient of friction 3. INSIDE DIAMETER The inside diameter, including the cement-mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the drawings. 4. WALL THICKNESS The minimum pipe wall steel thickness shall be 0.125"or pipe O.D./230, whichever is greater for pipe and fittings, with no minus tolerance. Where indicated on the plans, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50%of the minimum yield strength of the steel, nor the following,at the specified working pressure. Steel Pipe FTWO2335 02626-8 Maximum Stress at Pii)e Type Working Pressure ,. Polyurethane Coated Steel 23,000 psi Mortar Coated Steel 18,000 psi Pipe which is placed in casing or tunnel or that is located in the pump station shall have a minimum pipe wall steel thickness of 0.25"or pipe O.D./144, whichever is greater. �,. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50%of the steel yield strength at the thrust design pressure (1.5 times working pressure). 5. SEAMS Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6' except in specials and fittings. 6. JOINT LENGTH Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. B. JOINT WRAPPERS FOR MORTAR COATED STEEL PIPE Joint wrappers shall be similar to those manufactured by Mar-Mac Manufacturing Company. C. HEAT SHRINK SLEEVES FOR POLYURETHANE COATED STEEL PIPE Heat shrink sleeves shall meet AWWA C216, as manufactured by Canusa, Rachem, or approved equal. D. JOINT BONDS, INSULATED CONNECTIONS, AND FLANGE GASKETS Joints are to be bonded to provide electrical continuity along the pipeline. Use two clips per joint where rubber gasket joints are used. No clips are required where joints are welded for thrust restraint. E. BEND FITTINGS All bend fittings shall be long radius to permit passage of pipeline pigs. F. PIPE ENDS Pipe ends shall be either rolled spigot rubber gasket joint, carnegie-shape rubber gasket joint, lap welded slip joints, butt strap joint, flanged joint, or flexible coupled joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1. RUBBER GASKET JOINTS Joints shall conform to AWWA C-200 standard. The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The spigot end shall be a rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C-200 and as shown in AWWA Manual M11, 3rd edition. The welded area of bell and spigot pipe ends shall be checked after forming Steel Pipe 02626-9 FrW02335 ■ by the dye penetrant or magnetic particle methods. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00"to .04"as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C-200. The - joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4". Joints shall be of clearances such that watertightness shall be provided under all operating and test conditions with a pipe diameter deflection of 3%. 2. LAP WELDED SLIP JOINT a) Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints are welded for thrust restraint. Ends of pipe,fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. b) In addition to the provisions for a minimum lap of 1-1/2"as specified in AWWA C-200,the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c) Lap welded slip joints shall be welded from the inside for pipe diameters 42" and larger. Lap welded slip joints may be welded on the inside or outside for pipe diameters smaller than 42". 3. FOR FITTINGS WITH FLANGES Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C-207 and AWWA C-206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. 4. FLEXIBLE COUPLINGS Flexible couplings shall be provided where specified. See Section 15136, MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C-200. In addition,the welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least one(1)direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA Manual M-11. 5. BUTT STRAP CLOSURE JOINTS Where necessary to make closure to pipe previously laid,closure joints shall be installed using butt strap joints in accordance with AWWA C-206 and applicable provisions of this specification. G. FACTORY-APPLIED EXTERIOR POLYURETHANE COATINGS 1. Surface Preparation a. Remove deposits of oil, mud, weld splatter,water, dust, grease or other contaminates prior to application of coating.. b. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10;to a near-white metal blast cleaning with a 2.5 MIL angular profile in bare steel. Steel Pipe 0 FTWA2335 2626-10 2. Equipment: Two-component, 1:1 mix ratio, heated airless spray unit. 3. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of the surface shall not be less than 60 degrees F during application. 4. Humidity: Heating of pipe surfaces may be required to meet requirements of 2.01A if relative humidity exceeds 80 percent. 5. Do not thin or mix resins; use as received. Store resins at a temperature above 55 degrees F at all times. 6. Application: Applicator shall be approved by the coating manufacturer and conform to coating manufacturer's recommendations. Apply directly to pipe to achieve a total (DFT) dry film thickness of 30 mils. Multiple-pass, one coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. The main line pipe shall have a cutback at time of application so that there is approximately 3-inches of bare steel on either side of the location of the future weld. The cutback area shall be sandblasted in the shop to facilitate easier field surface preparation. The exterior bare steel area of the pipe shall be adequately protected during pipe handling and shipment. 7. Recoating: Recoat only when coating has cured less than maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush- blast or thoroughly sand coating surface. Blow-off cleaning using clean, dry, high pressure compressed air. !' 8. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install steel pipe,fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA Manual M-11. Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the ditch it is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of the plans and specifications govern for the excavation and backfilling of trenches for laying steel pipe,fittings, and specials. Maximum allowable pipe deflection is limited to 1%for mortar coated steel pipe and 2%for polyurethane coated steel pipe. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. Steel Pipe 02626-11 FTW02335 B. PIPE HANDLING Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of - pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. LINE UP AND BENDS 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur,the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel ` pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. PIPE LAYING - RUBBER GASKET JOINTS Join rubber gasket joints in accordance with the Manufacturer's recommendations. Clean bell and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for 1"gap for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed the manufacturer's recommendation. Check gasket with feeler gauge all around the pipe. E. PIPE LAYING -WELDED JOINTS 1. Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding shall be completed before application of field applied joint coating. If welded joints are Carnegie type, see the requirements for welding in Section 02614, BAR WRAPPED CONCRETE CYNLINDER PIPE. 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3. After the pipe have been joined and properly aligned and prior to the start of the welding procedure,the spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4. Before welding,thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 5. Furnish labor,equipment,tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. _ 6. In all hand welding,the metal shall be deposited in successive layers. For hand welds, not more than 1/8"of metal shall be deposited in each pass. Each pass except the final one,whether in butt or fillet welds, shall be thoroughly bobbed or - peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. + Steel Pipe 02626-12 FTW02335 7. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AW WA C-206 before being allowed to weld on the line. 11. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test shall be performed by the Contractor under the supervision and inspection of the Owner's Representative or an independent testing laboratory, on all full welded joints. Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 12. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. F. INSIDE JOINT GROUTING FOR PIPE WITH PLANT-APPLIED MORTAR LINING Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. G. EXTERIOR JOINT PROTECTION FOR POLYURETHANE COATED STEEL PIPE ' 1. GENERAL Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3-inches. Overlapping of two or more heat shrink sleeves to achieve the necessary width will not be permitted. 2. HEAT SHRINK SLEEVES a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type joints. Size and type shall be as recommended by the sleeve Steel Pipe 02626-13 FTW02335 manufacturer for type of pipe and joint. C. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85- mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. High recovery sleeves shall d* be provided for bell and spigot and coupling style joints with a minimum of 50- percent recovery. Sleeve length shall provide a minimum of 3-inches overlap onto intact pipe coating on each side of the joint. Width to take into consideration shrinkage of the sleeve due to installation and joint profile. d. Manufacturers: Canusa, Raychem,or approved equal. 3. INSTALLATION a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and .� a minimum of 6-inches onto the existing coating. b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. C. Complete joint bonding of pipe joints before application of joint coating. d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. e. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60°F and 100°F as recommended by the sleeve manufacturer. f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. g. Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, „ infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow,frost, or moisture with tenting or shields and do not permit the joint to cool. h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. i. Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto the existing pipe coating. j. Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated,then begin in the opposite Steel Pipe 02626-14 FTW 02335 direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. I. Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. H. PROTECTION OF BURIED METAL Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape and encased in fiowable fill. I. REPAIR AND FIELD TOUCHUP OF POLYURETHANE COATING 1. Apply Madison CORROPIPE TX II Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. 2. Repair Procedure - Holidays: a. Remove all traces of oil, grease, dust, dirt, etc. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). -' C. Apply a 30 mil coat of repair material described above. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. d. Retest for Holiday. 3. Repair Procedure - Field Cuts or Large Damage: IL a. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. b. Remove all traces of oil, grease, dust, dirt, etc. C. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. d. Apply a 30 mil coat of repair material described above, in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing. Feather edges of repair material into prepared surface. Cover at least 1 inch of roughed area surrounding damage, or adjacent to field cut. e. Test repairs for Holidays. P_ Steel Pipe 02626-15 wo FTW02335 J. EXTERIOR JOINT PROTECTION FOR MORTAR COATED STEEL PIPE Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9"wide for pipe 36" and larger, and 7"wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1)continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. K. PATCH OF MORTAR COATING Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. Remove, replace or reject any disbonded coating. Apply bonding agent to patch area. Excessive field-patching of coating shall not be permitted. Patching will not be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12". In general,there shall not be more than one patch on either the lining or coating on any one joint of pipe. A patch larger than 100 square inches or 12" in greatest dimension shall not be accepted. Adequately cure patches. r L. PATCH OF LINING (PLANT OR FIELD) 1. Repair cracks larger than 1/16". Pipes with disbonded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12". In general,there shall be not more than one (1) patch in the lining of any joint of pipe. 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the Engineer. 3.02 HYDROSTATIC TEST - Perform a hydrostatic test per City of Fort Worth Standards. END OF SECTION Steel Pipe 02626-16 FTW02335 15136 MISCELLANEOUS VALVES AND APPURTENANCES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidental necessary to install miscellaneous valves. 1.02 SUBMITTALS Submittals shall be in accordance with Part D, Special Conditions and shall include: 1. Record drawings 2.00 PRODUCTS 2.01 CORPORATION STOPS IP Corporation stops shall be bronze with tapered plug and flat key operator. Unless otherwise indicated, stops shall be equal to Mueller H-10046 with iron pipe thread on inlet and outlet, of the size indicated. - 2.02 STEEL BOLTED (DRESSER) COUPLINGS FOR PLAIN-END PIPE Where dresser couplings are indicated, furnish and install a gasketed, sleeve-type coupling meeting AWWA C219, with a pressure rating as indicated on the drawings. A. The pipe couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of one (1)steel middle ring, of two (2) steel followers, two (2) rubber- compounded wedge section gaskets and sufficient trackhead steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities,flat spots, or surface defects. They shall be formed from mill sections with the follower-ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1%beyond the yield point. B. The coupling bolts shall be of the elliptic-neck,track-head design with rolled threads. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength. C. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material which will not deteriorate from age, f rom heat, or exposure to air under normal storage conditions. It shall also possess the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipeline. D. The couplings shall be assembled on the job in a manner to ensure permanently tight joints under all reasonable conditions of expansion,contraction, shifting and settlement. The coupling shall be Dresser Style 38, Smith Blair Style 411, or Baker Series 200. 2.03 INSULATED (DRESSER) COUPLINGS FOR PLAIN-END PIPE A. Couplings shall meet the basic requirements of Specification section 2.02. In addition, insulating and insulating-reducing couplings shall provide electrical insulation between the pipes being joined. Miscellaneous Valves and Appurtenances 15136-1 FTW02335 1. One end of the coupling shall have a wedge-shaped gasket which will electrically bond the pipe end to the middle ring. The bond shall be molded into the tip of the gasket and shall not be rendered ineffectual by corrosion or deterioration. 2. The other end of the coupling shall have a plastic insulating sleeve to fit over the pipe end, and a wedge-shaped gasket of an insulating-compounded rubber. The rubber gasket shall have a skirt extending under the follower,the combination of which insulates the follower, middle ring and the pipe end so that electric current will not pass from one pipe joint to the next. At the option of the manufacturer, a plastic follower insulator may be substituted for the rubber skirt. a. Follower insulator and pipe-end insulator shall be made of a tough inert plastic material which is resistant to attack from acids, alkalis, drip oils, water and sunlight. B. Each coupling shall pass a resistance test of 5,000 megohms after being set assembled on the pipe for 72 hours. 3.00 EXECUTION 3.01 INSTALLATION Carefully handle and install valves and appurtenances in a manner that prevents damage to any part of the unit. Install items in accordance with the Manufacturer's instructions. Perform an electrical continuity check at insulated connections prior to filling the piping with water,to verify there are no shorts across the insulated connection. Verify size,type, location, pressure rating, and connections of all pipe and fittings with equipment suppliers, where applicable. d% END OF SECTION Im Mk Miscellaneous Valves and Appurtenances 15136-2 FTW02335 r r SPECIFICATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION oe•e•e - Wnae ac e A � � ' —=emo•-A e 'eo •e a ." y R A2 ! of 4.O; V •bf•O- . JON, - �3=ate r r HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH, 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, polyethylene wrapped ductile iron, mortar coated steel and bar-wrapped concrete cylinder pipe (AWWA C303). 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 1.03 REFERENCES A. ASTM D1248 - Polyethylene Plastics Molding and Extrusion Material. B. AWWA C207 - Steel Pipe Flange for Waterworks Service. C. AWWA M9 Manual - Pretensioned Concrete Pressure Pipe. D. ANSI B 16.5 - Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS 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. Test Results: Electrical continuity and flange isolation test results shall be submitted to the owner or its designated representative. 15640 April,2003 Page 1 of 9 HOLLY WATER PIPELINE 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 PRODUCTS 2.01 DESCRIPTION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to,the following: 1. Electrical continuity bonds. 2. Flange isolation assemblies. 3. Casing spacers. 4. End seals. 2.02 ELECTRICAL CONTINUITY BONDS 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 and Mortar Coated Steel Pipe for bonding: 1. General: a. Fabrication: Use Bar-wrapped Concrete pipe or Mortar Coated Steel pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. April,2003 15640 + Page 2 of 9 HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 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 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 less 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 bond wires as shown on drawings. D. Preparation of Polyurethane Coated Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe. However, bonding is required at non-welded joints as shown on the drawings. E. Electrical Bond Clip: Three ASTM 366 steel bonding clips, each approximately 0.19 inches thick, 2.5 inches long, and 1.0 inches wide, shall be welded with 1/8- 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 THHN insulation. One inch of THEN insulation shall be removed from each end of the bond wire. The minimum number of bond wires shall be provided as shown on drawings. 15640 April,2003 Page 3 of 9 no HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION Mb 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 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 or mortar coated steel pipe provide electrical isolation by installing insulating kits, composed of: 1. Insulating Gasket: alp a. For piping sized 30 inches in diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as M% 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. M. C. Alternately, 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, 1/8 inch thick in accordance with AWWA C207. 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. 15640 April,2003 Page 4 of 9 HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 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. 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. r Provide cloth-inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. am 2. Sleeves and Washers: a. For piping sized 30 inches in diameter and greater, provide full FW 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 Ob 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" LineBacker 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 approved equal). The phenolic gasket shall be placed between two full-faced gaskets. } Provide cloth-inserted rubber gasket material, 1/8 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. 15640 April,2003 Page 5 of 9 HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 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. Mq 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, seal ends of tunnel liner or casing with mortared brick. C. Casing End Seals shall be as shown on the plans for the Holly Water Line Project. PART 3- EXECUTION dq 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 bond 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 hammer to remove weld slag. Pull on wire or strap to assure a 15640 April,2003 Page 6 of 9 . HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 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. 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: 1. Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe and bonds. 2. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO). Resistance of 0.001 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 "off' 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. T 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. 15640 April,2003 Page 7 of 9 HOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION 2. If construction activity damages a bonded connection, install new bond wire or strap. 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 recommended by the 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 BONDS 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 impressed 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 change in pipe-to-soil potential -y 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 voltmeter and portable copper/copper sulfate reference electrode with the test current"on" and"off . D. A joint is considered electrically continuous if the"on" and "off potentials are the same 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 check shall 15640 April,2003 Page 8 of 9 rHOLLY WATER PIPELINE PROJECT JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION be fully documented and approved by the owner or its designated representative prior to backfilling. 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 15640 April,2003 Page 9 of 9 SPECIFICATION SECTION 15641 CORROSION CONTROL TEST STATIONS Z�.�F•TF� e � e • Ns* I •e• oe .. •g•••• e � • !� QeE{I � 00.GISTEF:�'G�� s�OkI1L�•Ed ,.�, ¢L3-0 J 54"Diameter Holly Water Pipeline, Phase I,Unit I Fort Worth,Texas Test Station Schedule Station No. Description Tvpe 0+00 26th Street @ Loving Rd. IF 3+00 Loving Rd. @ 25th Street TS 5+70 Loving Rd. FL 12+00 Loving Rd. @ 24th Street TS 13+00 Loving Rd. @ 24th Street FL 21+00 Loving Rd. @ 23`d Street TS 26+00 Loving Rd. @ 22nd Street FL 39+00 Loving Rd. @ 22nd Street TS 31+70 Loving Rd. @ 21" Street. FL 37+00 Loving Rd. TS 41+00 Columbus St. @ 20th Street FL 44+00 20th Street @ Homan TS 51+00 Northside Park TS 59+00 Harrington Avenue @ Park Street TS 63+00 Harrington Ave., between Park and 16th FL 70+00 Harrington Ave., between 16th and 15th TS 70+00 Harrington Ave.,between 16th and 15th FL 76+00 Harrington Avenue @ 15th Street TS 83+00 Harrington Ave., between 14th and Central TS 86+00 Harrington Avenue @ Central Street FL 90+00 Harrington Ave., between Central and Northside TS 95+00 Harrington Avenue @ Northside Drive TS 95+00 Harrington Avenue @ Northside Drive IF HOLLY WATER PIPELINE PROJECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS SECTION 15641 CORROSION CONTROL TEST STATIONS PART1 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 D1248 -Polyethylene Plastic Molding and Extrusion Material. B. NACE 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 April,2003 Page 1 of 6 M. HOLLY WATER PIPELINE 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. MM 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 an 8.75-inch diameter I-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. R 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 April,2003 Page 2 of 6 HOLLY WATER PIPELINE PROJECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS B. The electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board.of the test station. 2.04 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, THW or THHN insulation. B. Type insulation shall be color coded based upon connection to underground structures: 1. Water piping: white. • 2. Foreign structures: red. w 3. Steel casings: yellow. C. All terminal boards shall be wired by the installer as shown on the drawings. 2.05 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, Thermoweld. 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 3.01 APPLICATIONS A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1. Testing to determine the effectiveness of the installed cathodic protection systems and to allow for startup adjustments. 2. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray d-c 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 minimum, test stations are required at each of the following locations: 1. At all major underground metallic pipeline crossings. 15641 April,2003 Page 3 of 6 1r HOLLY WATER PIPELINE PROJECT CORROSION CONTROL FORT WORTH,TEXAS TEST STATIONS Ak 2. At all cased crossings and tunnels (both ends). 3. At all underground isolation flanges. 4. 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 lead wires to the pipe by thermite welding. , E. Attach test wires to the 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. H. 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. 1. 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 12 inches square and no less than 6 inches thick. 15641 April,2003 Page 4 of 6 HOLLY WATER PIPELINE 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. 