Loading...
HomeMy WebLinkAboutContract 29289 General Contract DocigmenF,a & Specifications for CONSTRUCTION PLANS FOR RISINGER ROAD - SOUTHSIDE II WATER TRANSMISSION MAIN (CROWLEY RD. TO McCART AVE. PUMP STATION & GROUND STORAGE TANK) I E RETARY WATER PROJECT No. PW77-060770140510 jGI%AL curs c � pR D.O.E. No. 2968 r D.O.E.-FILE CONTRACTOR'S L3C3NDI'N CITY SECRETARY r CONSTRUCTION'S COPYDT OR CONTRACT NO. r CLIENT DEPARTMENT KENNETH BARR MAYOR rGARY W. JACKSON MARC A. OTT CITY MANAGER ASSISTANT CITY MANAGER A. DOUGLAS RADEMAKER. PE. DIRECTOR. DEPARTMENT OF ENGINEERING DALE A. FISSELER. PE. DIRECTOR. WATER DEPARTMENT ROBERT D. GO"DE. P.E. DIRECTOR. DEPARTMENT OF TRANSPORTATION & PUBLIC WC RM on Prepaaed Br. ✓ II fI, 1�E�1. "P0 . :5y RCVD „�titi�t♦ .:�ptE.OF TFxgt1 : LOPEZGARCIA GROUP 6850 Manhattan Blvd,Suite 300 r ,,..•..., Fort Worth,Texas 76120 S RICHARD W. ALB I N (817)446-1800 (817)446.1113 Fax .............................. :'Q e bpezgarciagroup 41388.com �. pm 7- 2-0- 03 2003 ' nUG 25 2003 15: 53 HP LRSERJET 3200 a - P- 2 0TY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No. I for RISINGER ROAD-SOUTHSIDE II WATER TRANSMISSION MAIN (Crowley Rd.to McCart Ave.Pump Station&Ground Storage Tank) WATER PROJECT No.PW77-060770 t40510 DOE No.2968 Addendum No. 1 issued—August 25,2003 Bid Receipt Date—September IL 2003 Bidders are hereby informed of the following changes to the plans,specifications and contract documents for the project. Bidders must acknowledge receipt of this Addendum below and.on the Proposal-Part B.. PART A-NOTICE TO BIDDERS -Remove the first sentence and replace with the following: "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,September 11,2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers." PART A-COMPREHENSIVE NOTICE TO BIDDERS -Remove the first sentence and replace with the following: "Addressed to Mr.Gary Jackson,City Manager of the City of Fort Worth,Texas,will be received at the Purchasing Ot$ce until 1:30 p.m.,September 11,2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers." Please acknowledge receipt of this addendum by placing a signed copy of the same into Yo ur proposal at the time of bidding. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non- responsive. Department of Engineering Rick Trice,PE Receipt Acknowledged: Manager,Consulting Services By. By: , S " c, for RAE Trice Manager,Engineering Services(DOE) Title: r c7�A`F. OF TFx9J'�## i*r RICHARD W. AL91N ............................ :..... a'. 41388' #A p'. ..C F,p lie � � 8-z5-a3 A-1 8-25-03 CITY OF FORT WORTH,TEXAS ® DEPARTMENT OF ENGINEERING ADDENDUM No.2 for RISINGER ROAD-SOUTHSIDE II WATER TRANSMISSION MAIN (Crowley Rd.to McCart Ave.Pump Station&Ground Storage Tank) WATER PROJECT No.PW77-060770 1 405 10 DOE No.2968 Addendum No.2 issued—September 4,2003 Bid Receipt Date—September I 1.2003 Bidders are hereby informed of the following changes to the plans,specifications and contract documents for the project. Bidders must acknowledge receipt of this Addendum below and on the Proposal-Part B. I. PROJECT MANUAL REVISIONS TABLE OF CONTENTS -Add the following to Part E: Section 02613 BURIED CONCRETE PRESSURE PIPE AND FITTINGS Section 02616 BURIED DUCTILE IRON PIPE AND FITTINGS Section 02617 BURIED STEEL PIPE AND FITTINGS Section 15640 JOINT BONDING AND ELECTRICAL ISOLATION Section 15641 CORROSION CONTROL TEST STATIONS Section 15642 MAGNESIUM ANODE COTHODIC PROTECTION SYSTEM -Add the following to Standard Figures&Details: TEST STATION SCHEDULE(S) CATHODIC TEST STATION DETAILS COMPREHENSIVE NOTICE TO BIDDERS-SUBMISSION OF BID AND AWARD OF CONTRACT -Remove the second sentence and replace with"The prospective bidder must submit their bid and complete the Bid Summary on Page B-7." PART B-PROPOSAL -Remove the Bid Proposal in its entirety and replace with the revised Bid Proposal-attached. PART E-MATERIAL SPECIFICATIONS -Add the following Sections-attached: Section 02613 BURIED CONCRETE PRESSURE PIPE AND FITTINGS Section 02616 BURIED DUCTILE IRON PIPE AND FITTINGS