3.06 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. r 15641 April,2003 Page 5 of 6 an HOLLY WATER PIPELINE PROJECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS M B. After completion of the backfilling of the test wires to the pipe, verify the connection by recording a pipe-to-soil potential. O C. Replace any test wire found to have a high resistance connection. MW END OF SECTION MR MW M" a 15641 April,2003 Page 6 of 6 SPECIFICATION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM �O F •TFfi ° D V, Odd �s•glSTs :••G�? s/oNAL 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), mortar coated steel pipe, polyethylene wrapped ductile iron pipe or dielectrically coated steel pipe. 3 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 54" diameter Holly Water Line. 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 54" diameter Holly Water Line. 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. 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. HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC FORT WORTH,TEXAS PROTECTION SYSTEM 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 NACE 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 min 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: 48-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 0.03 Maximum Other-(each) 0.05 Maximum Other- (total) 0.30 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 am 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: 15642 April,2003 Page 2 of 8 HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC FORT WORTH,TEXAS PROTECTION SYSTEM Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) Pounds 48 48 96 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. 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 crimpit Catalog No. YC l OC 10 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 6" x 12" x 12" square concrete pad. "_ 15642 April,2003 Page 3 of 8 on HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC FORT WORTH,TEXAS PROTECTION SYSTEM 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 MP A. Test station lead wires shall be #12 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 Permacell as manufactured by Corrpro Companies or approved equal. B. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a 3.0 microamp load. 2.09 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the following 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. Am PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. Both the bar-wrapped concrete cylinder pipe and the mortar coated steel pipe options will need twenty-three (23) anode groundbeds each having a total of ten (10), 48-pound magnesium anodes. The anode groundbeds shall be installed at 817 feet spacing along the route of the pipeline. The total number of anodes required is 230. 15642 t April,2003 Page 4 of 8 HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC i FORT WORTH, TEXAS PROTECTION SYSTEM B. The dielectrically coated carbon steel pipe option shall need twenty-three (23) anode groundbeds each having a total of ten (10), 48-pound magnesium anodes. The anode groundbeds shall be installed at 817 feet spacing along the route of the pipeline. The total number of anodes required is 230. C. The polyethylene wrapped ductile iron pipe option shall need twenty-three (23) anode groundbeds each having a total of ten (10), 48-pound magnesium anodes. The anode groundbeds shall be installed at 817 feet spacing along the route of the pipeline. The total number of anodes required is 230. D. 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 u 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. E. Anodes shall be installed on 10-foot centers. F. Augured Hole: The hole diameter shall easily accommodate the anode. G. 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. H. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. I. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE 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 6" of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recommendations B. Placement: The permanent reference electrode shall be placed in the same 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 6 inches from other underground r structures. 15642 April,2003 Page 5 of 8 HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC FORT WORTH,TEXAS PROTECTION SYSTEM B. Anode Header Cable: Each anode lead wire shall be connected to a #10 AWG/HMWPE header 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. D. 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. 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 thermite 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 firmly in place until all of the charge has burned and the weld has cooled slightly. 15642 '~ April,2003 Page 6 of 8 HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC FORT WORTH,TEXAS PROTECTION SYSTEM I. 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. 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 6"x 12"x 12" 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 left to allow for withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for test purposes.' 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 possible after 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 NACE 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. 6. 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. 15642 April,2003 Page 7 of 8 HOLLY WATER PIPELINE PROJECT MAGNESIUM ANODE CATHODIC FORT WORTH,TEXAS PROTECTION SYSTEM 8. Verify that interference does not exist with foreign structures. Perform joint tests MW 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 'w responsibility to coordinate the interference testing with the owners of foreign structures. MR 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. 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 furnished to the owner along with operating and maintenance instructions. END OF SECTION M, ftl 15642 April,2003 Page 8 of 8 APPENDIX A EASEMENTS y. PERMANENT WATER MAIN EASEMENT DATE:March 26,2003 GRANTORS:City of Fort Worth,Texas GRANTORS'MAILING ADDRESS: 1000 Throckmorton Drive Fort Worth,Texas 76102 Tarrant County GRANTEE:City of Fort Worth,Texas GRANTEE'S MAILING ADDRESS: 1000 Throckmorton Drive Fort Worth,Texas 76102 Tarrant County CONSIDERATION: Ten Dollars($10.00)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY:(See attached Exhibits"A"and"B') GRANTORS, for the CONSIDERATION paid to GRANTORS, hereby grants, sells, and conveys to GRANTEE,its successors and assigns,an exclusive,perpetual easement for the construction,operation, maintenance,replacement,upgrade,repair and removal of a water main in,upon, under and across that thirty foot wide portion of the PROPERTY at more fully described in Exhibit"B"attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all purposes, together with the right and privilege at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, repairing and removing said water main,and making connections therewith. TO HAVE AND TO HOLD the described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE,and GRANTEE'S successors and assigns forever; and GRANTORS do hereby bind themselves and their successors and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same,or any part thereof. GRANTORS: ACKNOWLEDGEMENT r THE STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of ,2003, by: Notary Public,State of Texas Notary's Printed Name Notary's commission expires: r CHESTNUT AVE. EXHIBIT „A„ PARCEL N0. 10 POINT OF BEGINNING (30- PERMANENT £S'UT./ NW 20TH ST. pm a 15' TEMP. CONST. £S'UT. 'A• Wldfh Varies 3 POINT OF BEGINNING 15' TEMP. CONS T. ES'MT. •B• I 1 O \ \ 5 I I I 16 Q F 2 6 \ \ f I I 1 16 \I� \•O \ \ \V=\ I 1 1 ------ - \_ --- '_�-,A\- - --�f\LI I ------ --- - --- --- --I m 15 d \\ �T\ 2 \\ o•A\ �` I 15 I PARK' c,\ I CITY OF FORT WORTH 1 - --- \ \----\a - - -I r --- - -- -- ------- -- I Q XW Vp \ �O \0, I I 9 14 u~ N \�'\ \G\ I I % I. W+W J \c\ '10 \�\ I I 14 i 4p Plo 24 U ----- -- --\\nom\ Ilk- 0 --- - -- -- - --- -1 L; pp aa I - 13 I3 q Vl ?7+\ 0 Q: io \ \ CP2 -6 - - -- ---- ---- --- - - --- - \ I I I W O O 2 'Q `0 I V Q \ \s i J 12 S mac •C'1 12 Q imp o O \ !\ I to � I ' _ I g \I I $ Q - --------- -- --- - '�a `lt� s \\----------- o � tZu _ _ --- --- - - -- --- --- - - o \t -N''-1C- - - -0- N .O • I T W 10 12 I \J`Q\ \ \ 10 I x - - - --- --- --- - ----- - --- �\$\� o\\-- - o y� 9 Q�. B I J I 9 \ \ ------------ -- - -- -I 1- ----- -- \-`---\--` N \ \ \ LONG STREET (ABANDONED) \ \ \ \ \ wE --------- - I I \ \v S SCALE, 1•-60' BASIS OF BEARINGS SEE SHEET 2 NAD-83, TEXAS STATE PLANE, ZONE 4202 0 l �, o''•vs EXHIBIT SHOWING A PERMANENT WATER MAIN EASEMENT R H SNAPPER AND ! ,05282 P?� TWO ( 2) ' TEMPORARY CONSTRUCTION EASEMENTS o " 5 � {� o ��' � SURD ,�(\' ACROSS EVANS-CAMBRON ADDITION 4j AN ADDITION TO THE CITY OF FORT WORTH At KEITH SHAFFER • AS RECORDED IN VOL 388, PG. 86, P. R. T. C. T. R.P.L.S. TEXAS REGISTRATION 15282 PROJECTr HOLLY a 54' WATER TRANSMISSION MAIN LO PEZGARCIA GROUP FILE+ P+202042. O/\EASEMENTS\ESMT 10. DGN JOB NO. 202042. 01 1 DOE NO. 3635 DRAWN BY, K. S. �'•�'�"" ••°""- DATEr MARCH, 2003 ISHECT I OF 2 ISCALE, I' - 60' SEE SHEET 1 �- F F L _ __- ----�-►�i - --���\ L--------- ---- a_-EXHIBIT - A \Vp \,P CnL PARCEL N0. 10-_- \ % Ztl� LONG STREET (ABANDONED) I I ` � I O i--- ---- - ----- --- ---°\I \~\y---- - --------- --I I 1 � I f O I O 1.3 2 I IJ ca I Qr- - ---- --- --- - _--I Z �J Ic- _ --u- I 1 om �! ---- --- - --- --- --- --1 \ ` \ � co� ' - �_ `--- ------ --IQI ' 'PAPK' 1 Z \I 1 I w� 1 CITY OF FORT WORTH ' O 1 1 I 14 I J, �O 0 I ~- --- - --- --- I ca �. I TABL E OF COURSES I g � I-y _ _1 'I N 89°54'52'E 60.00' ' '1M; 1 1 1 I I 2 12 N 00°05'Q8'W 50.00 ' ' to 13 N 89°54'I 2'E 5.08` ' 2 11 4 N 89054'52'E 34, 96' 15__-N_89-_5.4-S2'E__--I Z.-48'_ Q h ol__ _I ' r--- -- I 16 N 00-05'08'W 20. 72' 1 +; ;: ,, - -`` -' i`- ,7 S 50019'00'W 18.56' 1 O I,�I lu= ' , 9 8 S 50019,001W 37. 13' r I 19 S 500 19'b0'W 18. 56' I 2 ri l g it Im N 110 S 50 19'00'W 23. 41 C u I 1 S 39°41'00'E 80. 40 , Iv QI -i 1°:1 I I lull !1 � 1 8 I I 17 Q - -------- - - --'- --- --- '- I - d �. s ABANDONED R.O.W. I I S r o 10 4 ed 123 z ° NORTH FT WORTH TOIYP(SITE MAMMON ♦♦ 14 N I ll ♦ '` \ ♦ o �+,� Z Is TL.y H �Ti S SCALE+ 1'-60' 124 BASIS OF BEARINGS NAO-83, TEXAS STATE PLANE, ZONE 4202 ZE F EXHIBIT SHOWING A .' PERMANENT WATER MA /N EASEMENT E H SHAFFER ANDp�o TWO ( 2) ' TEMPORARY CONSTRUCTION EASEMENTS o 'SUR.., ,bfi ACROSS EVANS-CAMBRON ADDITION AN ADDITION TO THE CITY OF FORT WORTH KEITH SHAFFER P- AS RECORDED IN VOL 388, PG. 86, P. R. T. C. T. R.P.L.S. TEXAS REGISTRATION •5282 PROJECT+ HOLLY = 54' WATER TRANSMISSION MAIN LOPEZOARCIA GROUP .. FILE' P+202042. 01\EASEMENTS\ESMT 10. OGN /1.n+•- Y111 1,1M111111� M M,I,�AI� /1110YYw JOB N0. 202042. 01 DOE ND. 3635 DRAWN BY, K. S. DATE: MARCH, 2003 ISHEET 2 OF 2 SCALE: 1'- 60' EXHIBIT"B" HOLLY 54"WATER TRANSMISSION MAIN PARCEL 10 DOE NO.3635 PROJECT NO.P161060161141030 EVANS-CAMBRON ADDITION NORTHSIDE RECREATION CENTER rPERMANENT WATER MAIN EASEMENT BEING a 30 feet wide permanent water main easement and being a portion of those certain Blocks 2, 4 and 5, Evans-Cambron Addition, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 388, Page 86, Plat Records, Tarrant County, Texas, said 30 feet wide permanent water main easement also being a portion of abandoned Long Street, a portion of abandoned Harrington Avenue, a portion of an abandoned 15 foot wide Alley across said Block 2 and a portion rof an abandoned right-of-way,and being more particularly described by as follows: COMMENCING at a %2"iron rod found for the southeast comer of Lot 16, Block 1, said Evans-Cambron Addition and being on the westerly right-of-way line of Homan Avenue, a 60 foot wide right-of-way; THENCE North 89°54'52"East, across said Homan Avenue, a distance of 60.00 feet to the southwest comer of Lot 1 of the aforesaid Block 2, Evans-Cambron Addition and being on the easterly right-of-way line of said Homan Avenue; THENCE North 00°05'08"West, with the westerly line of said Lot 1, Block 2 and with said easterly right-of-way line,a distance of 50.00 feet to the northwest comer of said Lot 1, Block 2 and being the intersection of the easterly right-of-way line of said Homan Avenue with the southerly right-of-way line of NW 20TH Street; THENCE North 89 054'52"East, with the northerly line of said Lot 1, Block 2, and with the southerly right-of-way line of said NW 20`h Street, a distance of 5.08 feet to the POINT OF BEGINNING of the easement herein described; THENCE North 89 154'52"East,continuing with the northerly line of said Lot 1,Block 2, and with the southerly right-of-way line of said NW 20th Street, a distance of 34.96 feet to a point for comer; THENCE South 30°58'52"East, departing said southerly right-of-way line and across said Evans-Cambron Addition,a distance of 586.70 feet to an angle point; THENCE South 23 009'04"East, across said Evans-Cambron Addition, a distance of 127.02 feet to an angle point; THENCE South 03°35'23"East, across said Evans-Cambron Addition, a distance of ri 181.18 feet to a point on the northwesterly right-of-way line of NW 181h Street,an 80 foot wide right-of-way; THENCE South 50°19'00"West, with the northwesterly right-of-way line of NW 18th Street,a distance of 37.13 feet to a point for comer; THENCE North 03 035'23"West, departing said northwesterly right-of-way line and racross said Evans-Cambron Addition,a distance of 197.88 feet to an angle point; THENCE North 23°09'04"West, across said Evans-Cambron Addition, a distance of r119.80 feet to an angle point; r THENCE North 30 158'52"West, across said Evans-Cambron Addition, a distance of 602.60 feet to the POINT OF BEGINNING. r CONTAINING a computed area of 27,228 square feet or 0.625 acre of land. I T H w_SHAFFER A -t Q7 r TEMPORARY CONSTRUCTION EASEMENT DATE:March 26,2003 GRANTORS:City of Fort Worth,Texas GRANTORS'MAILING ADDRESS: 1000 Throckmorton Drive Fort Worth,Texas 76102 Tarrant County GRANTEE:City of Fort Worth,Texas GRANTEE'S MAILING ADDRESS: 1000 Throckmorton Drive F, Fort Worth,Texas 76102 Tarrant County CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and rsufficiency of which is hereby acknowledged. PROPERTY:(See attached Exhibits"A"and"C") GRANTORS, for the CONSIDERATION paid to GRANTORS, hereby grants, sells, and conveys to GRANTEE,its successors and assigns,an exclusive,perpetual easement for the construction,operation, maintenance, replacement, upgrade,repair and removal of a water main in, upon, under and across that thirty foot wide portion of the PROPERTY at more fully described in Exhibit"C"attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all purposes, together with the right and privilege at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, repairing and removing said water main,and making connections therewith. TO HAVE AND TO HOLD the described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE,and GRANTEE'S successors and assigns; and GRANTORS do hereby bind themselves and their successors and assigns to WARRANT AND DEFEND all and singular the easement unto GRANTEE, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same,or any part thereof. GRANTORS: v� ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of 2003, .. by„ Notary Public,State of Texas Notary's Printed Name Notary's commission expires: CHESTNUT AVE. EXHIBIT "A.. PARCEL N0. 10 POINT OF BEGINNING (30' PERWANENT ES'AIT.I NW 20TH ST. IS' TEMP. CONST. ES'AIT. •A' Width Vorles j POINT OF BEGINNING 15' TEMP. CONS r. ES'MT. •B' I I 4 \ ` 5 16 �(1. 2 6 \ \ 1 i i f6 I \Iti`•O \ \ \ s\ I 1 I ------ -\-\-- -\-��- - --Gi L- -- --- ---- ------- -- � -13 i 'PARK' e O V - \ "\ \ c,\ I I CITY OF FORT WORTH ! \lb�\----�D - 1 r - -- . _ . ...----------I \gyp \ �►' \�,\ - -I 1 1 1 q J \� \ O 14 u \`I J, I I L ! Z a IJ '- q \0" 9 i\'�\ `, 'Q0 13 ! W o ' ' „ __ ____ _ __ ___\9�\ \��\ Z I 2 ; c! V h `\L(T�_ _ -v--�'O - ---- - - -- _i 0 C a \�.\ !�91 \\ ` .-P I Q () Aw \� 2 I ccj 12 5 \9• v \.r \.roe •�, a2 I Q �.�. 0 ►u \ Imo`\I piJ` ``T\`� • ---- --- -- o o Q ------- - -- --- - --- --t -� W ��- - --Z a 2 \ \ \ c\ to 1 2 Q -- - --- --- --- - -- - -- - 9 ; Q; 9 \ yn Ln \ \per\\ \P\ \ ®1 \I� I 1 LONG STREET (ABANDONED) wE - -- - -_- -- - - -- ` - --- ------ -- - --- --\\ \\ S SCAL£# 1'•60' BASIS OF BEARINGS SEE SHEET 2 NAD-83, TEXAS STATE PLANE, ZONE 4202 qP rR° EXHIBIT SHOWING A PERMANENT WATER MA I N EASEMENT SHAFFER AND :A 5282�P.y TWO ( 2) ' TEMPORARY CONSTRUCTION EASEMENTS i. SUR,4 ACROSS EVANS-CAMBRON ADDITION AN ADDITION TO THE CITY OF FORT WORTH R. KEITH SHAFFER AS RECORDED IN VOL 388, PG. 86, P. R. T. C. T. R.P.L.S. TEXAS REGISTRATION •5282 PROJECT, HOLLY = 54' WATER TRANSMISSION MAIN LO PEZ 6ARCIA GROUP FILE, P,202042. 0/\EASEMENTS\ESMT 10. DGN ,/,,,,r.... W--/111KIIUh JOB NO. 202042. 01 IDOE N0. 3635 DRAWN BY, K.S. "•""'�""DATE, MARCH,MARCH, 2003 ISCALE, 1'- 60' SEE SHEET I , .. L - - - - - -- - \ - -- % L - - - - - - EXHIBIT ii a ii \ \ \.r \s f L PARCEL N0. 10 \y y \bm\os Z LONG STREET (ABANDONFD) s \m pm 04 \sa \sue S 14 l\ \o. \.T ` 14 �� I ' �f - - - - - - - - -- - - - - - -\i \ \I- -\ - - -� - - - -- -- - - - - - i - - - - - 1 Q' 5 13 I\ \ I\ \f 2 '� �'tj. I I f3 � I I ca \ ti\ iD \OV - - O gr - - - - - - --- - - - - - - - �+\ ��� F �°a1°, - - - - - Z-io - - - - - - - - I 12 1 O\ r\ I W \0 3 r ' I 1 \ f`\' Y \QJ. O 1 2 1 12 60 r 'q, P* 'PARK' 2 \I \ 1 CITY OF OF FORT WORTH i q 1 1 1 1 4 -j: �Q x - -TABLE--- - - -- -,a- COURSES - - - -I cc - - - - - Ln i -- - OF Q I- 1 -I O I"! II N 89054'52'E 60. 00' IN I f1 2 2 N 00°05'Q8'W 50. 00' I� > I I'^5 10 3 N 89054'I 2-E 5. 08' 2 1 LA`1u 4 N 89054'52-E 34. 96' 1 1A Z1 z lu:3 r`- - -N-&9054'52--E-- -1798 -I Q I•o1- - -1u IN- - - - - - - -I �.. 6 N OO 05'08'W 20. 72' ,7 S 50o 1 9'00'W 18. 56' 18 S 50 0 19'00'W 37. 13' :- I 2 I�- 19 S 500 19"00'W 18. 56' I 2 u 1�iI > 1°' !0 S 50 19'00'W 23. 41' m u ll S 39°41'OO'E 80. 40' �,I'�I z IO7il. I 1 = 1N1im1 I 141-' •1 :n pa I I 1 7 0 0 ABANDONED R.O.W. I 4 - - - - - - - - - - - - -- - - 19 3 10 129 , o 2 ° NORTH FT WORTH TO*',(SITE CO.ADDITION ` 14 N I ll : yvp 9 C ¢ \ f, o Zc� 15 = w E`\ \P' 9ooy 14 �ZG S SCALE: 1'-60' 124 BAS15 OF BEARINGS NAD B3, TEXAS STATE PLANE, ZONE 4202 Tcile��N'y EXHIBIT SHOWING A PERMANENT WATER MAIN EASEMENT X5282 SNAPPER rI�� AND o�g oTWO ( 2) ' TEMPORARY CONSTRUCTION EASEMENTS RV` fhw1 ACROSS EVANS-CAMBRON ADDITION AN ADDITION TO THE CITY OF FORT WORTH R. KEITH SHAFFER AS RECORDED IN VOL 388, PG. 86. P. R. T. C. T. R.P. L. S. TEXAS REGISTRATION •5282 PROJECT: HOLLY = 54' WATER TRANSMISSION MAIN LOPEZDARCIA ORCUP FILE, P: 202042. 0/\EASEMENTS\ESMT 10. OGN !rm nn.nllur,. M YawieeMll. /tn.aewr.. JOB NO. 202042. 01 DOE N0. 3635 DRAWN BY, K. S. u DATE, MARCH, 2003 SHEET 2 OF 2 ISCALE, /' = 60' r EXHIBIT"C" HOLLY 54"WATER TRANSMISSION MAIN PARCEL 10 DOE NO.3635 PROJECT NO.P161060161141030 EVANS-CAMBRON ADDITION NORTHSIDE RECREATION CENTER rt TEMPORARY CONSTRUCTION EASEMENT"A" 1 BEING a 15 feet wide temporary construction easement and being a portion of those certain Blocks 2, 4 and 5, Evans-Cambron Addition, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 388, Page 86, T Plat Records,Tarrant County, Texas, said 15 feet wide temporary construction easement also being a portion of abandoned Long Street, a portion of abandoned Harrington Avenue, a portion of an abandoned 15 foot wide Alley across said Block 2 and a portion of an abandoned right-of-way,and being more particularly described by as follows: COMMENCING at a '/2"iron rod found for the southeast comer of Lot 16, Block 1, said Evans-Cambron Addition and being on the westerly right-of-way line of Homan Avenue, T a 60 foot wide right-of-way; THENCE North 89 054'52"East, across said Homan Avenue, a distance of 60.00 feet to the southwest corner of Lot 1 of the aforesaid Block 2, Evans-Cambron Addition and being on the easterly right-of-way line of said Homan Avenue; THENCE North 00 005'08"West, with the westerly line of said Lot 1, Block 2 and with said easterly right-of-way line,a distance of 50.00 feet to the northwest corner of said Lot 1, Block 2 and being the intersection of the easterly right-of-way line of said Homan Avenue with the southerly right-of-way line of NW 201h Street; THENCE North 89°54'52"East, with the northerly line of said Lot 1, Block 2, and with the southerly right-of-way line of said NW 20`h Street, a distance of 5.08 feet to the POINT OF BEGINNING of the easement herein described; THENCE South 30°58'52"East, departing said southerly right-of-way line and across ' said Evans-Cambron Addition,distance of 602.60 feet to an angle point; THENCE South 23°09'04"East, across said Evans-Cambron Addition, a distance of 119.80 feet to an angle point; THENCE South 03°35'23"East, across said Evans-Cambron Addition, a distance of 197.88 feet to a point on the northwesterly right-of-way line of NW 181h Street, an 80 foot Ir wide right-of-way; THENCE South 50°19'00"West, with the northwesterly right-of-way line of NW 18`" Street,a distance of 18.56 feet to a point for comer; P-01 THENCE North 03 035'23"West, departing said northwesterly right-of-way line and across said Evans-Cambron Addition,a distance of 206.23 feet to an angle point; THENCE North 23°09'04"West, across said Evans-Cambron Addition, a distance of 116.19 feet to an angle point; THENCE North 30 158'52"West, across said Evans-Cambron Addition, a distance of 586.41 to a point on the aforesaid westerly line of Lot 1, Block 2 and the easterly right- - of-way line of Homan Avenue; r r THENCE North 00 005'08"West, with the westerly line of said Lot 1, Block 2 and with said easterly right-of-way line,a distance of 20.72 feet to the northwest corner of said Lot 1, Block 2 and being the intersection of the easterly right-of-way line of said Homan Avenue with the southerly right-of-way line of NW 201h Street; THENCE North 89°54'52"East, with the northerly line of said Lot 1, Block 2, and with the southerly right-of-way line of said NW 201h Street, a distance of 5.08 feet to the POINT OF BEGINNING. CONTAINING a computed area of 13,771 square feet or 0.316 acre of land. TEMPORARY CONSTRUCTION EASEMENT"B" BEING a 15 feet wide temporary construction easement and being a portion of those certain Blocks 2, 4 and 5, Evans-Cambron Addition, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 388, Page 86, Plat Records, Tarrant County, Texas, said 15 feet wide temporary construction easement also being a portion of abandoned Long Street, a portion of abandoned Harrington Avenue, a portion of an abandoned 15 foot wide Alley across said Block 2 and being more particularly described by as follows: COMMENCING at a %s"iron rod found for the southeast comer of Lot 16, Block 1, said Evans-Cambron Addition and being on the westerly right-of-way line of Homan Avenue, a 60 foot wide right-of-way; THENCE North 89 054'52"East, across said Homan Avenue, a distance of 60.00 feet to the southwest comer of Lot 1 of the aforesaid Block 2, Evans-Cambron Addition and being on the easterly right-of-way line of said Homan Avenue; THENCE North 00°05'08"West, with the westerly line of said Lot 1, Block 2 and with said easterly right-of-way line,a distance of 50.00 feet to the northwest comer of said Lot 1, Block 2 and being the intersection of the easterly right-of-way line of said Homan Avenue with the southerly right-of-way line of NW 20`h Street; THENCE North 89 054'52"East, with the northerly line of said Lot 1, Block 2, and with the southerly right-of-way line of said NW 20`h Street, a distance of 40.04 feet to the POINT OF BEGINNING of the easement herein described; THENCE North 89°54'52"East,continuing with the northerly line of said Lot 1,Block 2, and with the southerly right-of-way line of said NW 20`h Street, a distance of 17.48 feet to a point for comer; THENCE South 30°58'52"East, departing said southerly right-of-way line and across said Evans-Cambron Addition,distance of 578.75 feet to an angle point; rTHENCE South 23°09'04"East, across said Evans-Cambron Addition, a distance of 130.63 feet to an angle point; THENCE South 03°35'23"East, across said Evans-Cambron Addition, a distance of 172.83 feet to a point on the northwesterly right-of-way line of NW 18`h Street,an 80 foot wide right-of-way; THENCE South 50°19'00"West, with the northwesterly right-of-way line of NW 18`h Street,a distance of 18.56 feet to a point for comer; THENCE North 03 035'23"West, departing said northwesterly right-of-way line and across said Evans-Cambron Addition,a distance of 181.18 feet to an angle point; THENCE North 23°09'04"West, across said Evans-Cambron Addition, a distance of 127.02 feet to an angle point; THENCE North 30 058'52"West, across said Evans-Cambron Addition, a distance of 586.70 feet to the POINT OF BEGINNING. CONTAINING a computed area of 13,329 square feet or 0.306 acre of land. r i 0 tiP 5... F S .. ..................5..._... R SHAFFER 282 FESS�O. .iQ ✓ pr S R\1 ,�� TEMPORARY CONSTRUCTION EASEMENT DATE:April 10,2003 GRANTORS:Tien Ngoc Nguyen GRANTORS'MAILING ADDRESS:7900 Durgans Hill Ct. Fort Worth,Texas,76137 GRANTEE:City of Fort Worth,Texas GRANTEE'S MAILING ADDRESS: 1000 Throclanorton Drive Fort Worth,Texas 76102 Tarrant County CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY:(See attached Exhibits"A"and`B") GRANTORS, for the CONSIDERATION paid to GRANTORS, do hereby grant, bargain and convey unto GRANTEE, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Johnson County, Texas, in accordance with the plat hereto attached as Exhibit "A"and with the description hereto attached as Exhibit"B",and ingress and egress over GRANTORS' property to easement as shown on Exhibit"A"to wit: It is further agreed and understood that GRANTORS will be permitted the use of said easement for the construction of a 54" water line. However, upon completion of improvements and its acceptance by GRANTEE,all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement,together with,all and singular,the rights and appurtenances thereto in anywise belonging unto GRANTEE,and GRANTEE'S successors and assigns until the completion of construction. And GRANTORS do hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto GRANTEE, its successors and assigns,against every person whomsoever lawfully claiming or to claim the same,or any part thereof. GRANTORS: ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of 2003,appeared Tien Ngoc Nguyen, known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. Notary Public,State of Texas �. Notary's Printed Name: Notary's commission expires: A. CARD SURVEY ABSTRACT ND. 389 EXHIBIT "A" PARCEL NO. 7 a� WEST 140. 00' TEMP. CONSTRUCTION ES'MT. N Z 0. 1607 ACRE OR 7,000 SO.FT. --------------- EAST 140. 00' o �3 LOT 8R Q BL o � ROSEN HEIGHTS ADDITION"4 2 0 in VOL. 388-114, PG. 779 `D P. R. T. C. T. O Q � � Q N 25th STREET 64' R. 0. W. s SCALE, I' equals 50' EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT H SHAFFER 5282 A S I TUA TED IN THE A. CARD SURVEY �SS�o? o ABSTRACT NO. 389, TARRANT COUNTY, TEXAS. SUR��`' I�p R. K ITH SHAFFER R. L.S. TEXAS REGISTRATION 15282 PROJECT, HOLLY 54' WATER TRANSMISSION MA I N LO PCZGARCIA GROUP FILE, P+202042. 01\EASEMENT\ESMT 7. DGN ""'•""'""•""' nnm.m JOB NO. 202042. 01 DOE N0. 3635 ORAWN BY, K. S. DATE, FEBRUARY, 2003 ISHEET I OF 1 SCALE, 1'=50' EXHIBIT"B" HOLLY 54"WATER TRANSMISSION MAIN PARCEL 7 DOE NO.3635 PROJECT NO.P161060161141030 ROSEN HEIGHTS ADDITION TEMPORARY CONSTRUCTION EASEMENT .. BEING a temporary construction easement situated in the A. Card Survey, Abstract No. 389, Tarrant County, Texas and being a portion of that certain Lot 8R, Block 21, Rosen Heights Addition, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 388-114, Page 779, Plat Records, Tarrant ^' County, Texas, said temporary construction easement being more particularly described as follows: BEGINNING at the northeast comer of said Lot 8R, and being on the westerly right-of- way line of Loving Avenue,(a 60 foot wide right-of-way); THENCE WEST,along the northerly line of said Lot 8R,a distance of 140.00 feet to the northwest comer of said Lot 8R; THENCE SOUTH, along the westerly line of said Lot 8R, a distance of 50.00 feet to a point for comer; THENCE EAST,across said Lot 8R,a distance of 140.00 feet to a point for comer on the easterly line of said Lot 8R common to the westerly right-of-way line of Loving Avenue; THENCE NORTH, along said common line, a distance of 50.00 feet to the POINT OF BEGINNING. CONTAINING a computed area of 7,000 square feet or 0.1607 acre of land. � 0 �-/- K T SHAFFER 282 P. Q /�•�, _ •FESS���.�� O'J SORB \� TEMPORARY CONSTRUCTION EASEMENT DATE:February 07,2003 GRANTOR:B.B.McCloud GRANTOR'MAILING ADDRESS:3255 Deen Rd. Fort Worth,Texas,76106 GRANTEE:City of Fort Worth,Texas GRANTEE'S MAILING ADDRESS: f 000 Throckmorio;:Drive Fort Worth,Texas 76102 Tarrant County CONSIDERATION: Ten Dollars ($10.00)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. y PROPERTY:(See attached Exhibits"A"and"B") GRANTORS, for the CONSIDERATION paid to GRANTORS, do hereby grant,bargain and convey unto GRANTEE, its successors and assigns, the use and passage in, over,and across, below and along the easement situated in Johnson County, Texas, in accordance with the plat hereto attached as Exhibit "A"and with the description hereto attached as Exhibit"B",and ingress and egress over GRANTORS' property to easement as shown on Exhibit"A"to wit: It is further agreed and understood that GRANTORS will be permitted the use of said easement for the construction of a 54" water line. However, upon completion of improvements and its acceptance by GRANTEE,all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement,together with,all and singular,the rights and appurtenances thereto in anywise belonging unto GRANTEE,and GRANTEE'S successors and assigns until the completion of construction. And GRANTORS do hereby bind themselves, their bears, successors, and assigns, to warrant and defend, all and singular, said easement unto GRANTEE, its successors and assigns,against every person whomsoever lawfully claiming or to claim the same,or any part thereof. GRANTOR: I` ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of ,2003,appeared B. B. McCloud, known to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. Notary Public,State of Texas Notary's Printed Name: Notary's commission expires. EXHIBIT FFA" i PARCEL NO. 8 D. CAMPBEL 1 SURVEY ABSTRACT ND. 358 N LOT 4 F' 0' 140. 00' to GOB Lu c� �j o `°o Q Q. Q LOT 5 o V ca cr- 0 0 W a N Y 1 140. 00' Q E .W LOT 6 a EC ' 4- U vl L 4- O TWENTY FIRST ST. SCALE+ I' equo 1 s 50' y, EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT H SNAPPER 5282 .,. SITUATED IN THE D. CAMPBELL SURVEY rE2S03 th p, ABSTRACT NO. 358, TARRANT COUNTY, TEXAS. S U R4 P^ 14V R. EITH SHAFFER R.P.L. S. TEXAS REGISTRATION •5282 PROJECT: HOLLY 54' WATER TRANSMISSION MAIN ELOPE GARCIA GROUP FILE: P.202042. 0/\EASEMENT\ESMT8. OGN aom«a JOB NO. 202042. 01 1 DOE NO. 3635 DRAWN BY+ K. S. tea. DATE# FEBRUARY, 2003 ISHEET I OF 1 ISCALEs 1'-50' EXHI131T`B" HOLLY 54"WATER TRANSMISSION MAIN PARCEL 8 DOE NO.3635 PROJECT NO.P161060161141030 BAKER HEIGHTS TEMPORARY CONSTRUCTION EASEMENT BEING a 50 feet wide temporary construction easement situated in the D. Campbell Survey, Abstract No. 358, Tarrant County, Texas and being all of that certain Lot 5, Block 16, Baker Heights, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 660, Page 409,Plat Records, Tarrant County, Texas. OF R. SHAFFER 282 .� U r r r TEMPORARY CONSTRUCTION EASEMENT DATE:February 07,2003 GRANTOR:Amador Castillo Sr. GRANTOR'MAILING ADDRESS: 1000 W.Central Ave. Fort Worth,Texas,76106 GRANTEE:City of Fort Worth,Texas GRANTEE'S MAILING ADDRESS: 1000 Throck morton Drive Fort Worth,Texas 76102 Tarrant County CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY:(See attached Exhibits"A"and'B") GRANTORS, for the CONSIDERATION paid to GRANTORS, do hereby grant,bargain and convey unto GRANTEE, its successors and assigns, the use and passage in, over,and across,below and along the easement situated in Johnson County,Texas, in accordance with the plat hereto attached as Exhibit "A"and with the description hereto attached as Exhibit"B",and ingress and egress over GRANTORS' property to easement as shown on Exhibit"A"to wit: { It is further agreed and understood that GRANTORS will be permitted the use of said easement for the construction of a 54" water line. However, upon completion of improvements and its acceptance by GRANTEE,all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement,together with,all and singular,the rights and appurtenances thereto in anywise belonging unto GRANTEE,and GRANTEE'S successors and assigns until the completion of construction. And GRANTORS do hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto GRANTEE, its successors and assigns,against every person whomsoever lawfully claiming or to claim the same,or any part thereof. GRANTOR: E. . ACKNOWLEDGEMENT THE STATE OF TEXAS § COUNTY OF TARRANT § This instrument was acknowledged before me on the day of 2003,appeared r Amador Castillo Sr., ]mown to me, or proved to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. Notary Public,State of Texas ® Notary's Printed Name: Notary's commission expires: EXHIBIT "A" PARCEL NO. 9 J, BAUGH SURVEY ABSTRACT NO. 115 BLOCK 86 NORTH FORT WORTH ADD I T ION VOL. 63, PG. 149 P. R. T. C. T. 20' ALLEY 1 /0. 00, 50. 00' 60. 00' 4i _ N N O N O O Q O Q O v p O Q J J J Q Temp. Constructlon Lu Es'mt. V 50. 00' 60. 00' 110. 00' LAGONDA AVE. SCALE• I' equols 50' �� OF h P � 9s EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT I H SHAFFER ., SITUATED IN THE J. BAUGH SURVEY 5282 �o ABSTRACT NO. 115, TARRANT COUNTY, TEXAS. S U RAE �1 R. EITH SHAFFER R.P.L. S. TEXAS REGISTRATION 15262 PROJECT+ KOLLY 54' WATrR TRANSMISSION MAIN LOPEZOARCIA GROUP FILE: P+202042. 01\EASEMENT\ESMT9. DGN sns..,...,..n...s..iw an m«a JOB NO. 202042. 01 IDOE N0. 3635 I DRAWN BY, K. S. DATE: FEBRUARY. 2003 ISHEET I OF I ISCALEi 1'-50' EXHIBIT"B" HOLLY 54"WATER TRANSMISSION MAIN PARCEL 9 DOE NO.3635 PROJECT NO.P161060161141030 NORTH FORT WORTH ADDITION TEMPORARY CONSTRUCTION EASEMENT BEING a temporary construction easement situated in the J. Baugh Survey,Abstract No. 115, Tarrant County, Texas and being all of those certain Lots 21 and 22, Block 86, North Fort Worth Addition,an addition to the City of Fort Worth,Tarrant County,Texas, according to the plat recorded in Volume 63, Page 149, Plat Records, Tarrant County, Texas. � F O'• 9J, . y T SHAFFER 5282 p„}� SUR14 A� 01' r r . r.� r� r r r r r � APPENDIX B 'i STORM WATER POLLUTION PREVENTION PLAN 1 r r STORM WATER POLLUTION PREVENTION PLAN FOR PHASE I UNIT 2 CONSTRUCTION OF THE HOLLY WATER TRANSMISSION LINE IN FORT WORTH, TARRANT COUNTY, TEXAS Project Owner City of Fort Worth 1000 Throckmorton Street Fort Worth,Texas 76102 Contractor/Operator (General Contractor) Original prepared by: Freese and Nichols, Inc. 4055 International Plaza Fort Worth, Texas 76109 APRIL 2003 t City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity LL'ollt, Water Transmission Line op - TABLE OF CONTENTS Pw Page 1.0 INTRODUCTION..............................................................................................................3 ON 2.0 SITE DESCRIPTION.......................................................................... A. General Site Description .............................................................................................4 on B. Nature of Construction Activity..................................................................................4 C. Sequence of Major Activities......................................................................................4 D. Estimate of Total Site Area and Disturbed Area......................................................... 5 E. Estimate of Runoff Coefficient............................. 5 F. Storm Water Discharge Quality Data.......................................................................... 5 G. Information on Soil Types........................................................................................... 5 H. Receiving Waters and Wetlands.................................................................................. 7 I. Endangered and Threatened Species........................................................................... 7 J. Standard Industrial Classification Codes .................................................................... 7 3.0 MEASURES AND CONTROLS.......................................................................................8 A. Erosion and Sediment Controls................................................................................... 8 1. .Structural Controls............................................................................................... 8 2. Soil Stabilization................................................ 8 _ B. Storm Water Management Controls............................................................................ 9 C. Other Controls.............................................................................................................9 3. Dust Control......................................................................................................... 9 _ 4. Waste Disposal..................................................................................................... 9 S. SanitarylSeptic................................................................................................... 10 6. Water Source...................................................................................................... 10 7. Construction Phase Best Management Practices.............................................. 10 4.0 STATE AND LOCAL PROGRAMS.............................................................................. 11 5.0 INSPECTION AND MAINTENANCE.......................................................................... 12 6.0 PROCEDURAL REQUIREMENTS.............................................................................. 14 APPENDICES APPENDIX A. Notice of Intent APPENDIX B. Inspection Reports(Sample Form Included) APPENDIX C. Notice of Termination s APPENDIX D. TPDES General Permit (TXR150000) for Storm Water Discharges from Construction Activities APPENDIX E. Project Location Map, and Erosion Sediment Control Plans and ,. Details/Drainage Area Map Page 1 Original: 4/16/03 City of Fort Worth Phase I Unit 2 Construction = SWP3 for Construction Activity Hotly Water Transmission Line 2.0 SITE DESCRIPTION A. General Site Description Phase I Unit 2 of this project consists of the construction of a 54-inch water transmission main from Northwest 276' Street and Loving Avenue to Harrington Avenue and Northside Drive in Fort Worth, Tarrant County,Texas.The waterline is to provide capacity for 20 million gallons per day (MGD)of flow in the summer of 2004 and 55 MGD in the summer of 2005. The water pipeline will be placed predominately in residential roads through the area, with a short stretch through the Northside Community Park. Old residential water mains and .. services will be replaced in conjunction with the project, and the majority of existing roads will be repaired with full pulverization and overlay. Short stretches of sanitary sewer will also be .s replaced to accommodate the placement of the new waterlines. B. Nature of Construction Activity The major land disturbing activities include: • Placement of erosion control features. • Trenching for installation of new 54-inch waterline. • Excavation of existing waterline and other structures,where present. • Installation of 54-inch waterline and other subsurface infrastructure, where necessary. • Fill material addition of waterline trench. • Resurfacing of disturbed roads with full pulverization and overlay. • Seeding/sodding of unpaved areas for vegetative cover. C. Sequence of Major Activities Table 1 represents the projected schedule for Phase I Unit 2 of the project. Construction is scheduled to begin in November 2003 and end in April 2005. Due to the nature of linear r projects such as this,the activity sequence may be repeated throughout the project area at various locations as the project progresses. For this reason,the schedule for each activity is considered to r be for the entire duration of the project. Page 4 Original:4/22/03 Cih'of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line TABLE OF CONTENTS Page 1.0 INTRODUCTION..............................................................................................................3 2.0 SITE DESCRIPTION........................................................................................................4 A. General Site Description .............................................................................................4 B. Nature of Construction Activity..................................................................................4 C. Sequence of Major Activities......................................................................................4 D. Estimate of Total Site Area and Disturbed Area.........................................................5 E. Estimate of Runoff Coefficient................................................................................... 5 F. Storm Water Discharge Quality Data..........................................................................5 G. Information on Soil Types........................................................................................... 5 H. Receiving Waters and Wetlands..................................................................................7 I. Endangered and Threatened Species...........................................................................7 J. Standard Industrial Classification Codes .................................................................... 7 3.0 MEASURES AND CONTROLS.......................................................................................8 A. Erosion and Sediment Controls................................................................................... 8 1. Structural Controls............................................................................................... 8 2. Soil Stabilization.................................................................................................. 8 B. Storm Water Management Controls............................................................................9 C. Other Controls............................................................................................................. 9 3. Dust Control......................................................................................................... 9 4. Waste Disposal..................................................................................................... 9 5. Sanitary/Septic................................................................................................... 10 6 Water Source...................................................................................................... 10 7. Construction Phase Best Management Practices.............................................. 10 4.0 STATE AND LOCAL PROGRAMS.............................................................................. 11 5.0 INSPECTION AND MAINTENANCE.......................................................................... 12 6.0 PROCEDURAL REQUIREMENTS.............................................................................. 14 APPENDICES APPENDIX A. Notice of Intent APPENDIX B. Inspection Reports(Sample Form Included) APPENDIX C. Notice of Termination APPENDIX D. TPDES General Permit (TXR150000) for Storm Water Discharges from Construction Activities APPENDIX E. Project Location Map, and Erosion Sediment Control Plans and W Details/Drainage Area Map Page 1 Original: 4/16/03 do City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line STORM WATER POLLUTION PREVENTION PLAN REVISIONS DATE REVISIONS do Page 2 Original: 4/16/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line 1.0 INTRODUCTION This Storm Water Pollution Prevention Plan (SWP3)has been prepared for Phase I Unit 2 of the construction of the Holly Water Transmission in Fort Worth, Tarrant County, Texas. It includes the elements necessary for compliance with the storm water general permit for construction activities administered by the Texas Commission on Environmental Quality (TCEQ) under the Texas Pollutant Discharge Elimination System (TPDES)program. The purpose of the SWP3 is to provide guidelines for preventing or minimizing sediment and other pollutants that may originate on the site from flowing into municipal storm systems or jurisdictional waters of the U.S. during the construction period. This plan also addresses the principal activities known to disturb significant amounts of ground surface during construction. The permit coverage requirements terminate when areas disturbed for this project reach full stabilization,(i.e. when disturbed areas are paved or achieve 70 percent vegetative coverage.) Revisions to this plan will be made when future projects are initiated. The general permit for construction activities allows for storm water discharges and the following non-storm water discharges from at the site: • Fire hydrant flushings; • Water used to wash vehicles or control dust; • Potable water sources; • Springs; • Uncontaminated groundwater; • Irrigation drainage; and • Pavement washwaters, where spills or leaks of toxic or hazardous materials have not occurred (unless all spill material has been removed). The storm water management controls included in this SWP3 focus on providing control of pollutant discharges with practical approaches that use readily available techniques, expertise, a materials, and equipment. The necessary forms for implementing the SWP3 are included in the appendices of this SWP3, including Notice of Intent, Contractor Certification, Owner Certification, Construction Sign (Project Description), Inspection Report, and Notice of Termination. The SWP3 must be implemented prior to the start of construction activities. The Owner referred to in this SWP3 is the City of Fort Worth. During project development, will be the primary General Contractor working on the site. Page 3 Original: 4/22/03 ■ City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line 2.0 SITE DESCRIPTION A. General Site Description Phase I Unit 2 of this project consists of the construction of a 54-inch water transmission main from Northwest 27h Street and Loving Avenue to Harrington Avenue and Northside Drive in Fort Worth, Tarrant County, Texas. The waterline is to provide capacity for 20 million gallons per day (MGD)of flow in the summer of 2004 and 55 MGD in the summer of 2005. The water pipeline will be placed predominately in residential roads through the area, with a short stretch through the Northside Community Park. Old residential water mains and services will be replaced in conjunction with the project, and the majority of existing roads will be repaired with full pulverization and overlay. Short stretches of sanitary sewer will also be replaced to accommodate the placement of the new waterlines. B. Nature of Construction Activity The major land disturbing activities include: • Placement of erosion control features. • Trenching for installation of new 54-inch waterline. • Excavation of existing waterline and other structures,where present. • Installation of 54-inch waterline and other subsurface infrastructure, where necessary. • Fill material addition of waterline trench. • Resurfacing of disturbed roads with full pulverization and overlay. M1 • Seeding/sodding of unpaved areas for vegetative cover. C. Sequence of Major Activities Table 1 represents the projected schedule for Phase I Unit 2 of the project. Construction is scheduled to begin in November 2003 and end in April 2005. Due to the nature of linear projects such as this,the activity sequence may be repeated throughout the project area at various locations as the project progresses. For this reason, the schedule for each activity is considered to be for the entire duration of the project. r Page 4 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line Table 1. Activity Schedule for Unit 2 Holly Water Transmission Line Construction Activity Start Date Finish Date 1. Site set-up/installation of erosion control November 2003 April 2005 features 2. Trenching and excavation of existing November 2003 April 2005 infrastructure Ism 3. Installation of 54-inch waterline and other new November 2003 April 2005 infrastructure 4. Addition of fill material November 2003 April 2005 a 5. Resurfacing of disturbed roads November 2003 April 2005 5. Permanent vegetation/final stabilization November 2003 April 2005 6. Removal of erosion and sediment control November 2003 April 2005 measures The escape of sediment from the site will be prevented by the installation of erosion control measures and practices prior to or concurrent with land-disturbing activities. D. Estimate of Total Site Area and Disturbed Area Phase I Unit 2 of the construction project is approximately 9,500 linear feet. The total site area and total disturbed area is approximately 6.5 acres. E. Estimate of Runoff Coefficient The runoff coefficient for the paved areas of the existing site is about 0.95. The runoff coefficient for the unpaved areas of the existing site is about 0.20, based on a coefficient for grassy areas. F. Storm Water Discharge Quality Data There are no data available describing quality of storm water discharges from the site. G. Information on Soil Types The project site is underlain by the Lower Cretaceous-aged Fort Worth Limestone and Duck Creek Formation (undivided). The Fort Worth Limestone formation consists of limestone and clay, whereas the Duck Creek Formation is primarily limestone. According to the Soil Survey of Tarrant County, Texas (USDA, June 1981), the soils present onsite are the Aledo- Page 5 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line Bolar-Urban land complex (I to 3 percent slopes), the Sanger-Urban land complex (I to 5 percent slopes), the Luckenbach-Urban land complex (I to 3 percent slopes), the Bastsil-Urban land complex (0 to 5 percent slopes), Frio silty clay (occasionally flooded), the Frio-Urban land complex(occasionally flooded), and Urban land. Aledo-Bolar-Urban land complex soils are gently sloping to moderately steep and are located on narrow ridges and side slopes. The side slopes have horizontal limestone strata that outcrop at approximately 5 to 30 foot intervals. These rock outcrops resist weathering and create terraces on the slopes. The soil is a moderately permeable and well-drained dark grayish brown gravelly clay loam underlain by a coarsely fractured bed of limestone. The Sanger-Urban land complex soils consist of dark grayish brown, moderately alkaline calcareous clays in valleys below limestone ridges. They are underlain by masses of calcium carbonate and limestone fragments. The soils are well drained with slow permeability. Runoff is medium and erosion hazard is moderate. Development is limited by shrinking and swelling, corrosivity, and permeability. The Luckenbach-Urban land complex consists of dark, grayish brown clay loam soils on high stream terraces. They are moderately well drained, mild to moderately alkaline, and have moderate erosion potential. Limitations to development include corrosivity and the tendency to shrink and swell. Bastill-Urban land complex soils are slightly acidic,pale brown sandy loam soils on high terraces above the flood plains of major streams. They are well drained, have moderate ., permeability, and have a moderate erosion hazard. Urban development is limited by low strength. Frio silty clay is located on the flood plains of major streams. The soil is a well-drained, very dark grayish brown silty clay of moderate alkalinity and moderate permeability. Runoff is slow and erosion potential is slight. i Frio-Urban land complex soils are deep, dark grayish brown silty clay with moderate alkalinity. They are well drained, have moderately slow permeability, slow runoff, and the hazard of erosion is slight. Urban land soils have been altered and obscured to the point that they cannot be classified. Page 6 Original: 4/22/03 M" City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Hotly Water Transmission Line H. Receiving Waters and Wetlands The water pipeline route is within the Marine Creek watershed from its beginning at Northwest 27th Street and Loving Avenue until it reaches Harrington Avenue and Northwest 15th Street, where it crosses into the West Fork Trinity River watershed. The route is within the latter watershed until it reaches its terminus at Harrington Avenue and Northside Drive. I. Endangered and Threatened Species The U.S. Fish and Wildlife Service (USFWS) lists three species as threatened or endangered in Tarrant County. The whooping crane (Grus americana) and the interior least tern (Sterna antillarum) are listed as endangered, and the bald eagle (Haliaeetus leucocephalus) is listed as threatened. No suitable habitat for any of these species was identified in a survey of the area and no evidence was observed that indicates that such species have inhabited or currently WL inhabit the project area. No designated critical habitat for protected species is present in the vicinity of the proposed project. Therefore, no impacts to threatened or endangered species are expected due to the proposed construction activities. J. Standard Industrial Classification Codes The major construction activities will fall under Standard Industrial Classification code r• 1629—Heavy Construction (Earth Moving and Drainage Construction). r • Page 7 Original: 4/22/03 • City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line 3.0 MEASURES AND CONTROLS A. Erosion and Sediment Controls Erosion and sediment controls consist of construction entrances/exits to minimize offsite tracking of mud and dirt; silt fences placed along all stream/creek channels located within the disturbed area; straw hay bales, if needed, to reduce the velocity of storm water runoff from the site; check dams placed in existing drainage channels to reduce sediment from leaving the site; and inlet sediment traps where needed. Each of these controls will be installed as appropriate prior to initiation of land disturbing activities. 