Section 02617 BURIED STEEL PIPE AND FITTINGS Section 15640 JOINT BONDING AND ELECTRICAL ISOLATION Section 15641 CORROSION CONTROL TEST STATIONS Section 15642 MAGNESIUM ANODE COTHODIC PROTECTION SYSTEM r A-1 9-4-03 ro PE STANDARD FIGURES&DETAILS -Add the following items-attached: 36"Diameter Test Station Schedule(Concrete Cylinder Pipe Option) 36"Diameter Test Station Schedule(Coated Steel and Ductile Iron Pipe Options) 16"Diameter Test Station Schedule(Concrete Cylinder Pipe,Coated Steel&Ductile Iron Pipe Options) CATHODIC TEST STATION DETAILS,A2-1 through A2-10 II. DRAWING REVISIONS SHEET 22.NOTES -Remove and Replace the last sentence of NOTE 1 with the following: "(CONTRACTOR SHALL RESTORE THE EXISTING GROUND SURFACE,AS WELL AS TEMPORARY RELOCATED FENCING TO ORIGINAL CONDITION. ALL'REMOVAL AND REPLACEMENT OF THE EXISTING GROUND SURFACE MATERIAL AND FENCING,AS WELL AS THE REMOVAL OF THE PROPOSED ADDITIONAL ASPHALT PAVEMENT,IS CONSIDERED SUBSIDIARY TO THE COST OF THE PROPOSED ADDITIONAL PAVEMENT-NO ADDITIONAL COMPENSATION WILL BE ALLOWED) " SHEET 22,SECTION B-B -Disregard all references to(SEE NOTE 1)and replace with(SEE NOTE 2): Please acknowledge receipt of this addendum by placing a signed copy of the same into your proposal at the time of bidding. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non- _ responsive. Department of Engineering Rick Trice,PE Receipt Acknowledged: Manager,Consulting Services By:.f.. _ m By: PO A Lj �af Rick Trice t Manager,Engineering Services(DOE) Title: r OF Tf 4 �Skit it r• RICHARD W. ALBIN r ..:.. .... ..� 41398 00,0�:��`C/S T ER�=� •A i1SS��• •'N r A-2 — - 3 9-4-03 r 1 CITY OF FORT WORTH,TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No.3 for RISINGER ROAD-SOUTHSIDE 11 WATER TRANSMISSION MAIN (Crowley Rd.to McCart Ave.Pump Station&Ground Storage Tank) WATER PROJECT No.PW77-060770140510 DOE No.2968 Addendum No.3 issued—September 9,2003 Bid Receipt Date—September 18 2003 Bidders are hereby informed of the following changes to the plans,specifications and contract documents for the project. Bidders must acknowledge receipt of this Addendum below and on the Proposal-Part B. I. PROJECT MANUAL REVISIONS PART A-NOTICE TO BIDDERS -Remove the first sentence and replace with the following: "Addressed to W.Gary Jackson,City Manager of the"City of Fort Worth,Texas,will be received at the Purchasing Office until 1:30 p.m.,September 18.2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers." PART A-COMPREHENSIVE NOTICE TO BIDDERS -Remove the first sentence and replace with the following: "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.,September 13,2003 and then publicly opened and read aloud at 2:00 p.m:W in the Council Chambers." PART E-MATERIAL SPECIFICATIONS Section 02617,BURIED STEEL PIPE AND FITTINGS,PART 1:GENERAL;1.03 SUBMITTALS,part D Design Data. -Remove number 3 and replace with the following: 3. The minimum wall thicknesses for the 16",24"and 36"diameter water pipes areas follows: 16"dia.-0.1046" 24"dia.-0.1563" 36"dia.-0.2188" Section 02617,BURIED STEEL PIPE AND FITTINGS,PART 1:GENERAL, 1.05 QUALITY ASSURANCE -Add the following as sub-section D: D. 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 manufacturer shall be certified under S-P.F.A.quality.certification program for steel pipe and accessory manufacturing. A-3 9-9-03 •' Please acknowledge receipt of this addendum by placing a signed copy of the same into your proposal at the time of bidding. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non- responsive. Department of Engineering Receipt Acknowledged: Stick Trice,PE Manager,Consulting Services By �By' 4, A Rick Trice Manager,Engineering Services(DOE) 'title: r,t;' •,tf ............................... RICHARD W. ALBIN .............................:.... + 41388 �t ' o• y�Ey/;f' f • I 1 A-3 9-9-03 r f TABLE OF CONTENTS Part A - Notice to Bidders Comprehensive Notice to Bidders Special Instructions to Bidders—Water Dept. Part B - Minority/Women Business Enterprise Policy Bid Proposal Part C - General Conditions —Water Dept. Part C1 - Supplementary Conditions to Part C — General Conditions —Water Dept. Part D - Special Conditions —Water Dept. Part DA - Additional Special Conditions —Water Dept. Part E - Material Specifications —Water Dept. Technical Specification for Manhole Joint Sealing Certificate of Insurance Contractor Compliance with Worker's Compensation Law Vendor Compliance to State Law Equipment Schedule Experience Record Part F - Performance Bond Payment Bond Maintenance Bond Part G - Contract Standard Figures & Details Appendix A - TXDOT Permit BNSF Railroad Permits Corp of Engineers Permit - Nationwide Permit 12 Permanent and Temporary Water Line Easements Pavement Coring Test Hole Results s PART A- NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS (WATER DEPT.) d. w r r r r. r r PART A NOTICE TO BIDDERS Sealed proposals for the following: FOR: Risinger Road — Southside II Water Transmission Main (Crowley Rd. to McCart Ave. Pump Station & Ground Storage Tank) Water Project No. PW77-060770140510 *� D.O.E. No. 2968 Addressed to Mr. Gary Jackson, Citv Manager of the City of Fort Worth, Texas, will be received at the � '�\Purchasing Office until 1:30 p.m.,5PFtem6r I1 ,2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Cont�Documents and Specifications for this project maybe obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. A fifty dollar($50)deposit is required for the first set of documents and additional sets may be purchased on a non-refundable basis for fifty dollars ($50) for each set. These documents contain additional information for prospective bidders. A mandatory pre-bid conference will be held on August 18,2003 beginning at 2:00 p.m. in the TPW Conference Room 293. Failure to attend the pre-bid conference shall result in the rejection of bid as non-responsive. The major work will consist of the following: 14,007 LF 8"-36"WATER PIPE 315 LF 16"WATER PIPE W/30" STEEL CASING 370 LF 36"WATER PIPE W/54" STEEL CASING 16 EA 8" GATE VALVES 4 EA 12" GATE VALVES 13 EA 16"-36" GATE VALVES &VAULTS 6243 SY PERMANENT ASPHALT PAVEMENT REPAIR For additional information, please contact Mr. Rakesh Chaubey, P.E., Project Manager,City of Fort Worth- Department of Engineering at 817/392-6051;Water main questions, Mr. Brent E. Lewis, Project Manager, LOPEZGARCIA GROUP at 817/446-1800. .. Advertising Dates: July 31, 2003 August 7, 2003 A-NTB(1) PART A COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: Risinger Road — Southside II Water Transmission Main (Crowley Rd. to McCart Ave. Pump Station & Ground Storage Tank) Water Project No. PW77-060770140510 D.O.E. No. 2968 Addressed to Mr. Gary Jackson, Citv Manager of the City of Fort Worth, Texas, will be received at the AMA (Purchasing Office until 1:30 p.m.,Seo;em1PerJ b2003 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth,Texas 76102. One set of documents will be provided to prospective bidders for a deposit of fifty dollars ($50). 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. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. A mandatory pre-bid conference will be held on August 18, 2003 beginning at 2:00 p.m. in the TPW Conference Room 293. Failure to attend the pre-bid conference shall result in the rejection of bid as non-responsive. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. .. The major work will consist of the following: 240 LF 8" DI WATER PIPE 60 LF 12" DI WATER PIPE 6,360 LF 16" WATER PIPE 315 LF 16"WATER PIPE W/30" STEEL CASING 62 LF 24" WATER PIPE 7,285 LF 36" WATER PIPE 370 LF 36"WATER PIPE W/54" STEEL CASING 16 EA 8" GATE VALVES 4 EA 12" GATE VALVES 8 EA 16" GATE VALVES & VAULTS 1 EA 24" GATE VALVES & VAULTS 4 EA 36" GATE VALVES &VAULTS 6243 SY PERMANENT ASPHALT PAVEMENT REPAIR Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety(90)days from the date bids are opened. The award of contract, if made,will be within ninety(90)days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Prospective bidders are herby informed that the City is in the process of acquiring the necessary permanent/temporary easements and permits for this project. Bidders shall hold their unit prices for as long as necessary for the City to obtain easements and permits. A-CNTB (1) PART A COMPREHENSIVE NOTICE TO BIDDERS Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 871-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. SUBMISSION OF BID AND AWARD OF CONTRACT This document is designed as a single construction contract. The prospective bidder must submit their bid and complete the Bid Summary on Page$-@. B-7. AdAI�2 In accordance with the City of Fort Worth Ordinance No. 15530,the City of Forth Worth has goals for the participation of minority business enterprises and women business enterprises in City contrcts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/ WBE UTILIZATION FORM, SUBCONTRACTOR / SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with documentation) and/or JOINT VENTURE FORM as appropirate. The documentation must be received by the managing department no later than 5:00 p.m., five (5) business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom the 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. The managing department for this project is the Department of Engineering. For additional information, please contact Mr. Rakesh Chaubey, P.E., Project Manager, City of Fort Worth - Department of Engineering at 817/392-6051; Water main questions, Mr. Brent E. Lewis, Project Manager, LOPEZGARCIA GROUP at 817/446-1800. i GARY JACKSON GLORIA PEARSON CITY MANAGER V I CITY SECRETARY By: [.n S < Ar Rick Trice, P.E., Manager, Department of Engineering, �. Engineering Services Division Advertising Dates: July 31, 2003 August 7, 2003 i A-CNTB (2) PART A SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other 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. e) The City, in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, • the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a • reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%)percent of the contract price will be required, Reference C 3-3.7. • LGGROUP No. 201006.00 A-SITB(1) ■ A 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: r (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 d' 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. I6. 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 i 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 iin 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 Istate. B 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 i 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. WGRQUP No.X01006.00 A-SITB(2) Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf,shall specify,in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, ,. SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("with Documentation")and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise _ (WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period 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. LGGROUP No. 201006.00 A-SITB(3) pw w PART B— MINORITY/WOMEN BUSINESS ENTERPRISE POLICY BID PROPOSAL ow IN po IN ON FO_ RTI WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS 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 and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is 20%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 M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: o enin g date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)871-6104. Rev.5/30/03 s ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form am PRIME COMPANY NAME: Check applicable block to describe prime Corla-lSe,r- Cow fkcf!oy-) (UC, M/W/DBE NON-M/W/DBE as PROJECT NAME: Risinger Road-Southside II Water Transmission Main BID DATE (Crowley Rd.to McCart Ave.Pump Station&Ground Storage Tank) q 1 )gaoz City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Water Project No.PW77-060770140510 20% % D.O.E.No.2968 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 s` tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 2 of a Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n N T Detail Detail Company Address ame e M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r B B R 0 B E E C T E A y ialS Tr y + SQ r d 36 stx��Ji ne Nw W LA I O- -tc� ego G ��I I D� Jur�lu.S �,47 000,00 7) 5�0 -a5,3 F e 0 i miX I &YX 6&33GV►neAwj 00 N k H IT Iw9v A0 L $i7) S 0-a53I (etile I Sid i r�q (9 mss �- P-D-&-A P01-1 , $ ywo oD �e► ��,r,TiC 109 W*(P►as r PQ- `a IIaS TX 15 PAo11�,oq�. ( � -cr7019 e r,0) kpyv►+ AspftA I �kl V1 db QD•�c 3�D �c.