1. Structural Controls Placement of structural controls should be selected to collect sediment in the storm water runoff. If needed, additional controls should be installed to prevent sediment from entering existing streams or leaving the site. At a minimum, sediment barriers should be placed along all waterways to prevent sediment transport. A stone-stabilized pad will be constructed at each construction exit point for the site, if necessary. If additional access locations are determined to be necessary,they will be constructed similarly,as needed. 2. Soil Stabilization Stripping of vegetation will be conducted in a manner that minimizes erosion. Cut and fill operations will follow the grading plan to be kept to a minimum where practicable. Care should be taken to not place additional fill material in any existing floodplain areas. The contractor is responsible for planting grass (and establishing at least 70 percent coverage)on all ground disturbed during construction. The contractor is responsible for watering and maintaining the grass until final project acceptance by the Owner. Permanent or temporary vegetation (winter months)will be installed in designated areas within 7 days after final grading. If any disturbed ground will remain dormant for 21 days or longer, this area will be over seeded with a temporary grass and/or protected with mulch. In general, permanent vegetation will be installed in all disturbed, non-paved areas. Vegetation and landscaping plants will be installed in accordance with the project specifications. Page 8 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line B. Storm Water Management Controls Storm water management during construction will consist of containing pollutants on the site. Soil/sediment is the most significant potential pollutant. As discussed above, sediment runoff will be controlled through the use of silt fencing, sediment traps, storm drain inlet covers, and construction exits. These controls will be installed and maintained by the contractor. Potential pollution from chemicals, fuels and other hazardous substances will be minimized by careful handling and storage and by utilizing other secondary containment structures as needed. C. Other Controls 3. Dust Control During construction, water trucks should be used by the Contractor to reduce dust as needed. After construction the site will be stabilized as described in order to reduce dust. Construction traffic will enter and exit the site at a Construction Entrance. The purpose of the stone-stabilized pad is to minimize the amount of soil and mud that is tracked onto existing streets and highways. 4. Waste Disposal All solid waste materials, including disposable materials incidental to the construction activities, will be collected in containers. The containers will be emptied periodically and hauled to an approved disposal site. The Contractor is responsible for proper disposal of project- generated trash. Substances that have the potential for polluting surface and/or groundwater must be controlled by whatever means necessary in order to ensure that they are not discharged from the site. It is the Contractor's responsibility to make sure that pollutants are not discharged from the site. As an example, special care will be exercised during equipment fueling and servicing operations. If a spill occurs, it will be contained and disposed of so that it will not flow from the site or soak into the soil. In this regard, potentially polluting substances will be handled in a manner consistent with the impact they represent. Page 9 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line 5. Sanitary/Septic Contractors will comply with all State and local sanitary sewer or septic system regulations. Temporary portable sanitary facilities will be provided at the site by the Contractor throughout construction activities, if necessary. They will be utilized by construction personnel i and serviced regularly by a commercial operator. 6. Water Source Water used to establish and maintain vegetation, to control dust, and for other construction purposes should be from an approved public water supply source or private well - approved by the Texas State Department of Health. 7. Construction Phase Best Management Practices During construction the contractors will employ the following practices: • Onsite equipment fueling, maintenance and cleaning will only be performed in protected areas. The areas will be surrounded by a temporary 15-inch high perimeter earth containment berm. • Onsite equipment wash-down (except for wheel washes) will take place within an area surrounded by an earth containment berm. Use of detergents is prohibited. *i • Chemicals, paints, solvents, fertilizers and other toxic or hazardous materials will be stored in appropriate containers. Secondary containment structures will be used where appropriate. Except during application, the containers will be kept in trucks or within covered storage facilities. Runoff containing such materials will be collected, removed from the site and disposed of at an approved disposal facility. Page 10 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holty Water Transmission Line • 4.0 STATE AND LOCAL PROGRAMS On March 10, 2003 responsibility for the administration of storm water protection associated with construction activities in Texas was delegated by the U.S Environmental Protection Agency (EPA) to the TCEQ. The TPDES program in Texas meets or exceeds the National Pollutant Discharge Elimination System (NPDES) standards established on a federal level. This SWP3 has been developed in accordance with the requirements of the TPDES requirements. Mb Storm water from portions of the project construction area discharges into the storm sewer system of the City of Fort Worth. The City is classified as an operator of a large municipal separate storm sewer system (MS4) subject to system-wide storm water quality management requirements. Construction projects that discharge storm water to a regulated MS4 are required to submit a copy of the construction storm water general permit Notice of Intent to the MS4. For this project, the owner of the construction project and the operator of the MS4, the City of Fort Worth, are the same party. JP Page 11 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction AW SWP3 for Construction Activity Holly Water Transmission Line 5.0 INSPECTION AND MAINTENANCE Mo All disturbed areas, as well as all erosion and sediment control devices, will be inspected at least every fourteen calendar days and within 24 hours after a rainfall of 0.5 inch or greater or every seven days on the same day of each week during construction activity. Inspections will be conducted, and a written report prepared, by qualified personnel familiar with the NPDES general permit, this SWP3 and the project. The contractor will be responsible for conducting the inspections. Copies of the inspection report forms will be forwarded to the City to be kept with this SWP3. The Contractor will also be responsible for completing and posting the project Notice of Intent(Appendix A)at the project site. Locations where vehicles exit the site will be inspected for evidence of offsite sediment tracking. The Contractor will be responsible for inspecting and maintaining the construction entrance, silt barriers, check dams and sediment traps during the time the contractor is working Mft on the site. Specific maintenance requirements for each control measure are listed below: • Silt Fencing: Filter fabric will be replaced whenever it has deteriorated to such an M, extent that it reduces the effectiveness of the fabric. Sediment should be removed when it reaches approximately one-half the height of the fence. • Straw Bale Dike: Replace bales if there are signs of deterioration or structural mc� deficiencies due to rotting straw. Sediment should be removed from behind the bale when it reaches a depth of approximately 6 inches. • Inlet Sediment Trap: Sediment will be removed as necessary to provide adequate CIA storage volume for subsequent rains. • Construction Entrance: Additional stone/rock will be placed at the construction entrance as needed to prevent tracking of mud onto public roads. All material spilled, M" dropped, washed, or tracked onto roadways from vehicles leaving the site will be removed immediately. • Check Dams with Silt Fence: Additional stone or rock should be added as needed to provide velocity reduction and stability of imbedded silt fence. Silt fence should be maintained as described above. • Storm Drain Inlet Protection: Storm drains inlets will be protected with filter fabric held in place by wire mesh, concrete blocks, gravel, sandbags, or other equivalent materials. Inlet protection should be installed prior to construction activities and maintained as necessary. Inspections must evaluate areas used for storage of materials that are exposed to precipitation. The purpose is to ensure that materials are protected and/or impounded so that pollutants cannot discharge from the storage area. Page 12 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity ' oih' Water Transmission Line Seeded areas will be inspected to confirm that a healthy stand of grass is maintained. The site has achieved final stabilization once all disturbed areas have a stand of grass/vegetation with at least 70% of native background vegetative cover. For example, if the area naturally has a natural vegetational coverage of 50%, then a 35% vegetative cover must be established. This density must be maintained to be considered stabilized. The contractor will water, fertilize, and reseed disturbed areas as needed to achieve this goal. Based on inspection results, any necessary modification to the SWP3 will be implemented within seven (7) calendar days. A modification is necessary if a control measure or s operational procedure does not provide adequate pollutant control. Inspection reports will be completed including scope of the inspection, name(s) and qualifications of personnel making the inspection,the date of the inspection, observed major construction activities, and actions taken as a result of the inspection. The inspection report should state whether the site was in compliance or identify any incidents of non-compliance. The report will be signed in accordance with Part III.F.8 of the TPDES general permit and filed in the SWP3. A sample Inspection Report is included in Appendix B. Inspection reports will be kept in the Owner's file, along with the SWP3, for at least three years from the date that the Notice of Termination (NOT), located in Appendix C, is submitted to the TCEQ for the construction site. It is the responsibility of the Contractor to maintain effective pollutant discharge controls. Physical site conditions or contractor practices could make it necessary to install additional controls. For example, localized concentrations of surface runoff or unusually steep areas could require additional silt barriers or other structural controls. Assessing the need for additional controls and the installation thereof will be a continuing contractor responsibility until final stabilization is achieved. Contractors implementing this SWP3 must remain alert to the need to periodically refine and update the SWP3 in order to accomplish the intended goals. Page 13 Original: 4/22/03 City of Fort Worth Phase I Unit 2 Construction rt, SWP3 for Construction Activity Holly Water Transmission Line 6.0 PROCEDURAL REQUIREMENTS During construction the Contractor, independent general contractors and subcontractors must comply with the following requirements of the TPDES general permit: • Any applicable revisions to this Storm Water Pollution Prevention Plan (this SWP3) must be completed for the project prior to submission of the Notice of Intent. • The Notice of Intent (TCEQ Form TCEQ-20022) must be completed, signed, and postmarked at least 48 hours prior to beginning the major construction activity. A copy of the NOI form is included in Appendix A. The NOI should be mailed either certified or registered with return receipt requested. • A copy of the current Notice(s) of Intent must be posted in a prominent place for public viewing at the construction site until final stabilization has been achieved. • A copy of the SWP3 must be retained at the site at all times. • The Contractor will conduct inspections of the project as described previously to assure compliance with the SWP3. Based on inspection results, the SWP3 and pollution prevention control techniques must be modified by the contractors if MR necessary to assure that storm water or the identified non-storm water discharges are the only discharges leaving the site. Refer to the TPDES general permit for specific requirements. • This SWP3 must be updated each time there are significant modifications to major construction activities, contractors, or pollutant control practices. If a change occurs in the Contractor with day-to-day operational control over part or all of the construction site, each new Contractor with control must submit a completed NOI to the TCEQ along with the appropriate application fee. • Discharge of hazardous substances or oil into storm water are not authorized by this SWP3. U.S. EPA requirements, including those in 40 Code of Federal Regulations (CFR) l 10, 40 CFR 117, and 40 CFR 302 remain applicable for discharges of oil or hazardous substances. The Contractor is responsible for complying with any reporting requirements. • The last step is for the Contractor to complete and submit a Notice of Termination (NOT) form. Once the overall project is completed and stabilized (disturbed area is paved or at least 70 percent density of native background vegetative cover is established), the Contractor must prepare and file the NOT form (TCEQ Form TCEQ-20023). A copy of the NOT form is included in Appendix C. • Questions about the TPDES construction permit program can be directed to the TCEQ Storm Water and General Permits Team, Mr. Steve Ligon, at (512) 239-4671. A copy of the TPDES construction general permit(TXR150000) has been included in Appendix D for reference. Page 14 Original: 3/28/03 APPENDIX A NOTICE OF INTENT Notice of Intent(NOI)for Storm Water Discharges TCEQ Office Use Only Associated with Construction Activity under the TPDES Permit Number: TXR151—I-I-I-I -NO TPDES Construction General Permit(TXR150000) GIN Number: TCEQFor help completing this application, read the TXR150000 NOI Instructions (TCEQ-20022-Instructions). A. Construction Site Operator []New ❑No Change Customer Reference Number.,CN Name: Mailing Address: City: State: Zip Code: Country Mailing Information(if outside USA)Tenitory: Country Code: Postal Code: Phone Number: Extension: Fax Number- E-mail Address: Type of Operator. ❑ Individual ❑Sole Proprietorship-D.B.A. ❑ Partnership ❑Corporation ❑ Federal Government ❑ State Govemment ❑County Government ❑City Government❑Other: Independent Operator? []Yes ❑No Number of Employees: ❑0-20 ❑21-100 ❑ 101-250 ❑251-500 ❑501 or higher Federal Tax ID: State Franchise Tax ID Number: DUNS Number: B. Billing Address Name: Mailing Address: City: State: Zip Code: Country Mailing Information(if outside USA)Territory: Country Code: Postal Code: C. Project/Site Information ❑New ❑No Change Regulated Entity Reference Number: RN Name: Mailing Address: City: State: Zip Code: Physical Address: City: County: - Zip Code: Location Access Description: Latitude:_° " N Longitude:— W Degrees(°), Minutes('),and Seconds(") Latitude: Longitude:- Decimal Form Standard Industrial Classification(SIC)code: Also,describe the construction activity at this site(do not repeat the SIC code): Has a storm water pollution prevention plan been prepared as specified in the general permit(TXR150000)? E]Yes ❑No Estimated area of land disturbed(to the nearest acre): Is the project/site located on Indian Country Lands? ❑Yes❑No Does this project/site discharge storm water into a municipal separate storm sewer system(MS4)? ❑Yes❑No If yes,provide the name of the MS4 operator: _ Provide the name or segment number of the water body that receives storm water from this project/site: D. Contact-If the TCEQ needs additional information regarding this application,who should be contacted? Name: Title: Phone Number. Extension: Fax Number: E-mail Address: E. Payment Information-Check I Money Order Number: Name on Check I Money Order: F. Certification I certify under penalty of lawthat this document was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true,accurate,and complete. I am aware there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. Construction Site Operator Representative: Prefix: First: Middle: Last: Suffix: Title: Signature: Date: If you have questions on how to fill out this form or about the storm water program,please contact us at(512)239-46710 Individuals are entitled to request and review their personal information that the agency gathers on its forms. They may also have any errors in their information corrected.To review such information,contact us at(512)239-3282. The completed NOI must be mailed to the following address. Use the attached document to submit the$100 application fee. Please note that the NOI and application fee are submitted separately to different addresses. —• Texas Commission on Environmental Quality Storm Water&General Permits Team;MC-228 P.O.Box 13087 Austin,Texas 78711-3087 TCEQ-20022(02/03) Page 1 of 2 Mt Texas Commission on Environmental Quality Payment Submittal Form The storm water application fee shall be sent under separate cover to the Texas Commission on Environmental Quality. This form must be used to submit your Storm Water Application Fee. Please complete the following information, staple your check in the space provided at the bottom of this document, and mail it to: BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division �" Cashier's Office, MC-214 Cashier's Office, MC-214 P.O. Box 13088 12100 Park 35 Circle Austin, TX 78711-3088 Austin, TX 78753 M, dim Fee Code: GPA Storm Water General Permit: TXR150000 Check/Money Order No: Amount of Check/Money Order: ," Date of Check or Money Order: Name on Check or Money Order: Facility/Site Name: Facility/Site Physical Address: City: Zip Code: Staple Check In This Space TCEQ-20022(02/03) Page 2 of 2 APPENDIX B INSPECTION REPORTS City of Fort Worth Phase I Unit 2 Construction SWP3 for Construction Activity Holly Water Transmission Line INSPECTION REPORT Phase I Unit 2 Construction Holly Water Transmission Line in Fort Worth,Texas DATE: PROJECT FILE NO. INSPECTOR: INSPECTOR'S QUALIFICATION: SITE CONDITIONS: E&S CONTROL IN CONFORMANCE EFFECTIVE Construction Entrance YES/NO(See Below) YESNO(See Below) Sediment Barrier YES/NO(See Below) YES/NO(See Below) Sediment Trap YESNO(See Below) YES/NO(See Below) Check dam YES/NO(See Below) YES/NO(See Below) Earth Containment Berm YES/NO(See Below) YES/NO(See Below) YES/NO(See Below) YES/NO(See Below) YESNO(See Below) YESNO(See Below) VIOLATIONS NOTED: (Explain each 'NO' circled above) RECOMMENDED REMEDIAL ACTIONS: CORRECTIVE ACTION COMPLETED yes/no Date: COMMENTS: Based on the results of the inspection,necessary control modifications will be implemented within 7 calendar days. These reports will be kept on file as part of the Storm Water Pollution Prevention Plan for at least three years from the date that the site is finally stabilized.A copy of the SWP3 will be kept at the site at all times during construction. CERTIFICATION STATEMENT V certify under penalty of law that this document and all attachments were prepared under my direction or.supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is,to the best of my knowledge and belief,true,accurate,and complete.I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Name: Address: Telephone: Site location:Holly Water Transmission Line,Fort Worth.Texas ` INSPECTOR: DATE: (Signature) t t i t i t t 1 1 1 1 1 1 1 APPENDIX C NOTICE OF TERMINATION Notice of Termination (NOT) for Storm TCEQ Office Use Only Water Discharges Associated With TPDES Permit Number: TXR151—I—I—`—I -NO Construction Activity under the TPDES GIN Number: `••• Construction General Permit (TXR150000) TCEOFor help completing this application,read the TXR150000 NOI Instructions(TCEQ-20023-Instructions). A. TPDES Permit Number: TXR15 B. Construction Site Operator Customer Reference Number: CN Name: Mailing Address: City: State: Zip Code: Country Mailing Information (if outside USA) Territory: Country Code: Postal Code: Phone Number: Extension: Fax Number: E-mail Address: C. Project/Site Information Regulated Entity Reference Number: RN Name: Physical Address: Location Access Description: City: County: – Zip Code: D. Contact- If the TCEQ needs additional information regarding this termination,who should be contacted? Name: Title: Phone Number: Extension: Fax Number: E-mail Address: E. Certification ..� I certify under penalty of law that authorization under the TPDES Construction General Permit(TXR150000) is no Conger necessary based on the provisions of the general permit. I understand that by submitting this Notice of Termination, I am no longer authorized to discharge storm water associated with construction activity under the general permit TXR150000, and that discharging pollutants in storm water associated with construction activity to waters of the U.S. is unlawful under the Clean Water Act where the discharge is not authorized by a TPDES permit. I also understand that the submittal of this Notice of Termination does not release an operator from liability for any violations of this permit or the Clean Water Act. �. Construction Site Operator Representative: Prefix: First: Middle: Last: Suffix: Title: Signature: Date: If you have questions on how to fill out this form or about the storm water program, please contact us at(512) 239-4671. Individuals are entitled to request and review their personal information that the agency gathers on its forms. They may also have any errors in their information corrected. To review such information, contact us at(512) 239-3282. The completed NOT must be mailed to the following address: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC - 228 P.O. Box 13087 Austin, Texas 78711-3087 a. TCEQ-20023(02/03) Page 1 of 1 E F r r r APPENDIX D TPDES GENERAL PERMIT (TXR150000) STORM WATER DISCHARGES FROM CONSTRUCTION ACTIVITIES r r r r r r TPDES General Permit NO. TXR150000 This is a new general permit issued pursuant to Section 26.040 of the Texas Water Code and Section 402 of the Clean Water Act. TEXAS COMMISSION ON ENVIRONMENTAL QUALITY P.O.BOX 13087 Austin,TX 78711-3087 GENERAL PERMIT TO DISCHARGE WASTE under provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code Construction sites located in the state of Texas may discharge to surface water in the state only according to effluent limitations,monitoring requirements and other conditions set forth in this permit, as well as the rules of the Texas Commission on Environmental Quality(TCEQ),the laws of the State of Texas,and other orders of the TCEQ. The issuance of this general permit does not grant to the permittee the right to use private or public property for conveyance of storm water and certain non-storm water discharges along the discharge route. This includes property belonging to but not limited to any individual,partnership, corporation or other entity. Neither does this permit authorize any invasion of personal rights nor any �• violation of federal, state, or local laws or regulations. It is the responsibility of the permittee to acquire property rights as may be necessary to use the discharge route. This permit and the authorization contained herein shall expire.at midnight five years after the date of issuance. .. ISSUED AND EFFECTIVE DATE: MAR 003 F7 the C 's ion I TCEQ General Permit Number TXR150000 Relating To Discharges Idt From Construction Activities Table of Contents Part I. Definitions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 3 Part II. Permit Applicability and Coverage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 7 Part III. Storm Water Pollution Prevention Plans Page 18 Part IV. Numeric Effluent Limitations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 28 Part V. Retention of Records . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 29 Part VI. Standard Permit Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 29 Part VII. Fees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 30 Appendix A. Periods of Low Potential by County . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 31 Attachment 1 Construction Site Notice for Part II.D.I Waivers . . . . . . . . . . . . . . . . . . . Page 32 Attachment 2 Construction Site Notice for Part II.D.2. Authorizations . . . . . . . . . . . . . Page 33 } Attachment 3 Discharge Monitoring Report for Concrete Batch PIants . . . . . . . . . . . . . Page 34 Page 2 TPDES General Permit TXR150000 Part I. Definitions Best Management Practices - (BMPs) Schedules of activities, prohibitions of practices, maintenance procedures, structural controls, local ordinances, and other management practices to prevent or reduce the discharge of pollutants. BMPs also include treatment requirements,operating n procedures, and practices to control construction site runoff, spills or leaks, waste disposal, or drainage from raw material storage areas. Commencement of Construction - The exposure of soils resulting from activities such as clearing, grading,and excavating. Common Plan of Development - A construction activity that is completed in separate stages, separate phases, or in combination with other construction activities. A common plan of development is identified by the documentation for the construction project that identifies the scope of the project, and may include plats, blueprints, marketing plans, contracts, building permits, a public notice or hearing,zoning requests, or other similar documentation and activities. Facility or Activity -Any TPDES "point source"or any other facility or activity (including land or appurtenances thereto)that is subject to regulation under the TPDES program. Final Stabilization - A construction site status where either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (e.g, evenly distributed, without large bare areas) perennial vegetative cover with a density of 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent stabilization measures(such as the use of riprap, gabions, or goetextiles) have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition (a) above; or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization. (c) For construction activities on land used for agricultural purposes (e•g• pipelines across crop or range land),final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities,such as buffer strips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition(a)above. Page 3 TPDES General Permit TXR150000 Large Construction Activity-Construction activities including clearing,grading,and excavating that result in land disturbance of equal to or greater than five (5)acres of land. Large construction activity also includes the disturbance of less than five (5) acres of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than five (5) acres of land. Large construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, and , original purpose of a ditch,channel,or other similar storm water conveyance. Large construction activity does not include the routine grading of existing dirt roads,asphaltoverlays of existing roads, the routine clearing of existing right-of-ways,and similar maintenance activities. Municipal Separate Storm Sewer System (MS4) - A separate storm sewer system owned or operated by a state, city, town, county, district, association, or other public body (created by or pursuant to state law)having jurisdiction over the disposal of sewage,industrial wastes,storm water, or other wastes, including special districts under state law such as a sewer district,flood control or drainage district,or similar entity,or an Indian tribe or an authorized Indian tribal organization. Notice of Intent (NOI) - A written submission to the executive director from an applicant requesting coverage under a general permit. Notice of Termination (NOT) -A written submission to the executive director from a permittee authorized under a general permit requesting termination of coverage. Operator-The person or persons associated with a large or small construction activity that meets either of the following two criteria: a the person or persons have operational control over construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit; or (b) the person or persons have day-to-day operational control of those activities at a construction site which are necessary to ensure compliance with a storm water pollution prevention plan for the site or other permit conditions (e.g. they are authorized to direct workers at a site to carry out activities required by the Storm Water Pollution Prevention Plan or comply with other permit conditions). Permittee- An operator authorized under this general permit. The authorization may be gained through submission of a notice of intent, by waiver,or by meeting the requirements for automatic coverage to discharge storm water runoff and certain non-storm water discharges. Point Source-Any discernible,confined,and discrete conveyance,including but not limited to,any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, container, rolling stock concentrated animal feeding operation, landfill leachate collection system, vessel or other floating craft from which pollutants are,or may be,discharged. This term does not include return flows from irrigated agriculture or agricultural storm water runoff. Page 4 TPDES General Permit TXR150000 Pollutant - (from the Texas Water Code, Chapter 26) Dredged spoil, solid waste, incinerator residue, sewage, garbage, sewage sludge, filter backwash, munitions, chemical wastes, biological materials,radioactive materials, heat,wrecked or discarded equipment,rock, sand,cellar dirt,and industrial,municipal,and agricultural waste discharged into any surface water in the state. The term "pollutant" does not include tail water or runoff water from irrigation or rainwater runoff from cultivated or uncultivated rangeland, pastureland, and farmland. Pollution - (from the Texas Water Code, Chapter 26) The alteration of the physical, thermal, chemical,or biological quality of,or the contamination of,any surface water in the state that renders the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property or to public health, safety,or welfare,or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. Runoff Coefficient-The fraction of total rainfall that will appear at the conveyance as runoff. Separate Storm Sewer System -A conveyance or system of conveyances (including roads with drainage systems,streets,catch basins,curbs,gutters,ditches,man-made channels,or storm drains), designed or used for collecting or conveying storm water;that is not a combined sewer,and that is not part of a publicly owned treatment works(POTW). Small Construction Activity-Construction activities including clearing,grading,and excavating that result in land disturbance of equal to or greater than one(1)acre and less than five(5)acres of land.Small construction activity also includes the disturbance of less than one(1)acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one (1) and less than five (5) acres of land. Small construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity,and original purpose of a ditch, channel, or other similar storm water conveyance. Small construction activity does not include the routine grading of existing dirt roads,asphalt overlays of existing roads,the routine clearing of existing right-of-ways,and similar maintenance activities. Storm Water- Storm water runoff, snow melt runoff,and surface runoff and drainage. Storm Water Associated with Construction Activity - Storm water runoff from a construction activity where soil disturbing activities (including clearing, grading, excavating) result in the disturbance of one (1) or more acres of total land area, or are part of a larger common plan of development or sale that will result in disturbance of one(1)or more acres of total land area. Structural Control (or Practice)- A pollution prevention practice that requires the construction of a device,or the use of a device,to capture or prevent pollution in storm water runoff. Structural controls and practices may include but are not limited to:silt fences,earthen dikes,drainage swales, sediment traps,check dams, subsurface drains,storm drain inlet(protection. rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. Surface Water in the State- Lakes,bays,ponds, impounding reservoirs,springs,rivers,streams, creeks, estuaries, wetlands, marshes, inlets, canals, the Gulf of Mexico inside the territorial limits Page 5 TPDES General Permit TXR150000 of the state(from the mean high water mark (MHWM)out 10.36 miles into the Gulf),and all other bodies of surface water, natural or artificial, inland or coastal, fresh or salt, navigable or nonnavigable, and including the beds and banks of all water-courses and bodies of surface water, that are wholly or partially inside or bordering the state or subject to the jurisdiction of the state; except that waters in treatment systems which are authorized by state or federal law,regulation,or permit,and which are created for the purpose of waste treatment are not considered to be water in the state. Temporary Stabilization - A condition where exposed soils or disturbed areas are provided a protective cover,which may include temporary seeding,geotextiles,mulches,and other techniques to reduce or eliminate erosion until either final stabilization can be achieved or until further construction activities take place. Waters of the United States -(from title 40,part 122,section 2 of the Code of Federal Regulations) Waters of the United States or waters of the U.S. means: (a) all waters which are currently used,were used in the past,or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; (b) all interstate waters, including interstate wetlands; (c) all other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes,or natural ponds that the use,degradation,or destruction of which would affect or could affect interstate or foreign commerce including any such waters: MF (1) which are or could be used by interstate or foreign travelers for recreational or other purposes; (2) from which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or (3) which are used or could be used for industrial purposes by industries in interstate commerce; (d) all impoundments of waters otherwise defined as waters of the United States under this definition; (e) tributaries of waters identified in paragraphs(a)through (d)of this definition; (f) the territorial sea; and (g) wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs(a)through (f)of this definition. Page 6 TPDES General Permit TXR150000 Waste treatment systems,including treatment ponds or lagoons designed to meet the requirements of CWA(other than cooling ponds as defined in 40 CFR § 423.11(m) r which also meet the criteria of this definition) are not waters of the United States. This exclusion applies only to manmade bodies of water which neither were originally created in waters of the United States(such as disposal area in wetlands) nor resulted from the impoundment of waters of the United States. Waters of the United States do not include prior converted cropland. Notwithstanding the determination of an area's status as prior converted cropland by any other federal agency,for the purposes of the Clean Water Act,the final authority regarding Clean Water Act jurisdiction remains with EPA. Part II. Permit Applicability and Coverage Section A. Discharges Eligible for Authorization 1. Storm Water Associated with Construction Activity Discharges of storm water runoff from small and large construction activities may be authorized under this general permit. 2. Discharges of Storm Water Associated with Construction Support Activities Discharges of storm water runoff from construction support activities, including concrete batch plants,asphalt batch plants,equipment staging areas,material storage yards, material borrow areas, and excavated material disposal areas may be authorized under this general permit provided: (a) the activity is located within a 1-mile distance from the boundary of the permitted construction site and directly supports the construction activity; (b) the storm water pollution prevention plan is developed according to the provisions of this general permit and includes appropriate controls and measures to reduce erosion and discharge of pollutants in storm water runoff from the supporting industrial activity site; and (c) the industrial activity either does not operate beyond the completion date of the construction activity or obtains separate TPDES authorization for discharges. 3. Non-storm Water Discharges The following non-storm water discharges from sites authorized under this general permit are also eligible for authorization under this general permit: (a) discharges from fire fighting activities; Page 7 e TPDES General Permit TXR150000 (b) fire hydrant flushings; (c) vehicle, external building, and pavement wash water where detergents and soaps are not used and where spills or leaks of toxic or hazardous materials have not occurred(unless spilled materials have been removed;and if local state, or federal regulations are applicable, the materials are removed according to those regulations), and where the purpose is to remove mud, dirt, an dust; (d) water used to control dust; (e) potable water sources including waterline flushings; (f) air conditioning condensate; (g) uncontaminated ground water or spring water, including foundation or footing drains where flows are not contaminated with industrial materials such as solvents. 4. Other Permitted Discharges Any discharge authorized under a separate NPDES,TPDES,or TCEQ permit may be combined with discharges authorized by this permit. Section B. Limitations on Permit Coverage 1. Post Construction Discharges. moo Discharges that occur after construction activities have been completed,and after the construction site and any supporting activity site have undergone final stabilization, are not eligible for coverage under this general permit. Discharges originating from the sites are not authorized under this general permit following the submission of the notice of termination (NOT) for the construction activity. 2. Prohibition of Non-Storm Water Discharges Except as provided in Part II. A.2., A3.,and A4., all discharges authorized by this general permit must be composed entirely of storm water associated with construction activity. 3. Compliance With Water Quality Standards Discharges to surface water in the state that would cause or contribute to a violation of water quality standards or that would fail to protect and maintain existing designated uses are not eligible for coverage under this general permit. The executive director may require an application for an individual permit or alternative Page 8 TPDES General Permit TXR150000 general permit(see Part II.G.3)to authorize discharges to surface water in the state from any activity that is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use. The executive director may also require an application for an individual permit considering factors described in Part II. G.2. 4. Discharges to Water Quality-Impaired Receiving Waters. New sources or new discharges of the constituents of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC Chapter 305 and applicable state law. Impaired waters are those that do not meet applicable water quality standards and are listed on the EPA approved Clean Water Act Section 303(d) list. Constituents of concern are those for which the water body is listed as impaired. Discharges of the constituents of concern to impaired water bodies for which there is a total maximum daily load(TMDL)implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. Permittees must incorporate the limitations, conditions, and requirements applicable to their discharges,including monitoring frequency and reporting required PE by TCEQ rules, into their storm water pollution prevention plan in order to be eligible for coverage under this general permit. OP 5. Discharges to the Edwards Aquifer Recharge Zone Discharges cannot be authorized by this general permit where prohibited by 30 Texas Administrative Code (TAC)Chapter 213 (relating to Edwards Aquifer). (a) For new discharges located within the Edwards Aquifer Recharge Zone, or within that area upstream from the recharge zone and defined as the Contributing Zone,operators must meet all applicable requirements of,and operate according to, 30 TAC Chapter 213 (Edwards Aquifer Rule) in addition to the provisions and requirements of this general permit. (b) For existing discharges, the requirements of the agency-approved Water Pollution Abatement Plan under the Edwards Aquifer Rules are in addition to the requirements of this general permit. BMPs and maintenance schedules for structural storm water controls, for example, may be required as a provision of the rule. All applicable requirements of the Edwards Aquifer Rule for reductions of suspended solids in storm water runoff are in addition to the requirements in this general permit for this pollutant. For discharges from large construction activities located on the Edwards Aquifer contributing zone, applicants must also submit a copy of the NOI to the appropriate TCEQ regional office." Page 9 TPDES General Permit TXR150000 Counties: Contact: Comal, Bexar, Medina, Uvalde, TCEQ and Kinney Water Program Manager San Antonio Regional Office 14250 Judson Rd. San Antonio, Texas (210)490-3096 Williamson, Travis, and Hays TCEQ Water Program Manager Austin Regional Office 1921 Cedar Bend Dr.,Ste. 150 Austin, Texas (512) 339-2929. 6. Discharges to Specific Watersheds and Water Quality Areas jft Discharges otherwise eligible for coverage cannot be authorized by this general permit where prohibited by 30 TAC Chapter 311 (relating to Watershed Protection) for water quality areas and watersheds. 7. Protection of Streams and Watersheds by Other Governmental Entities This general permit does not limit the authority or ability of federal, other state, or ME local governmental entities from placing additional or more stringent requirements on construction activities or discharges from construction activities. For example, this permit does not limit the authority of a home-rule municipality provided by Section 401.002 of the Texas Local Government Code. 8. Indian Country Lands Storm water runoff from construction activities occurring on Indian Country lands are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges of storm water require authorization under federal National Pollutant Discharge Elimination System(NPDES)regulations,authority for these discharges must be obtained from the U.S. Environmental Protection Agency (EPA). 9. Oil and Gas Production Storm water runoff from construction activities associated with the exploration, development, or production of oil or gas or geothermal resources, including transportation of crude oil or natural gas by pipeline, are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges Page 10 TPDES General Permit TXR150000 of storm water require authorization under federal NPDES regulations,authority for these discharges must be obtained from the EPA. 10. Storm Water Discharges from Agricultural Activities Storm water discharges from agricultural activities that are not point source discharges of storm water are not subject to TPDES permit requirements. These activities may include clearing and cultivating ground for crops, construction of fences to contain livestock, construction of stock ponds, and other similar agricultural activities. Section C. Deadlines for Obtaining Authorization to Discharge 1. Large Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized,either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction-Operators of large construction activities continuing to operate after the issuance date of this permit,and authorized underNPDES general permit TXR100000(issued July 6, 1998,FR 36490),must submit an NOI to obtain authorization under this general permit within 90 days of the issuance date of this general permit. During this interim period, as a requirement of this TPDES permit, the operator must continue to meet the conditions and requirements of the federal NPDES permit. If the construction activity is completed prior to this 90-day deadline, and the site would otherwise qualify for termination of coverage under that federal NPDES permit,the operator must notify the executive director of the TCEQ in writing within 30 days of that condition. 2. Small Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized,either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Discharges from ongoing small construction activities that commenced prior to March 10,2003,and that would not meet the conditions to qualify for termination of this permit as described in Part II.E. of this general permit, must be authorized, either under this general permit or a separate TPDES permit, prior to March 10, 2003. Page 1 l TPDES General Permit TXR150000 Section D. Obtaining Authorization to Discharge 1. Small construction activities are determined to occur during periods of low potential for erosion,and operators of these sites may be automatically authorized under this general permit and not required to develop a storm water pollution prevention plan or submit a notice of intent(NOI),provided: (a) the construction activity occurs in a county listed in Appendix A; (b) the construction activity is initiated and completed,including either final or temporary stabilization of all disturbed areas,within the time frame identified in Appendix A for the location of the construction site; (c) all temporary stabilization is adequately maintained to effectively reduce or prohibit erosion, final stabilization activities have been initiated and a condition,of final stabilization is completed no later than 30 days following the end date of the time frame identified in Appendix A for the location of the construction site; (d) the permittee signs a completed construction site notice(Attachment 1 of this general permit), including the certification statement; (e) a signed copy of the construction site notice is posted at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities prior to commencing construction activities,and maintained in that location until completion ofthe construction activity; (f) a copy of the signed and certified construction site notice is provided to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement of construction activities; and (g) any supporting concrete batch plant or asphalt batch plant is separately authorized for discharges of storm water runoff or other non-storm water discharges under an individual TPDES permit, another TPDES general permit or under an individual TCEQ permit where storm water and non- storm water is disposed of by evaporation or irrigation (discharges are adjacent to water in the state). 2. Operators of small construction activities not described in Part 11.D.1.above may be automatically authorized under this general permit,and operators of these sites are not required to submit an NOl provided they: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant Page 12 TPDES General Permit TXR150000 is the operator, and implement that plan prior to commencing construction activities; (b) sign a completed construction site notice ( Attachment 2 of this general permit); (c) post a signed copy of the construction site notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity; and (d) provide a copy of the signed and certified construction site notice to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement of construction activities. 