�.l esS �n 7 lov3q JI� �'� ��so a'6. �i0lllo�s 'Tx �531a Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 3 of 4 I Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. 40 Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D E E R 0 B C T E A Rev. 5/30/03 ATTACHMENT 1A FORT WORTH Page 4 of 4 i Total Dollar Amount of MIWBE Subcontractors/Suppliers $ O o �g x0. T Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ Cy f 01D TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of-not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. `-- CYt �. ". Aut i S' nature Printed Big tu re r Title 1 Contact Name/TM(if different) /� 1 Company Name i Telephone and/or Fax Address F,-)nait Ad Tess L I n q- 1S'' 3 city/StateiZip Date Nib W so Rev. 5/30/03 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE Risinger Road—Southside 11 Water Transmission Main BID DATE (Crowley Rd. to McCart Ave. Pump Station & Ground Storage Tank) City's M/WBE Project Goal: PROJECT NUMBER Water Project No. PW77-060770140510, D.O.E. No. 2968 20% If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1C. This form is only applicable if both 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 If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO this is your normal business 2ractice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business•practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIWBE(s)on this contract,the payment therefore and any proposed changes to the original M/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 M/WBEs 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 creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature - Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/statmop Date Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: L Check applicable block to describe i 0y), • rime PROJECT NAME: M/W/DBE NON-M/W/DBE Risinger Road—Southside II Water Transmission Main BID DATE (Crowley Rd. to McCart Ave. Pum p Station & Ground Storage Tank 9 $ City's M/WBE Project Goal: PROJECT NUMBER 20% Water Project No. PW77-060770140510, D.O.E. No. 2968 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or If your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in Its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity2 for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2 tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities 1 -P+ C->Oppbe< ' C 14- a Rev.05/30/03 ATTACHMENT 1C Page 2of3 2.) Obtain a current(not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing -7/ 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? V/ Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ./Yes (If yes,attach list to include name of M/WBE firm,person contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? �CYes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection id xx Rev.05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's /1WBE O or' ed Signature Printed Signiture Title Contact Name and Title(if different) C� -�ser��n�+Y uc-+*ion=kY . (M -t 7'43 C1J)53y - Z,40 Company Name Phone Number Fax Number Address Siball Ad ress �I Don City/StateOp Date Rev.05/30/03 Joint Venture FORT WORTH Page 1 of 3 CITY OF FORT WORTH J_oint Venture Eligibility Form w. All questions must be answered;use"NA"if applicable Name of City project: Risinger Road—Southside II Transmission Main (Crowley Rd. to McCart Pump Station & Ground Storage Tank) Water Project No.PW77-060770140510,D.O.E. No. 2968 A joint venture form must be completed