3. Operators of all other construction activities that qualify for coverage under this general permit must: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or al I portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; (b) submit a Notice of Intent (NOI), using a form provided by the executive director, at least 2 days prior to commencing construction activities; or (c) if the operator changes, or an additional operator is added after the initial NOI is submitted,the new operator must submit an NOI at least two(2)days before assuming operational control; (d) post a copy of the NOI at the construction site in a location where it is readily available for viewing prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity; (e) provide a copy of the signed NOI to the operator of any municipal separate storm sewer system receiving the discharge, at least two (2) days prior to commencing construction activities; and (f) implement the SWP3 prior to beginning construction activities. Page 13 TPDES General Permit TXR150000 4. Effective Date of Coverage (a) Operators of construction activities described in either Part II. D.I I. or D.2. are authorized immediately following compliance with the conditions of Part II. D.I I.or D.2.that are applicable to the construction activity. (b) Operators of all other construction activities eligible for coverage under this general permit, unless otherwise notified by the executive director, are provisionally authorized two(2)days from the date that a completed NOI is postmarked for delivery to the TCEQ. If electronic submission of the NOI is provided,and unless otherwise notified by the executive director,operators are provisionally authorized 24 hours following confirmation of receipt ofthe NOI by the TCEQ. Authorization is non-provisional when the executive director finds the NOI is administratively complete and an authorization number is issued for the activity. (c) Operators are not prohibited from submitting late NOIs or posting late notices to obtain authorization under this general permit. The TCEQ reserves the right to take appropriate enforcement actions for any unpermitted activities that may have occurred between the time construction commenced and authorization is obtained. 5. Notice of Change (NOC) Letter If the operator becomes aware that it failed to submit any relevant facts,or submitted incorrect information in an NOI, the convect information must be provided to the executive director in a NOC letter within 14 days after discovery. If relevant information provided in the NOI changes,a NOC letter must be submitted within 14 days of the change. A copy of the NOC must be provided to the operator of any MS4 receiving the discharge. 6. Signatory Requirement for NOI Forms,Notice of Termination(NOT)Forms,NOC Letters,and Construction Site Notices NOI forms,NOT forms,NOC letters,and Construction Site Notices must be signed according to 30 TAC § 305.44 (relating to Application for Permit). 7. Contents of the NOI The NOI form shall require,at a minimum,the following information: (a) the name, address, and telephone number of the operator filing the NOI for permit coverage; (b) the name(or other identifier),address,county, and latitude/longitude of the construction project or site; Page 14 ■ TPDES General Permit TXR150000 (c) number of acres that will be disturbed (estimated to the largest whole number); (d) whether the project or site is located on Indian Country lands; (e) confirmation that a SWP3 has been developed and that the SWP3 will be compliant with any applicable local sediment and erosion control plans;and (f) name of the receiving water(s). Section E. Application to Terminate Coverage Each operator that has submitted an NOI for authorization under this general permit must apply to terminate that authorization following the conditions described in this section of the general permit. Authorization must be terminated by submitting a Notice of Termination(NOT)on a form supplied by the executive director. Authorization to discharge under this permit terminates at midnight on the day the NOT is postmarked for delivery to the TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit terminates immediately following confirmation of receipt of the NOT by the TCEQ. Compliance with the conditions and requirements of this permit is required until an NOT is submitted. 1. Notice of Termination Required The NOT must be submitted to TCEQ, and a copy of the NOT provided to the operator of any MS4 receiving the discharge, within thirty (30)days, after: (a) final stabilization has been achieved on all portions of the site that is the responsibility of the permittee: or (b) another permitted operator has assumed control over al I areas of the site that have not been finally stabilized; and (c) all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. Erosion controls that are designed to remain in place for an indefinite period,such as mulches and fiber mats, are not required to be removed or scheduled for removal. 2. Minimum Contents of the NOT The NOT form shall require, at a minimum,the following information: a (a) if authorization was granted following submission of a NOI, the permittees site-specific TPDES general permit number for the construction site; Page 15 TPDES General Permit TXR150000 (b) an indication of whether the construction activity is completed or if the s permittee is simply no longer an operator at the site; (c) the name, address and telephone number of the permittee submitting the NOT; (d) the name(or other identifier),address,county,and latitude/longitude of the construction project or site; and (e) a signed certification that either all storm water discharges requiring authorization under this general permit will no longer occur, or that the applicant to terminate coverage is no longer the operator of the facility or construction site, and that all temporary structural erosion controls have either been removed,will be removed on a schedule defined in the SWP3,or transferred to a new operator if the new operator has applied for permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Section F. Waivers from Coverage The executive director may waive the otherwise applicable requirements of this general permit for storm water discharges from smal l construction activities under the terms and conditions described in this section. 1. Waiver Applicability and Coverage Operators of small construction activities may apply for and receive a waiver from .. the requirements to obtain authorization under this general permit where: (a) the calculated rainfall erosivity R factor for the entire period of the construction project is less than five (5); (b) the operator submits a signed waiver certification form, supplied by the executive director, certifying that the construction activity will commence and be completed within a period when the value of the calculated rainfall erosivity R factor is less than five (5); and (c) the waiver certification form is submitted to the TCEQ at least two(2)days before construction activity begins. 2. Effective Date of Waiver Operators of small construction activities are provisionally waived from the otherwise applicable requirements of this general permit two(2)days from the date that a completed waiver certification form is postmarked for delivery to TCEQ. Page 16 TPDES General Permit TXR150000 3. Activities Extending Beyond the Waiver Period If a construction activity extends beyond the approved waiver period due to circumstances beyond the control of the operator,the operator must either: (a) recalculate the rainfall erosivity factor R factor using the original start date and a new projected ending date, and if the R factor is still under five (5), submit a new waiver certification form at least two (2) days before the end of the original waiver period; or (b) obtain authorization under this general permit according to the requirements delineated in either Part II.D.2.or Part II.D.3.at least two(2)days before the end of the approved waiver period. Section G. Alternative TPDES Permit Coverage 1. Individual Permit Alternative Any discharge eligible for coverage under this general permit may alternatively be authorized under an individual TPDES permit according to 30 TAC Chapter 305 (relating to Consolidated Permits). Applications for individual permit coverage should be submitted at least three hundred and thirty (330) days prior to commencement of construction activities to ensure timely issuance. 2. Individual Permit Required The executive director may suspend an authorization or NOI in accordance with the procedures set forth in 30 TAC Chapter 205, including the requirement that the executive director provide written notice to the permittee. The executive director a may require an operator of a construction site, otherwise eligible for authorization under this general permit,to apply for an individual TPDES permit because of: (a) the conditions of an approved TMDL or TMDL implementation plan; (b) the activity is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use of surface water in the state: and (c) any other considerations defined in 30 TAC Chapter 205 would include the provision at 30 TAC § 205.4(c)(3)(D), which allows TCEQ to deny authorization under the general permit and require an individual permit if a discharger"has been determined by the executive director to have been out of compliance with any rule,order, or permit of the commission, including non-payment of fees assessed by the executive director." Page 17 TPDES General Permit TXR150000 topography, soil type, and rainfall. Controls must also be designed and utilized to reduce the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water from the site. (ii) Control measures must be properly selected, installed, and maintained according to the manufacturer's or designer's specifications. If periodic inspections or other information indicates a control has been used incorrectly,or that the control is performing inadequately,the operator must replace or modify the control as soon as practicable after discovery that the control has been used incorrectly, is performing inadequately, or is damaged. (iii) Sediment must be removed from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. (iv) If sediment escapes the site, accumulations must be removed at a frequency to minimize further negative effects, and whenever feasible,prior to the next rain event. (v) Controls must be developed to limit,to the extent practicable,offsite transport of litter, construction debris, and construction materials. (b) Stabilization Practices The SWP3 must include a description of interim and permanent stabilization practices for the site, including a schedule of when the practices will be implemented. Site plans should ensure that existing vegetation is preserved where it is possible. (i) Stabilization practices may include but are not limited to: establishment of temporary vegetation, establishment of permanent vegetation,mulching,geotextiles,sod stabilization,vegetative buffer strips, protection of existing trees and vegetation, and other similar measures. (ii) The following records must be maintained and either attached to or referenced in the SWP3,and made readily available upon request to the parties in Part III.D.l of this general permit: (a) the dates when major grading activities occur; (b) the dates when construction activities temporarily or permanently cease on a portion of the site; and Page 23 TPDES General Permit TXR150000 (c) the dates when stabilization measures are initiated. (iii) Stabilization measures must be initiated as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased,and except as provided in(a)through(c)below, must be initiated no more than fourteen (14) days after the construction activity in that portion of the site has temporarily or permanently ceased. (a) Where the initiation of stabilization measures by the 14th day after construction activity temporarily or permanently ceased is precluded by snow cover or frozen ground conditions, stabilization measures must be initiated as soon as practicable. (b) Where construction activity on a portion of the site is temporarily ceased, and earth disturbing activities will be resumed within twenty-one(2 1)days,temporary stabilization measures do not have to be initiated on that portion of site. (c) In and areas(areas with an average rainfall of 0 to 10 inches), semiarid areas(areas with an average annual rainfall of 10 to 20 inches), and areas experiencing droughts where the initiation of stabilization measures by the 14th day after MO construction activity has temporarily or permanently ceased is precluded by seasonably arid conditions, stabilization measures must be initiated as soon as practicable. 3. Structural Control Practices The SWP3 must include a description of any structural control practices used to divert flows away from exposed soils, to limit the contact of runoff with disturbed areas,or to lessen the off site transport of eroded soils. (a) Sediment basins are required,where feasible for common drainage locations that serve an area with ten (10) or more acres disturbed at one time, a temporary (or permanent) sediment basin that provides storage for a t calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures, shall be provided where attainable until final stabilization of the site.Where rainfall data is not available or a calculation cannot be performed,a temporary (or permanent) sediment basin providing 3,600 cubic feet of storage per acre drained is required where attainable until final stabilization of the site. When calculating the volume of runoff from a 2-year,24-hour storm event, it is not required to include the flows from offsite areas and flow from onsite areas that are either undisturbed or have already undergone final stabilization, if Page 24 AN ift TPDES General Permit TXR150000 these flows are diverted around both the disturbed areas of the site and the sediment basin. In determining whether installing a sediment basin is A feasible,the permittee may consider factors such as site soils,slope,available area on site, public safety, precipitation patterns, site geometry, site vegetation, infiltration capacity,geotechnical factors,depth to groundwater and other similar considerations. Where sediment basins are not feasible, equivalent control measures,which may include a series of smaller sediment basins,must be used. At a minimum,silt fences,vegetative buffer strips,or equivalent sediment controls are required for all down slope boundaries(and for those side slope boundaries deemed appropriate as dictated by individual site conditions)of the construction area. (b) Sediment traps and sediment basins may also be used to control solids in storm water runoff for drainage locations serving less than ten(10)acres. At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries(and for those side slope boundaries deemed appropriate as dictated by individual site conditions)of r the construction. Alternatively,a sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures, may be provided or where rainfall data is not available or a calculation cannot be performed, a temporary (or permanent) sediment basin providing 3,600 cubic feet of storage per acre drained may be provided. 4. Permanent Storm Water Controls A description of any measures that will be installed during the construction process to control pollutants in storm water discharges that will occur after construction operations have been completed must be included in the SWP3. Permittees are only responsible for the installation and maintenance of storm water management measures prior to final stabilization of the site or prior to submission of an NOT. 5. Other Controls (a) Off-site vehicle tracking of sediments and the generation of dust must be minimized. (b) The SWP3 must include a description of construction and waste materials expected to be stored on-site and a description of controls to reduce pollutants from these materials. (c) The SWP3 must include a description of pollutant sources from areas other than construction(including stone water discharges from dedicated asphalt plants and dedicated concrete plants), and a description of controls and measures that will be implemented at those sites to minimize pollutant discharges. Page 25 TPDES General Permit TXR150000 (d) Velocity dissipation devices shall be placed at discharge locations and along the length of any outfall channel to provide a non-erosive flow velocity from the structure to a water course so that the natural physical and biological characteristics and functions are maintained and protected. 6. Approved State and Local Plans (a) Permittees must ensure the SWP3 is consistent with requirements specified in applicable sediment and erosion site plans or site permits,or storm water management site plans or site permits approved by federal, state, or local officials. (b) SWP3s must be updated as necessary to remain consistent with any changes applicable to protecting surface water resources in sediment erosion site plans or site permits, or storm water management site plans or site permits approved by state or local official for which the permittee receives written notice. 7. Maintenance All erosion and sediment control measures and other protective measures identified in the SWP3 must be maintained in effective operating condition. If through inspections the permittee determines that BMPs are not operating effectively, maintenance must be performed before the next anticipated storm event or as necessary to maintain the continued effectiveness of storm water controls. If maintenance prior to the next anticipated storm event is impracticable,maintenance must be scheduled and accomplished as soon as practicable. Erosion and sediment controls that have been intentionally disabled, run-over, removed, or otherwise rendered ineffective must be replaced or corrected immediately upon discovery. 8. Inspections of Controls In the event of flooding or other uncontrollable situations which prohibit access to the inspection sites, inspections must be conducted as soon as access is practicable (a) Personnel provided by the permittee and familiar with the SWP3 must inspect disturbed areas of the construction site that have not been finally stabilized, areas used for storage of materials that are exposed to precipitation, and structural controls for evidence of, or the potential for, pollutants entering the drainage system. Sediment and erosion control measures identified in the SWP3 must be inspected to ensure that they are operating correctly. Locations where vehicles enter or exit the site must be inspected for evidence of off-site sediment tracking. Inspections must be conducted at least once every fourteen(14)calendar days and within twenty four(24) hours of the end of a storm event of 0.5 inches or greater. Page 26 TPDES General Permit TXR150000 Where sites have been finally or temporarily stabilized, where runoff is unlikely due to winter conditions (e.g. site is covered with snow, ice, or frozen ground exists), or during seasonal arid periods in arid areas (areas with an average annual rainfall of 0 to 10 inches)and semi-arid areas(areas with an average annual rainfall of 10 to 20 inches), inspections must be conducted at least once every month. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day,regardless of whether or not there has been a rainfall event since the previous inspection. (b) Utility line installation, pipeline construction, and other examples of long, narrow,l inear construction activities may provide inspection personnel with limited access to the areas described in Part III.F.8.(a)above. Inspection of these areas could require that vehicles compromise temporarily or even permanently stabilized areas, cause additional disturbance of soils, and increase the potential for erosion. In these circumstances, controls must be inspected at least once every fourteen(14)calendar days and within twenty four(24)hours of the end of a storm event of 0.5 inches, but representative inspections may be performed. For representative inspections, personnel must inspect controls along the construction site for 0.25 mile above and below each access point where a roadway,undisturbed right-of-way,or other similar feature intersects the construction site and allows access to the areas described in Part III.F.8.(a)above. The conditions of the controls along each inspected 0.25 mile segment may be considered as representative of the condition of controls along that reach extending from the end of the 0.25 mile segment to either the end of the next 0.25 mile inspected segment,or to the end of the project, whichever occurs first. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7)calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day,regardless of whether or not there has been a rainfall event since the previous inspection. (c) The SWP3 must be modified based on the results of inspections, as necessary,to better control pollutants in runoff. Revisions to the SWP3 must be completed within seven (7) calendar days following the inspection. If existing BMPs are modified or if additional BMPs are necessary, an implementation schedule must be described in the SWP3 and wherever Page 27 TPDES General Permit TXR150000 possible those changes implemented before the next storm event. If implementation before the next anticipated storm event is impracticable, these changes must be implemented as soon as practicable. (d) A report summarizing the scope of the inspection,names and qualifications of personnel making the inspection, the dates of the inspection, and major observations relating to the implementation of the SWP3 must be made and retained as part of the SWP3. Major observations should include: The locations of discharges of sediment or other pollutants from the site; locations of BMPs that need to be maintained;locations of BMPs that failed to operate as designed or proved inadequate for a particular location; and locations where additional BMPs are needed. Actions taken as a result of inspections must be described within, and retained as a part of,the SWP3. Reports must identify any incidents of non- compliance. Where a report does not identify any incidents of non- compliance,the report must contain a certification that the facility or site is in compliance with the SWP3 and this permit.The report must be signed by the person and in the manner required by 30 TAC § 305.128 (relating to Signatories to Reports) 9. The SWP3 must identify and ensure the implementation of appropriate pollution prevention measures for all eligible non-storm water components of the discharge. Part IV. Numeric Effluent Limitations Section A. Limitations All discharges of storm water runoff from concrete batch plants that qualify for coverage,and that are authorized to discharge storm water under the provisions of this general permit must be .s monitored at the following monitoring frequency and comply with the following numeric effluent limitations: Limitations Monitoring Parameter Daily Maximum Frequency Total Suspended Solids 65 mg/I 1/Year* Oil and Grease 15 mg/I 1/Year* pH between 6 and 9 standard units 1[Year* * If discharge occurs. Section B. Reporting Requirements Results of monitoring for determining compliance with numeric effluent limitations must be recorded on a discharge monitoring report(DMR). The DMR must either be an original EPA No. 3320-1 form(Attachment 3 of this general permit),a duplicate of the form,or as otherwise provided by the executive director. Monitoring must be conducted prior to December 31" for each annual Page 28 TPDES General Permit TXR 150000 monitoring period. A copy of the DMR must either be retained at the facility or shall be made readily available for review by authorized TCEQ personnel upon request,by March 31'following the end of each annual monitoring period. If the results indicate the violation of one or more of these numeric limitations, the permittee must also submit the DMR to the TCEQ's Information Resources Center(MC 212) by March 3151 of each annual monitoring period. Part V. Retention of Records The permittee must retain the following records for a minimum period of three (3) years from the date that a NOT is submitted as required by Part II.D. For activities that are not required to submit an NOT,records shall be retained for a minimum period of three(3)years from the date that either: final stabilization has been achieved on all portions of the site that is the responsibility of the permittee;or another permitted operator has assumed control according to over all areas of the site that have not been finally stabilized. Records include: 1. A copy of the SWP3 plan. 2. All reports and actions required by this permit, including a copy of the construction site notice. 3. All data used to complete the NOI, if an NOI is required for coverage under this general permit. Part VI. Standard Permit Conditions a. 1. The permittee has a duty to comply with all permit conditions. Failure to comply with any permit condition is a violation of the permit and statutes under which it was issued, and is grounds for enforcement action, for terminating coverage under this general permit,or for requiring a discharger to apply for and obtain an individual TPDES permit. 2. Authorization under this general permit may be suspended or revoked for cause. Filing a notice of planned changes or anticipated non-compliance by the permittee does not stay any permit condition. The permittee must furnish to the executive director, upon request and within a reasonable time,any information necessary for the executive director to determine whether cause exists for revoking, suspending, or terminating authorization under this permit. Additionally, the permittee must provide to the executive director, upon request, copies of all records that the permittee is required to maintain as a condition of this general permit. 3. It is not a defense for a discharger in an enforcement action that it would have been necessary to halt or reduce the permitted activity to maintain compliance with the permit conditions. 4. Inspection and entry shall be allowed under Texas Water Code Chapters 26-28, Health and Safety Code §§ 361.032-361.033 and 361.037,and 40 Code of Federal Regulations (CFR) §122.41(i). The statement in Texas Water Code§26.014 that commission entry of a facility shall occur according to an establishment's rules and regulations concerning safety, internal security,and fire protection is not grounds for denial or restriction of entry to any part of the Page 29 TPDES General Permit TXR150000 facility or site,but merely describes the commission's duty to observe appropriate rules and regulations during an inspection. 5. The discharger is subject to administrative,civil,and criminal penalties,as applicable,under Texas Water Code §§26.136,26.212,and 26.213 for violations including but not limited to the following: a. negligently or knowingly violating CWA, §§ 301, 302, 306, 307, 308, 318,or 405, or any condition or limitation implementing any sections in a permit issued under CWA,§402,or any requirement imposed in a pretreatment program approved under u CWA, §§ 402(a)(3) or 402(b)(8); b. knowingly making any false statement,representation,or certification in any record or other document submitted or required to be maintained under a permit, including monitoring reports or reports of compliance or noncompliance. 6. All reports and other information requested by the executive director must be signed by the person and in the manner required by 30 TAC§305.128(relating to Signatories to Reports). 7. Authorization under this general permit does not convey property or water rights of any sort and does not grant any exclusive privilege. Part VII. Fees Section A. Application Fees An application fee of $100 must be submitted with each NOI for coverage of a large construction activity. A fee is not required for submission of an NOT or NOC letter. Section B. Water Quality Fees Large construction activities authorized under this general permit must pay an annual Water Quality Fee of$100 under Texas Water Code 26.0291 and according to TAC Chapter 205 (relating to General Permits for Waste Discharges). Page 30 Appendix A. -* Periods of Low Erosion Potential by County Start Date-End Date Start Date-End Date Start Date- End Date Dec. 15-Feb. 14 Nov. 15-Apr.30 Nov. 15-Jan. 14 or Feb. 1 -Mar.30 Archer Andrews Crockett Baylor Armstrong Dickens Brown Borden Kent Callahan Brewster Motley Childress Briscoe Val Verde Coke Carson Coleman Castro Start Date- End Date Concho Crane Nov. 1 -Apr. 14 or Nov. 15-Apr.30 Cottle Crosby Dallam Dimmit Dawson Hockley Eastland Deaf Smith Lamb Edwards Ector Parmer �. Fisher Floyd Ward Foard Gaines Hardeman Garza Start Date-End Date Haskell Glasscock Nov. 1 -Apr.30 or Nov. 15-May. 14 Irion Hale Bailey Jones Hansford Cochran law Kerr Hartley Jeff Davis Kimble Howard Loving King Hutchinson Presidio Kinney Lubbock Reeves Knox Lynn Winkler Mason Martin Yoakum Maverick Midland McCulloch Mitchell Start Date- End Date Menard Moore Nov. 1 -May. 14 Nolan Oldham Culberson Real Pecos Hudspeth Runnels Potter Schleicher Randall Start Date-End Date Shackelford Reagan Jan. 1 -Jul. 14 or May. 15-Jul.31 or Stephens Scurry Jun. 1 -Aug. 14 or Jun. 15- Sept. 14 or Stonewall Sherman Jul. 1 -Oct. 14 or Jul. 15- Oct.31 or Sutton Sterling Aug. 1 -Apr.30 or Aug. 15- May. 14 or Taylor Swisher Sept. 1 -May. 30 or Oct. 1 -Jun. 14 or Throckmorton Terrell Nov. 1 -Jun. 30 or Nov. 15-Jul. 14 Tom Green Terry El Paso ow Uvalde Upton Wichita Start Date- End Date Wilbarger Start Date-End Date Jan. 1 -Mar.30 or Dec. 1 -Feb.28 Young Feb. 1 - Mar.30 Collingsworth Wheeler Zavala Hall Donley Gray Hemphill Lipscomb Ochiltree Roberts Page 31 Attachment 1 TPDES General Permit TXR150000 r �w CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality(TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.D.1. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from construction sites. Additional information regarding the P„ TCEQ storm water permit program may be found on the internet at: www.tnrcc.state.tx.us/vermitti /water erm/ww erm/t destorm Contact Name and Phone Number: Project Description: Physical address or description of the site's ocation, estimated start date and projected end ate, or date that disturbed soils will be stabilized) lap For Construction Sites Authorized Under Part II.D.1. the following certification must be completed: I (Typed or Printed Name Person Completing This Certification)certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization by waiver under Part II.D.1. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. Construction activities at this site shall occur within a time period listed in Appendix A of the TPDES general permit for this county, that period beginning on and ending on . I understand that if construction activities continue past this period, all storm water runoff must be authorized under a separate provision of this general permit. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized rdischarges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date r Page 32 Attachment 2 TPDES General Permit TXR150000 .wow -+�rrrrrrr .� 9" CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.D.2. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: +'k ` _tnrC .�;ta[c tx,11 � errn4tlintti:`' [+ r.erm?'W _cart.'[ destm n Contact Name and Phone Number: Project Description: (Physical address or description of the site's ocation, estimated start date and projected end ate, or date that disturbed soils will be stabilized) Location of Storm Water Pollution Prevention Plan : For Construction Sites Authorized Under Part II.D.2. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification)certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.D.2.of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and implemented according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges,including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Page 33 Attachment 3 TPDES General Permit TXR150000 CONCRETE BATCH FACILITIES STW/TXR15 1 CO PERMITTEE NAME/ADDRESS(IDrlude Feolity Narne/Lxtiw it DiXerent) NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM NOTE: Enter your permit number In the NAME DISCHARGE MONITORING REPORT(DMR) underlined space in the upper right hand 2-16 17-19 corner Of this page.Example:STWITXR15 001231 CO ADDRESS Mail to: TCEQ(MC 212) P.O.Box 13087 FACILITY MONITORING PERIOD Austin,TX 78711-3087 LOCATION YEARI MO I DAY I YEAR I MO I DAY 01 1 01 1 1 12 1 31 ❑ (20-21) (22-23) (24-25) (26-27) 1(28-29) 30-31 PARAMETER (3 Card Only) QUANTITY OR LOADING (4 Card Only) QUALITY OR CONCENTRATION FREQUENCY (32-37) (46-53) (54-61) (38-45) (46-53) (54-61) NO. OF SAMPLE EX ANALYSIS TYPE AVERAGE MAXIMUM UNITS MINIMUM AVERAGE MAXIMUM UNITS (62-63) (64-68) (6e-70) Total SAMPLE ....... ....... ....... ....... Suspended MEASUREMENT •.....• Solids SAMPLE A...... ....... ....... ....». ....... 65 m 9/I 1/Year Grab REQUIREMENT Daily Max Oil&Grease SAMPLE •,• ...A- ....... ....... ....... MEASUREMENT SAMPLE ..,„.. ..„... ••••••• .•..,.. ...„.. 15 mg/I VYear Grab REQUIREMENT Daily Max pH SAMPLE ....... A....A. ....... ....... ....... MEASUREMENT SAMPLE ....... ....... ....... ....... ....... 6.0-9.0 S.U. REQUIREMENT Range 1/Year Grab SAMPLE MEASUREMENT SAMPLE REQUIREMENT NAME/TITLE PRINCIPAL EXECUTIVE TELEPHONE DATE OFFICER I CERTIFY UNDER PEN-OF LAW THAT THIS DOCUMENT AND ALL ATTACHMENTS WERE PREPARED UNDER MY DIRECTION OR SUPERVISION IN ACCORDANCE WITH A STEM DESIGNED TO ASSURE THAT DUALIFIED PERSONNEL PROPfRLV GATHER AND EVALUATE THE INFORMAHON SUBMITTED BASE O ON MY INQUIRY OF THE PERSON OR PERSONS WHO MANGE THE SYSTEM.OR THOSE PERSONS DIRECTLY RESPONSIBLE oRGATHEEINGTHEI FORMATIRON.THE INFORMATION—.ITTE—TOTHEResTOP SIGNATURE OF PRINCIPAL My NOWLEDGEANDBELIEF T V ..CURATE,AND COMPLETE MAWAR`THAT THE POSS�ii TY OF Fwin"NO IMPRISOONMENTTlFOR SUBMITTING TlIV l"c uomc EXECUTIVE OFFICER OR AUTHORIZED AREA NUMBER YEAR MO DAY TYPED OR PRINTED I AGENT CODE COMMENTS AND EXPLANATION OF ANY VIOLATIONS(Reference all attachments here) EPA Form 3320-1(3-99) (REPLACES EPA FORM T-40 WHICH MAY NOT BE USED) PAGE OF Form Approved OMB No.2040-004 Page 34 APPENDIX E PROJECT LOCATION MAP AND EROSION CONTROL STANDARD DETAILS/DRAINAGE AREA MAP Appendix E Refer to Project Plan Sheets for Project Location Map. Refer to Project Plan Sheets for Erosion Control Details/Drainage Area Map. Nk Ib IN r r r Pw APPENDIX C GEOTECHNICAL REPORT CITY OF FORT WORTH, �- TEXAS HOLLY 54-INCH WATER MAIN FROM AZLE AVENUE TO NORTHSIDE PUMP FTW02335 STATION, PHASE I, UNIT I And HOLLY 54-INCH WATER MAIN FROM NORTHSIDE DRIVE TO AZLE AVENUE, PHASE I, UNIT 2 APSE F GEOTECHNICAL INVESTIGATION �- i. CF WS N. EUA d REPORT 8=4 fo s APRIL 2003 "OVAL , Prepared for THE CITY OF FORT WORTH Freese and Nichols, Inc. 4055 International Plaza Suite 200 _ Fort Worth, TX76109 (817) 735-7300 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION AND SCOPE..................................................................................1 2.0 FIELD AND LABORATORY INVESTIGATIONS....................................................2 1.1 Field Investigation................................................................................................2 1.2 Laboratory Investigation......................................................................................2 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS.....................................................3 3.1 Geology...............................................................................................................3 3.2 Soil s.....................................................................................................................4 3.3 Bedrock...............................................................................................................4 3.4 Groundwater........................................................................................................5 4.0 DISCUSSION AND RECOMMENDATIONS.............................................................6 4.1 Trench Excavation...............................................................................................6 4.2 Embedment and Backfill.......................................................................................6 4.3 Bored Crossings...................................................................................................7 4.4 Butterfly Valve Vaul ts..........................................................................................7 4.5 Groundwater Movement......................................................................................8 5.0 CONTINUITY...............................................................................................................9 6.0 LIMITATIONS...........................................................................................................10 Table 1 — Summary of Water Level Observations Figure 1 —Boring Location Plan APPENDIX A—BORING LOGS APPENDIX B—PHOTOGRAPHS OF ROCK CORES 1.0 INTRODUCTION AND SCOPE Fort Worth's Holly Water Treatment Plant is located in the Trinity River valley west of downtown Fort Worth near Forest Park Boulevard and Lancaster Avenue. The Northside Pump Station is located on a hill at Azle Avenue and Rock Island Street, about five miles northwest of the Holly Plant. A new 54-inch diameter water main is planned to convey water from the plant to the pump station. The proposed water main route is shown on Figure 1. The main is Phase I of a program that will also include 54-inch and 48-inch mains from the Northside Pump Station to Cantrell Samsom Road. Phase I consists of Unit 1, from Azle Avenue to the Northside Pump Station, Unit 2, from Northside Drive to Azle Avenue, and Unit 3, from the Holly WTP to Northside drive. Units 1 and 2 will be contracted together. The main for Units 1 and 2 will run primarily within existing City street rights-of-way in hilly ground northwest of Northside Drive. Bored or tunneled undercrossings are planned at Ephriham f Avenue,Long Avenue, 24h Street, and a parking lot near 18'h Street. The remainder of the main will be laid in open trenches: The depth of cover will range from about 6 to 18 feet. The City of Fort Worth (City)has contracted with Freese and Nichols, Inc. (FNI)to design Units 1, 2 and 3 of the 54-inch water main except the portion along 26h Avenue from Loving Street to Azle Avenue, which is being designed by others. FNI's services include a geotechnical investigation for those portions of the route they are designing. This report presents the results of that investigation pertaining to Units 1 and 2. s This investigation was made to determine general subsurface conditions along the water main route and to provide criteria for design of the main and its appurtenances. The information in this .. report is expected to be useful to contractors preparing bids and planning for the construction, but may not meet all their needs, and additional investigations by contractors may be needed. This investigation included five borings and laboratory testing of selected samples of soil and rock obtained from the borings. This report contains the field and laboratory data obtained in the ■' investigation and a discussion of selected design and construction issues related to the observed subsurface conditions. A separate geotechnical investigation was made for a proposed new ground storage reservoir at the Northside Pump Station site by Terra-Mar, Inc. in their report No FE02-016, dated June 7, 2002. Some information contained in that report may be useful to supplement this report. A copy of that report can be reviewed at the City's Engineering Department office. 2.0 FIELD AND LABORATORY INVESTIGATIONS 2.1 Field Investigation The field investigation for this study included fifteen borings drilled along the proposed water main route during the period January 27 through February 13, 2003. The boring locations are shown on Figure 1. Boring 13A was drilled a few feet from Boring 13 and is not shown separately on the plan. The borings were drilled by Giles Engineering Associates,Inc. FNI's geotechnical engineers Charles N.Easton,P.E. and Tony Bosecker,P.E. supervised the drilling and logged the borings.The boring logs were prepared in the field and edited based on the laboratory test reports. The logs of borings B-11 through B-14,pertaining to Units 1 and 2, are presented in Appendix A. A photograph of the rock cores from Boring B-13A is presented in Appendix B. The borings were drilled using a truck-mounted CME-45 multipurpose drilling rig. Borings B-1,B-2,B-8, B-9,B-12 and B-13A were drilled using hollow-stem augers through the overburden soils and completed by rock coring using an NX double-tube core barrel and water or bentonite slurry. All other borings were drilled with four-inch diameter solid augers. Soil samples were obtained by pushing 3-inch thin-walled tubes or driving a standard 2-inch O.D. split-spoon sampler using a 140-pound hammer falling 30 inches. The boring depths ranged from about 14 to 68 feet. The borings were observed for indications of subsurface water entry during drilling. Selected borings were left open at least overnight and checked for accumulated water before being backfilled. A few borings were backfilled soon after drilling. Open riser piezometers were installed in borings B- 2, B-3, B-8, and B-9. The other borings were backfilled with the soil cuttings and plugged near the surface with concrete. Water level observations within Units 1 and 2 are summarized in Table 1. 2.3 Laboratory Investigation Laboratory tests were run on selected samples of soil obtained in the field investigation to help classify the soils and help evaluate pertinent engineering properties of the materials. All laboratory tests were run by Spectrum Global Services, Inc. The test results are presented on the boring logs. 3.0 GEOLOGIC AND SUBSURFACE CONDITIONS 3.1 Geology .. According to the Dallas Sheet of the Geologic Atlas of Texas, prepared by the Bureau of Economic Geology, The University of Texas at Austin, the primary geologic deposits in Tarrant County are Cretaceous age sediments which regionally dip east-southeast at roughly 50 feet per mile. The Cretaceous formations are exposed at the ground surface in bands a few miles wide that run north-northeast. The Cretaceous formations mapped at the ground surface in the study area include the Fort Worth Limestone, the Duck Creek Formation, and the Kiamichi Formation. These are mapped in the upland area generally northeast of Highway 199 and northwest of North Side Avenue. The Fort Worth Limestone and Duck Creek Formation, undivided, extend throughout most of the upland area. The Kiamichi Formation is shown in a narrow band at the lower part of the slopes. A narrow exposure of the Goodland Limestone is shown below the Kiamichi along Highway 199. The Fort Worth and Duck Creek Formations are also mapped east of the project area; the Kiamichi is probably present above the Clear Fork floodplain but exposed only farther south. The Fort Worth Limestone is described as alternating layers of limestone in beds 0.2 to 2 feet thick and calcareous clay in beds 0.1 to 5 feet thick. Its total thickness within Tarrant County is 25 to 35 feet. The Duck Creek Formation is described as limestone in beds 0.2 to 2 feet thick. In the Fort Worth area it is generally limestone and marl, and is about 60 feet thick The Kiamichi Formation is described as calcareous clay and limestone in alternating units 0.1 to 5 feet thick,with some sandstone. In the Fort Worth area the Kiamichi is predominately weak clay e„ shale, and the formation is about 25 feet thick. The Goodland Limestone is about 100 feet thick and is mostly limestone with a few thin shale beds. The Goodland Limestone is underlain by the Walnut Clay, which is not exposed near the project. The Walnut Clay is generally described as about 30 feet thick and consisting of about equal parts of shale and limestone, but in the Fort Worth area it is generally mostly limestone. The Geologic atlas also shows Quaternary Terrace deposits and Alluvium in the study area southeast of about 14th and Harrington Streets. The Alluvium is associated with the modern floodplains of the West Fork and Clear Fork of the Trinity River. Most of these areas are now protected by levees. The Terrace deposits are older floodplain deposits of the same rivers, no longer subject to periodic flooding because the rivers have cut down to lower base elevations. The terrace and recent alluvium in the river valley are probably underlain by the Goodland Limestone followed by the Walnut Clay. The Tarrant County Soil Survey,prepared by the USDA Soil Conservation Service,maps the soil types found within about seven feet below the ground surface. The Survey shows several soil types along the proposed pipeline route. They can be classified for our purposes as follows: • Soils associated with the floodplain alluvium (Frio-Urban Land Complex), consisting of alkaline silty clay and silty clay loam to a depth of about seven feet. • Soils associated with the Quaternary Terrace alluvial soils(Bastsil-Urban Land,Luckenbach- Urban Land and Sunev-Urban Land Complexes). The Bastsil is sandy loam over sandy clay loam,the Luckenbach is clay and clay loam, and the Sunev is clay loam to depths of 5 to 7 feet. • Soils associated with weathered shallow limestone(Aledo-Bolan-Urban Land,Aledo-Urban Land, and Bolar-Urban Land Complexes). These soils typically have gravelly silty soils with limestone fragments to depths of about 17 to 30 inches, underlain by coarsely fractured limestone. • Soils associated with calcareous marine clays(Sanger-Urban Land Complex), consisting of alkaline calcareous clay with limestone fragments in the lower part. •Urban Land, areas where the natural soil conditions are obscured by construction,is mapped primarily in the floodplain. The floodplain soils are shown from the Holly Water Treatment plant to about where the route leaves the Jacksboro Highway and aligns with Harrington, and the terrace soils continue from that point to about 14th Street. No recent alluvium is mapped in the Unit 1 and 2 project areas. Terrace alluvium is shown from Northside Drive to about 14th Street. All the other soil types listed above appear in the remainder of the Units 1 and 2 areas. In the Soil Survey Report, soils associated with shallow limestone predominate from 14th Street to the Northside Pump Station except for three areas between 16th and 25th Streets, where the soils associated with marine clay are shown. 3.2 Soils 3.2.1 Terrace Soils No borings were drilled in the part of Units 1 and 2 where terrace soils are mapped. Boring B-10 is located in an area mapped as an alluvial terrace, but which has obviously been raised with a thick fill. Fill, consisting of clay and rubble,was encountered to a depth of 17 feet,underlain by very stiff black sandy lean clay to the bottom of the boring at a depth of 21 feet. 3.2.2 Upland Soils = The soils encountered by Borings B-11 through B-14 appeared to be residual soils derived from weathering of the limestone and shale bedrock. They were mostly stiff to very stiff lean clays, often with scattered rock fragments. Thin layers of weathered limestone were encountered within the clays at Borings B-11 and B-14. 3.3 Bedrock Bedrock was encountered in Borings B-12, B-13, and B-13A. Borings B-12 and B-13A were continued into the rock by coring. Boring B-12 encountered weathered limestone with thin clay layers from about 2 to 15 feet, followed by unweathered shale with thin limestone layers to the bottom of the boring at 19 feet. Boring B-13A encountered weathered limestone with clay from about 5 to 8 feet, followed by unweathered limestone and shale layers to the bottom of the boring at 4 15.3 feet. Rock Quality Designations(RQD)of the cores ranged from 28 to 48 percent. A sample of limestone from B-12 showed a compressive strength of 151 tons per square foot(tsf), and a sample of shale showed a strength of 4.2 tsf. The report by Terra-Mar for the new tank to be built at the Northside Pump Station site shows about 3 to 6 feet of silty clay underlain by limestone to about 12 or 13 feet,followed by about 13 feet of shale followed by additional limestone to a depth of 40 feet. The borings were reported as dry. 3.4 Groundwater In Units 1 and 2, water was detected entering Boring B-11 during drilling. The water level stood 3.3 feet below the ground surface three days after drilling. Drilling fluid was introduced into boring B-12 at a depth of 4 feet, preventing further observations. The boring was left nearly full of drilling water after completion;the water level had dropped to 13.6 feet three days later. Borings B- 13 and B-14 remained dry during and after drilling. The geologic conditions in the uplands are conducive to perched groundwater conditions, where water is trapped within a relatively permeable soil or fractured rock layer above a relatively impermeable clay or shale layer. We expect that groundwater conditions in the uplands are rather erratic due to variations in surface drainage,infiltration, elevation, and the permeability ofthe soil and rock formations. The subsurface water conditions in the area probably fluctuate with seasonal and climatic changes as well. 4.0 DISCUSSION AND RECOMMENDATIONS 4.1 Trench Excavation The proposed pipeline will be buried with a minimum cover of six feet,so the necessary trench depth will generally be about 11 to 15 feet. Vaults for several butterfly valves will require M* excavations to depths of about 13 to 17 feet. The invert at the tunneled crossing at Ephriham Avenue will be about 23 feet below the ground surface. The borings indicate that the soils that will be encountered within the required trench depth at some locations consist of very stiff to hard lean and fat clays, often with thin layers of weathered limestone. Such clays generally can be excavated using backhoes or trenchers and expected to stand unsupported in vertical cuts for reasonable periods of time. The clays are fractured, and moveable shields will be necessary to protect personnel from falling blocks and localized slides. Other material types encountered by the borings included weathered and unweathered limestone and shale overlain by various thickness of clay. Similar methods of excavation and support will likely be appropriate, but production will be reduced, and heavier equipment fitted for rock excavation will be necessary. The rock formations may include more massively-bedded unweathered limestone that may be quite i, difficult to excavate with backhoes. If such layers are encountered, the use of an appropriate rock trencher may be beneficial. r We expect that considerable variation in subsurface conditions will be encountered along the route due to the layered nature of the rock formations, variable depth of soil development and - weathering, and variations in elevation. However, the overall slope of the main is similar to the regional dip of the rock formations, so the same layers may be encountered several times or persist for fairly long distances along the project. Groundwater was observed only at Boring B-11 and possibly at B-12, but will likely be encountered during excavation at additional locations. Some trench wall instability may occur where water is encountered. Sumps and pumps will be needed to remove groundwater that enters the trench. The soils and rocks do not appear to be suited for dewatering with wellpoints or wells. 4.2 Embedment and Backfill The pipe will be either prestressed concrete with a steel cylinder or mortar coated steel. Both types are considered flexible and require compacted granular bedding and embedment material beneath and alongside the pipe for reliable vertical and lateral support. = None of the soils to be excavated are suitable for pipe embedment. It is possible but unlikely that the use of a rock trencher could produce suitable bedding and embedment material if a layer of limestone without clay layers is found and materials are carefully separated. Otherwise, imported bedding and embedment material will be needed. The observed lean clays generally are suitable for backfill above the pipe envelope in non-load bearing areas. The clays generally exhibit plasticity indices greater than 20. They become hard when dry and soft and sticky when wet. They will be difficult to process to near optimum water content as needed for compaction. With effort, the excavated soils could be processed and compacted to the density needed to support pavements, but they will be subject to some shrinkage and swelling that can distort the pavements. The existing subgrade soils also are subject to moderate swelling and shrinkage, but it is unlikely that the backfill can be made to move the same amount as the adjacent existing soils with environmental changes, so some differential pavement movement may be unavoidable. The use of imported non-expansive select soil for backfill in critical paved areas is preferable to using the excavated soils because select fill will have higher long-term strength, is less subject to seasonal volume change, and will be easier to process and compact. Even with select backfill, some differential pavement movement may f develop over time. 4.3 Bored Crossings The proposed bored street crossings in Units 1 and 2 occur at Ephriham Avenue, Long Avenue, 24`" Stret, and near 18'' Street. Borings B-13 and B-13A indicate that limestone bedrock will be encountered at Ephriham Avenue, and rock tunneling methods will be needed. Boring B- 14 indicates very stiff to hard clay at Long Avenue, but limestone or shale may exist at greater depths. No borings were drilled near the other two locations. The general geologic information = indicates that the likely materials include stiff to hard clays, shale, and limestone. Perched groundwater conditions may b encountered 4.4 Butterfly Valve Vaults Butterfly valves in concrete vaults are planned at several locations within Units 1 and 2. The vaults must be designed to withstand lateral earth pressures and buoyancy as well as loads exerted by the pipe and by traffic. Most of the excavations will likely be made in clay and bedrock and can readily trap and hold water. Although groundwater may not be encountered during construction at some of the vault locations, the full depth of the backfill could become saturated by surface water at some time during construction or by water migrating along the pipe trench after construction. Design MN should assume loadings associated with both saturated and unsaturated soil conditions. We recommend the vaults be founded on continuous reinforced concrete mat foundations designed to resist full hydrostatic uplift pressures. An allowable gross soil bearing pressure of 3000 pounds per square foot may be assumed. Lateral earth and groundwater pressures equivalent to the pressure exerted by a fluid weighing 90 pounds per cubic foot may be assumed for wall design. A surcharge equal to an additional two-foot depth of soil should be assumed for construction and traffic loadings on the ground near the walls. Hydrostatic uplift should be resisted using the weight of the structure, pipe and valve. In addition, if the base extends at least 12 inches beyond the walls, the buoyant weight of the soil within a 2 vertical to 1 horizontal slope extending from the lip of the base may be considered to resist uplift. The soil can be assumed to have a buoyant unit weight of 65 pounds per cubic foot. A safety factor of at least 1.3 should be developed with regard to uplift under these assumptions. 4.5 Groundwater Movement The clean granular materials specified for pipe bedding and backfill can have much higher permeability than the clays surrounding the trench. Groundwater encountered along the route or - water that enters the trench from the surface or from leaking pipes nearby can travel along the pipe in the bedding. It can collect in low areas or where the bedding is discontinuous and build up sufficient .. pressure to reach the ground surface, creating springs, causing the soil to swell and heave the pavement, and reducing the pavement life. Because of the relatively large changes in elevation within Units 1 and 2, consideration should be given to installing subdrains at selected locations along the main to drain water from the bedding into storm sewers,and/or to placing concrete dams around the pipe to retard water movement. r. 5.0 CONTINUITY The geotechnical engineer should be requested to review the completed plans and specifications to confirm that the design is consistent with the subsurface conditions indicated by the investigation. The construction should be observed and tested by qualified personnel. The geotechnical engineer should be requested to visit the site periodically to observe exposed subsurface conditions and construction procedures and to review the construction observation reports. t 6.0 LIMITATIONS i The conclusions and recommendations presented in this report are based on the assumptions that the scope of the construction project as described will not change appreciably and that significant variations in soil properties from those encountered by our investigation do not exist. The borings were spaced as closely as economically feasible, but some variations in soil properties between the borings probably exist. The nature and extent of variations between the borings may become evident during construction. If any conditions notably different from those described here are encountered during excavation, we should be immediately notified and requested to observe exposed conditions. After making these observations and noting the engineering significance of variations,we will advise you of any changes in recommendations believed appropriate. dh The conclusions and recommendations given in this report are based on our analysis of the data collected for this project. Additive conclusions or recommendations made from these data by others are their responsibility. The information and recommendations presented in this report should not be used for other projects or purposes. Table 1 SUMMARY OF WATER LEVEL OBSERVATIONS Boring Surface Water Entry During Number Elevation, Feet Date Drilled Drilling Water Level After Completion epth, Depth, feet I Elevation Date feet 'E=levation B-11 599.8 31-Jan-03 8 591.8 3-Feb-03 3.33 596.47 B-12 627.19 31-Jan-03 3-Feb-03 13.58 613.61 B-13 660.3 27-Jan-03 Dry B-14 708.1 31-Jan-03 Dry No water entry before beginning to core at 4 feet. r NORTHSIDE Ii z-_ WATER STORAGE NE 3 TANKS !�\ \\\ / z — — w 3FTU� 11 �t 367TH �< \l� ��ti �`? ` 5711 w -� - 1 - MAYUELL oI) pppp���� W3510 II \ \ ' - -_IMF IJFI -I'17 .511H 0 1 i TQ NE 3'NU 32 Ti_ -17 II S ;1`1 (UC cY I 3011 1- \�\`2J\,y\?� If� - - -`Y k _ 1 (' c 29 _ p UE 7�1t1 z _.1__. - ,i rt� / 1 _LO AIN _-_.._-.. I. RA NE - L (tAI�VF - fn` L I- r/\V —27 - - I \�-` oll p ii n TREATMENT cc _ _ a n _ CRESTLINE PLANT ��SF� ! iR 1kN , ti ti WABUR lj 1 rr AEI �z!� / T NITY EY -- I Y +r HARE ul_ —./`�C� QI� �\ /YAQK ` �:. EiIC 1' ' rt, I g .;AYEI C_ �f".�. I Ji�>iETf L FAYE k _ _ / 1 ^II / .if'UAI)Vd4•J ;S.-'!.._ i UEhT _ © � UExlut j i. LEGEND PHASE PROPOSED 51" 3 'F / f dRYCI C� C�RYCF TRANSMISSION MARL _.. UYF a _ �� / i PHASE II PROPOSED SI' 5 1 1 / j y TRANSMISSION MAIN WZO I ty ti O LINDEN Z ���.iT BOR1NOlACA'DON Ydm i s cJl $C01 LINWO 1) -� / °AM�o I I- << Y' ` EXHIBIT C -- LR HINC I �� ¢� ' 54" WATER - 34 GA _- TRANSMISSION MAIN n M,STL TI)E _ FROM NORTHSIDE II TO O 7 rl v' re a MA N)LIA _o�E - SOUTH HOLLY n.-_ t N- 1 z FARltls° WATER TREATMENT ro NuT EY - `a IJ LEOGE - mw , PLANT -- GEU)LS-0 ��� -N "\ 9" � H > AFFFu( o p FIOUI IITON i �1\N %� FP CI U.N_GSWORf —c _ 9- -. , _' —---- 2000' U W F W� r�Lf YY ,PL CJt�:�n /..�,, f ./ RIVE FRONT [/ 1 y, rr r I- �i PF Pw![M k.NICNO SCALE IN FEET m qw APPENDIX A go BORING LOGS r� r t r pw pft Fol PM BORING LOG LEGEND AND NOMENCLATURE r Items shown on boring logs refer to the following: 1. Depth - Depth below ground surface in feet 2. Sample - Types designated by letter: S - Split barrel sample,obtained by driving a 2-inch split-barrel sampler unless otherwise noted. U - Undisturbed sample,obtained using a 3-inch-diameter thin-walled tube and open sampling head. NX - Core sample,obtained using an NX-sized core barrel with carbide bit. Recovery -Sample or Core recovery is the length recovered divided by the total length cored,pushed,or driven, expressed as a percentage. a Resistance -For split-barrel sampling,resistance is designated as follows: 3/6/7-Numbers indicate blows per 6 inches of penetration of split spoon sampler driven by a 140-pound hammer falling 30 inches. The Standard Penetration Resistance is the number of blows for ~ the last 12 inches of penetration of the split spoon sampler. 50/4" -Number of blows to drive sampler distance shown. PP — Pocket penetrometer reading in tons per square foot. i RQD— Rock Quality Designation, calculated as the total length of unfractured pieces more than 4 inches long divided by the total length cored,expressed as a percentage. �- 3. Description-Description of material according to the Unified Soil Classification: word description giving soil constituents,consistency or density,and other appropriate classification characteristics. A solid line indicates an approximate location of stratigraphic change. Descriptions may include pertinent observations including type of ` boring,water seepage,fluid loss,boring termination depth,etc. 4. Lend - AD - After drilling ND - Not detectable due to drilling method ATD - At time of drilling NR - Not recorded HSA - Hollow stem auger RWB - Rotary wash boring r CFA - Continuous Flight Auger - Water entry depth at time of drilling DWR - Drill water return = - Water level in boring at time shown after drilling NA - Not Applicable 5. Remarks—may include the results of field tests or other special observations. 6. Limitations The lines between materials shown on the boring logs represent approximate boundaries between material types. The changes may be gradual. Water level readings shown on the logs were made at the time and under the conditions indicated. Fluctuations in the water levels may occur with time. The boring logs in this report are subject to the limitations, explanations and conclusions of this report. r r T i e. ew LOG OF BORING NO. B-11 Sheet 1 of 1 Project Description: Holly 54-inch Water Main From Holly WTP to Northside Pump Station Project No.: FTW02335 Project Location Fort Worth,TX Task No. Logged By: C.Easton Date: 01/31103 Drilled By: Joe Dwyer Rig: CME-45 Method: 4"CFA SAMPLE e Surface E1.: 599.8'MSL wul -i Total Depth: 15.5Feet U): Z z W Z C3 V Ix Z = N to J '� I a X c7 7d 2 v Ix B Q°o U E IL a ai o w 0B Toe _a w g U) ui M MATERIAL DESCRIPTION z � ; J a a Stiff,black,moist,lean CLAY(CL) 597.8 Ill Stiff,yellow brown,moist,lean CLAY w/sand (CL),w/thin layers of weathered limestone S 61 smn 16 67 41 18 23 5 S 61 � Y - S 33 3.7 211)u14 10 - S 56 unn2 15 584.3 TD=15.5' ff i 00 20 25 30 a O C7 _ K W yH Q R-35- U Water Entered @ 8.0 feet ATD Remarks: N Water Level Surface 3.3 feet 3 DaysAD i! LL i The stratification lines represent approximate strata boundaries. o FREESE AND NICHOLS,INC. In situ,the transition may be gradual. LOG OF BORING NO. B-12 Sheet 1 of 1 Project Description: Holly 54-inch Water Main From Holly WTP to Northside Pump Station Project No.: FTW02335 Project Location Fort Worth,TX Task No. Logged By: C.Easton Date: 01131/03 ar Drilled By: Joe Dwyer Rig: CME-45 Method: 4"CFA and Rotary Corh g SAMPLE at Surface El.: 627.2'MSL ~ U) H = .� o zU o Total Depth: 19.1Feet W = w W Z a Z F- z a �_ L) c � 9L w w 0 w v_ ro o g F W � MATERIAL DESCRIPTION z w 3 Z J a a Firm,black,lean CLAY(CL) 625.7 Hard,tan LIMESTONE # 74 28 Moderately hard,weak,white and tan, r 5 weathered LIMESTONE w/hard yellow-brown clay layers at 5.1'-5.6',6.8'-6.9',8.4'-8.5',& 8.6'-8.8' X# 74 28 10 About 5 thin layers of clay between 9.1'&14.1' About 3.5'of limestone recovered X# 68 48 151,5 3 134 15 612.2 Very weak,low hardness,gray,unweathered clay SHALE w/a few thin limestone layers 4.2 16 108 rift 609.2 Weak,gray ar illaceous LIMESTONE 608. Very weak a HALE 608. 20 _ 25 0 30 0 w - �R a 35 c� Water Entered @ feet ATp Remarks: 'No water entry before coring began at 4.0'. Boring full of drill water at completion. Water Level Surface 13.6 feet 3 DaySAD ° The stratification lines represent approximate strata boundaries. a o FREESE AND NICHOLS, INC situ,the transition may be gradual. LOG OF BORING NO. B-13 Sheet 1 of 1 Project Description: Holly 54-inch Water Main From Holly WTP to Northside Pump Station Project No.: FTW02335 Project Location Fort Worth,TX Task No. Logged By: C.Easton Date: 01/27/03 ■ Drilled By: Sheldon Lauritsen Rig: CME-45 Method: 4"CFA SAMPLE I Surface El.: 660.3'MSL N q Z X 2 wW Total Depth: 14.4Feet W 4- IU- u"7 3 L zz ` uJ g O L) Qo G H ~ iY F- Z G t1 N to V O p a N �� 55 w MATERIAL DESCRIPTION z cc a g Concrete sidewalk Firm,dark brown,lean CLAY w/sand(CL),w/ rock fragments 657.3 Very stiff,yellow-brown,lean CLAY w/sand S 89 �•�• (CL),w/limestone fragments and layers rq a„ 5 (residual soil) 10 42 18 24 S0 s•us° 652.8 Moderately hard,weak,gray,unweathered argMaceons LIMESTONE 100 s'n" 10 say 0 s.n- 646.2 15 TD=14.4' Aw 20 25 w OL 30 a_ ok 0 c� UJ W � 35 Water Entered @ None feet ATD Remarks: N IWater Level Surface Nonefeet 0 Hrs AD 0 N EFREESE AND NICHOLS INC. The stratification lines represent approximate strata boundaries. , In situ,the transition may be gradual. .r► LOG OF BORING NO. B-13A Sheet 1 of 1 Project Description: Holly 54-inch Water Main From Holly WTP to Northside Pump Station Project No.: FTW02335 Project Location Fort Worth,TX Task No. Logged By: C.Easton Date: 02/06103 Drilled By: Joe Dwyer Rig: CME-45 Method: 4"CFA and Rotary Cori g ' SAMPLE o LU Surface El.: 660.3'MSL N Iz C=9 F- u� 2° W Total Depth: 15.3Feet W-- + Z W 2 3 U1 CL 0 WO a Lu 0. a n co O W M O n in V = I.- e= J J y a u MATERIAL DESCRIPTION ? a Not logged;see B-13 5 655.0 �—X#1 78 44 Tan to brown weathered LIMESTONE 654.4 Hard,brown,calcareous CLAY(CL) 653.1 Moderately hard,weak,light grey streaked w/ 652.3 dark grey,LIMESTONE w/shale layers @ 8.7'-8.9' 93'-9S' weathered to 8.0' 10 Alternating layers of moderately hard,weak, X# 72 34 light to dark gray LIMESTONE and low hardness,weak,dark gray shale,unweathered s. -15-- 645.0 TD=153' _ ati 20 r 25 rr Mo 30 0 w _ r 35 Water Entered @ feet ATD Remarks: •No water entry before coring began at 531. Boring full of drill water at completion. Water Level Surface Nonefeet 0 HrS AD LL A N N O FREESE AND NICHOLS INC. The stratification lines represent approximate strata boundaries. o In situ,the transition may be gradual. LOG OF BORING NO. B-14 Sheet 1 of 1 Project Description: Holly 54-inch Water Main From Holly WTP to Northside Pump Station Project No.: FTW02335 Project Location Fort Worth,TX Task No. Logged By: C.Easton Date: 01/31/03 MIS Drilled By: Joe Dwyer Rig: CME-45 Method: 4"CFA SAMPLE e F- Surface El.: 708.1'MSL wa W _J Total Depth: 15.5 Feet W.��. W - Z f z 3U y CL o p CL y rn 0 z U a°Z .�. z MATERIAL DESCRIPTION z N d g D CL U 54 4.0 r Very stiff,dark brown lean CLAY CL Very stiff,light brown-tan,lean CLAY w/sand (CL) Hard,tan,silty,calcareous CLAY(CL) U 42 4.5+ 11 82 28 16 12 Gradual transition from residual soil to highly 100 r weathered limestone S 22 28A3/1 700.1 Hard,moist,yellow-brown,calcareous,fat, 67 45 r sandy CLAY(CH)w/thin layers of highly 17 70 54 23 31 10 weathered limestone at 95'&11.5' AND S 50 13/23/1 it S 100 tonlul 15 692.6 TD=155' 20 25 aw s-30- a - 0 a w 35 Water Entered @ None feet AM Remarks: N Water Level Surface Nonefeet 0 Hrs AD N z FREESE AND NICHOLS INC. The stratification lines represent approximate strata boundaries. ® In situ,the transition may be gradual. APPENDIX B .� PHOTOGRAPHS OF ROCK CORES t r I� yam} I � t - - ray r { _ ,* -. � - ll Y� s +'• d Cores from Boring B-13A APPENDIX D STREET CORINGS 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: NORTHSIDE 2 WATER MAIN EXTENSION LOVING DOE NO. : 3635 FUND CODE: 01 HOLE # 1 LAB NO: 15488 LOCATION: CL OF-LOVING 300' NORTH OF 25'r3 ST. 3 . 00" HMAC 13 . 00" REDDISH BROWN SAND W/GRAVEL 4 . 00" REDDISH BROWN CLAY ATTERBURG LIMITS: LL: 26. 8 PL: 18 . 2 PI: 8 . 6 SHRKG: 5 . 0% *� MUNSEL COLOR CHART: 6/3 PALE BROWN SAND CLAY UNIT WEIGHT: 138 . 0 #/CFT HOLE # 2 LAB NO: 15489 LOCATION: E/4 OF LOVING 20' NORTH OF 25TB ST. 4 . 50" HMAC 15. 50" REDDISH BROWN SAND W/GRAVEL ATTERBURG LIMITS: LL: 34 . 2 PL: 20 . 5 PI : 13 . 7 SHRKG: 6. 0% MUNSEL COLOR CHART: 6/3 PALE BROWN SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 3 LAB NO: 15490 LOCATION: 2410 LOVING CL 3 . 00" HMAC ` 13 . 00" REDDISH BROWN SAND W/GRAVEL 4 . 00" DARK BROWN CLAY ATTERBURG LIMITS : LL: 56 . 8 PL: 26. 9 PI : 29. 9 SHRKG: 154% MUNSEL COLOR CHART: 5/1 GRAY CLAY UNIT WEIGHT: 138 . 0 #/CFT HOLE # 4 LAB NO: 15491 LOCATION: 2322 LOVING E/4 2 . 50" HMAC 13 . 50" REDDISH BROWN SAND W/GRAVEL 4 . 00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 46 . 2 PL: 23. 0 PI : 23 . 2 SHRKG: 13 . 0% MUNSEL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 135. 0 #/CFT 2 DOE # 3635 HOLE # 5 LAB NO: 15492 LOCATION: 2300 LOVING CL 4 . 00" HMAC 7 . 00" CONCRETE (SAMPLE DAMAGED NO PSI) 9. 00" TAN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 38 . 1 PL: 18 . 5 PI : 19. 6 SHRKG: 10 . 0% MUNSEL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 6 LAB NO: 15493 LOCATION: 2205 LOVING W/4 pm 8 . 00" HMAC 12. 00" TAN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 29 . 8 PL: 12 . 1 PI: 17 . 7 SHRKG: 8 . 0% MUNSEL COLOR CHART: 7/2 LIGHT GRAY CLAY UNIT WEIGHT: N/A #/CFT HOLE # 7 LAB NO: 15494 LOCATION : 2107 LOVING CL 6. 00" HMAC 14 . 00" BROWN SANDY CLAY W/GRAVEL y ATTERBURG LIMITS: LL: 28 .2 PL: 16. 8 PI : 11. 4 SHRKG: 6. 0% MUNSEL COLOR CHART: 7/2 LIGHT GRAY SANDY CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 8 LAB NO: 15495 LOCATION: 2006 LOVING E/4 2 . 50" HMAC po 8 . 50" TAN SANDY CLAY W/GRAVEL 9. 00" BROWN CLAY ATTERBURG LIMITS: LL: 40 . 4 PL: 20. 1 PI : 20 . 3 SHRKG: 11 . 0% MUNSEL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 135. 0 #/CFT APPROVAL: 4EYRI ROUTING DATE TESTED: 04-11-03 JOSEPH GAGLIARDI " DATE REPORTED: 05-02-03 ABE CALDERON TESTED BY: SOIL LAB DENA JOHNSON FILE A d� 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: NORTHSIDE 2 WATER MAIN EXTENSION 20" STREET DOE NO. : 3635 FUND CODE: 01 HOLE # 1 LAB NO: 15471 LOCATION: CL OF 20" ST. 25' EAST OF COLUMBUS AVE . 3 .00" HMAC ' 4 .00" GRAY SANDY CLAY W/GRAVEL 11 . 00" TAN SANDY CLAY W/GRAVEL 2.00" TAN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 33 . 1 PL: 17 . 4 PI : 15 . 7 SHRKG: 9. 0% MUNSEL COLOR CHART: 8/3 PALE YELLOW CLAY UNIT WEIGHT: 138 . 0 #/CFT HOLE # 2 LAB NO: 15472 LOCATION: N/4 OF 207H ST. 30' EAST OF LOVING 10 . 00" HMAC 4 . 00" TAN SANDY CLAY W/GRAVEL 6. 00" TAN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 36. 9 PL: 15 . 5 PI : 21 . 4 SHRKG: 10. 00 MUNSEL COLOR CHART: 8/3 PALE YELLOW CLAY UNIT WEIGHT: N/A #/CFT APPROVAL: YM4ERI '�` ` ROUTING DATE TESTED: 04-14-03 JOSEPH GAGLIARDI DATE REPORTED: 05-01-03 ABE CALDERON TESTED BY: SOIL LAB DENA JOHNSON FILE 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR „ TEST HOLE AND PLASTICITY INDEX PROJECT: NORTHSIDE 2 WATER MAIN EXTENSION HARRINGTON DOE NO. : 3635 FUND CODE: 01 HOLE # 1 LAB NO: 15477 LOCATION: 1815 HARRINGTON CL 3 . 00" HMAC 13. 00" REDDISH BROWN SANDY CLAY W/GRAVEL 4 . 00" BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 29. 0 PL: 15 . 7 PI : 13 . 3 SHRKG: 8 . 0% MUNSEL COLOR CHART: 7/3 PINK SANDY CLAY UNIT WEIGHT: 138 . 0 #/CFT HOLE # 2 LAB NO: 15478 LOCATION: 1715 HARRINGTON S/4 2 . 00" HMAC 7. 50" CONCRETE (COMPRESSIVE STRENGTH 6344 PSI) 10.00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 49 . 4 PL: 21 . 3 PI : 28 . 1 SHRKG: 14 . 0% MUNSEL COLOR CHART: 6/1 GRAY CLAY UNIT WEIGHT: 133 . 0 #/CFT HOLE # 3 LAB NO: 15479 LOCATION: 1608 HARRINGTON CL 4. 50" HMAC 7 . 50" CONCRETE (COMPRESSIVE STRENGTH 3876 PSI) 8 . 00" SAND (NO SAMPLE FO PI COULD BE EXTRACTED DUE TO A VOID UNDER STREET HOLE # 4 LAB NO: 15479 LOCATION: 1504 HARRINGTON N/4 4 . 50" HMAC 11 . 00" TAN SANDY CLAY W/GRAVEL 4. 50" BROWN CLAY ATTERBURG LIMITS: LL: 40 . 4 PL: 24 . 4 PI : 17 . 0 SHRKG: 10 . 0% MUNSEL COLOR CHART: 4/2 DARK GRAYISH BROWN CLAY UNIT WEIGHT: 146. 0 #/CFT HOLE # 5 LAB NO: 15480 LOCATION: 1406 HARRINGTON CL 4 . 00" HMAC 4 . 00" CONCRETE (COMPRESSIVE STRENGTH 2896 PSI) 12. 00" TAN SAND W/GRAVEL ATTERBURG LIMITS: LL: 30 . 1 PL: 15 . 3 PI : 14 . 8 SHRKG: 7 . 0% MUNSEL COLOR CHART: 8/2 VERY PALE BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT 2` DOE # 3635 HOLE # 6 LAB NO: 15481 LOCATION: 1309 HARRINGTON N/4 4 . 50" HMAC 10 . 50" TAN SAND W/GRAVEL 5 . 00" REDDISH BROWN CLAY ATTERBURG LIMITS: LL: 37 . 4 PL: 18 . 8 PI: 18 . 6 SHRKG: 12 . 0% MUNSEL COLOR CHART: 5/3 BROWN CLAY UNIT WEIGHT: 146. 0 #/CFT APPROVAL: RY JERI ROUTING DATE TESTED: 04-15-03 JOSEPH GAGLIARDI DATE REPORTED: 05-02-03 ABE CALDERON TESTED BY: SOIL LAB DENA JOHNSON FILE wr *,r i CITY OF FORT WORTH CONSTRUCTION SERVICES a LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: NORTHSIDE 2 WATER MAIN EXTENSION NORTHSIDE DRIVE DOE NO. : 3635 } FUND CODE: 01 HOLE # 1 LAB NO: 15487 i LOCATION: E/4 OF NORTHSIDE DR. 30' SOUTH OF HARRINGTON 3 . 00" HMAC 8 . 00" CONCRETE (COMPRESSIVE SRENGTH 6742 PSI) 9. 00" RED SAND W/GRAVEL ATTERBURG LIMITS: LL: 29. 4 PL: 16. 2 PI : 13 . 2 SHRKG: 8 . 0% MUNSEL COLOR CHART: 5/4 BROWN SANDY CLAY UNIT WEIGHT: N/A #/CFT APPROVAL: i JERI ROUTING DATE TESTED: 04-15-03 JOSEPH GAGLIARDI DATE REPORTED: 05-02-03 ABE CALDERON TESTED BY: SOIL LAB DENA JOHNSON FILE City of Fort Worth, Texas "Cogoir And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 8/19/03 **C-19718 30JOHNBURNS 1 of 3 SUBJECT EXECUTE A CONTRACT WITH JOHN BURNS CONSTRUCTION COMPANY OF TEXAS FOR CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXENSION, PHASE I, UNIT 2, ALTERNATE "A", FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with John Burns Construction Company of Texas, in the amount of $3,320,658.00 and 325 calendar days, for construction of the Holly 54-inch Water Main Extension, Phase I, Unit 2, Alternate "A", from Azle Avenue to the Northside Pump Station. DISCUSSION: On June 18, 2002 (M&C C-19124), the City Council authorized the City Manager to execute an engineering agreement with Freese & Nichols, Inc. to prepare plans and specifications for the Holly 54- inch Water Main Extension, Contract 1. The project will provide increased water service delivery and reliability to satisfy current and future demands in the rapidly growing northern sector of the City. This project has been divided into three units. Unit 1 is in the process of being awarded, and Unit 3 will be advertised in October 2003. Unit 2 consists primarily of the installation of approximately 9,400 linear feet of 54-inch bar wrapped concrete cylinder pipe (Alternate "A") water main on: • Loving Avenue from NW 26th Street to NW 20th Street; and • Harrington Avenue from NW 20th Street to Northside Drive. Unit 2 also consists of the installation of 490 linear feet of 24-inch water pipe on 20th Street from Homan Street to Pear Street. After the proposed improvements are complete, the following streets will be pulverized and overlayed with asphalt: • Loving Avenue from NW 26th Street to 20th Street; and • 20th Street from Loving Avenue to Pearl Avenue; and • Harrington Avenue from 18th Street to Northside Drive. The identified streets are located within the project limits and will be impacted by construction. City of Fort Worth, Texas "agar and council Communication DATE REFERENCE NUMBER LOG NAME I AGE 8/19/03 **C-19718 30JOHNBURNS 2 of 3 SUBJECT EXECUTE A CONTRACT WITH JOHN BURNS CONSTRUCTION COMPANY OF TEXAS FOR CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXENSION, PHASE I, UNIT 2, ALTERNATE "A", FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION This project was advertised for bid on May 15 and 22, 2003. On June 26, 2003, the following bids were received: Alternate "A" Alternate "B" Alternate "C" Alternate "D" Concrete Pipe Steel Pipe Steel Pipe Ductile Bidder (Bar Wrapped) (Poly Coated) (Mortar Coat) Iron Pipe John Burns Construction $3,320,658.00 No Bid No Bid No Bid Company of Texas T. J. Lambert Construction, Inc. $3,769,526.00 No Bid $3,672,122.00 No Bid Tri-Tech Construction, Inc. No Bid No Bid $3,711,047.00 No Bid Holloman Corporation No Bid No Bid $3,760,378.94 No Bid Diversified Impact Utilities, Ltd. $3,790,168.00 No Bid No Bid No Bid William J. Schultz, Inc. d/b/a Circle "C" Construction Company $4,037,678.00 No Bid $3,973,250.00 No Bid Oscar Renda Construction, Inc. $3,972,070.00 No Bid $3,982,070.00 No Bid Jackson Construction, Ltd. $4,151,095.50 No Bid No Bid No Bid BRB Contractors, Inc. No Bid No Bid $4,263,692.00 No Bid S. J. Louis Construction No Bid $4,312,227.00 No Bid No Bid of Texas, LLP John Burns Construction Company of Texas is in compliance with the City's M/WBE Ordinance by committing to 13% M/WBE participation and demonstrating good faith effort. John Burns Construction Company of Texas identified several subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bids. The City's goal on this project is 21%. This project is located in COUNCIL [DISTRICTS 2 and 9, Mapsco 61 E and H. In addition to the contract cost, $166,032.00 is required for possible change orders and $232,446.00 is required for inspection/survey. t City of Fort Worth, Texas "agor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 8/19/03 **C-19718 30JOHNBURNS 3 of 3 SUBJECT EXECUTE A CONTRACT WITH JOHN BURNS CONSTRUCTION COMPANY OF TEXAS FOR CONSTRUCTION OF THE HOLLY 54-INCH WATER MAIN EXENSION, PHASE I, UNIT 2, ALTERNATE "A", FROM AZLE AVENUE TO THE NORTHSIDE PUMP STATION FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds will be available in the current capital budget, as appropriated, of the Water Capital Project Funds. MO:k Submitted for City Manager's FUND I ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Marc Ott 8476 Originating Department Head: Douglas Rademaker 6157 (from) APPROVED 08/19/03 P162 541200 060162141180 $3,320,658.00 Additional Information Contact: Douglas Rademaker 6157