on agh project on RFPBid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE name: T firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the NL WBE: Describe tb-.scope of work of the non-M/WBE: i Rev.5/30/03 ow Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------- b. Marketing and Sales ----------------------------------------------- c. Hiring and Firing of management personnel ---------------------------------------------- d. Purchasing of major equipment and/or supplies ., Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. Rev.5/30/03 Joint Venture Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. - ----------------------------------------------- ------------------------------------------------------------------------------------------------------------------------------------------- Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name s Notary Public Signature Commission Expires (seal) Rev.5/30/03 PART B Revise of {prop Dsa.l TO: Mr. Gary Jackson PROPOSAL Per A ddeex d t m No. 2. City Manager Fort Worth, Texas FOR: Risinger Road — Southside II Water Transmission Main (Crowley Rd. to McCart Ave. Pump Station & Ground Storage Tank) Water Project No. PW77-060770140510 D.O.E. No. 2968 Pursuant to the foregoing "NOTICE TO BIDDERS", the undersigned has thoroughly examined the plans, specifications and contract documents and the site, understands the amount of work to be done and hereby proposes to do all the work, furnish all the labor, equipment and materials to fully complete all the work as provided in the plans, specifications and contract documents and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish a Performance Bond, a Maintenance Bond and a Payment Bond, approved by the City of Fort Worth, for performing and completing said construction work within the time specified for the following sum, to wit: ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL NO. WRITTEN IN WORDS COST COST •1A. 6360 LF 16-Inch(Class 51)Ductile Iron Water Pipe(All Depths) Dollars $ �! $ and Cents per Linear Foot •1 B. 6360 LF 16-Inch(C303)Bar-Wrapped Concrete Cylinder Pipe— 200 PSI Design Pressure(All Depths) 1"2t-�Y �!� Dollars $ 9 $ 3/6 wo and _5;m A2XAW Cents per Linear Foot •1C. 6360 LF 16-Inch Steel(AWWA C200)Water Pipe—200 PSI Design Pressure(All Depths) J Dollars and Cents per Linear Foot •2A. 315 LF 30"Steel Casing Pipe for 16-Inch(Class 51)Ductile Iron Water Pipe'By Other Than Open Cut" b Dollars and Cents per Linear Foot Contractor's bid shall include either 16"(Class 51)Ductile iron water pipe and fittings(Items 1A,2A and 18A), 16"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 1 B,2B and 18B),or 16"Steel pipe and fittings(Items 1C,2C and 18C). B-1 Addendum No. 1 PART B PROPOSAL M ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL NO. WRITTEN IN WORDS COST COST to Y '2B. 315 LF 30"Steel Casing Pipe for 16-Inch(C303)Bar-Wrapped Concrete Cylinder Pipe"By Other Than Open Cut" $ $ de u 12!*2 x,104 cs*W f Ye Dollars y63- 1,16 q and AD Cents per Linear Foot '2C. 315 LF 30"Steel Casing Pipe for 16-Inch Steel(AWWA C200) Water Pipe"By Other Than Open Cut" Dollars and Cents per Linear Foot "3A. 62 LF 24-Inch(Class 51)Ductile Iron Water Pipe(All Depths) Dollars $ 14.0 $ and Cents per Linear Foot "! "313. 62 LF 24-Inch(C303)Bar-Wrapped Concrete Cylinder Pipe— 200 PSI Design Pressure(All Depths) $ R% $ Qc ✓e-"'r °y'e Dollars and 'evo Cents per Linear Foot "3C. 62 LF 24-Inch Steel(AWWA C200)Water Pipe—200 PSI Design Pressure(All Depths) o 6/ Dollars and Cents per Linear Foot "'4A. 7285 LF 36-Inch(Class 51)Ductile Iron Water Pipe(All Depths) / Dollars $ '` $ and Cents per Linear Foot "'413. 7285 LF 36-Inch(C303)Bar-Wrapped Concrete Cylinder Pipe— o 200 PSI Design Pressure(All Depths) $ of $ 7 9v Dollars and 40 Cents per Linear Foot ' Contractor's bid shall include either 16"(Class 51)Ductile iron water pipe and fittings(Items 1A,2A and 18A), 16"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 1 B,2B and 18B),or 16"Steel pipe and fittings(Items 1C,2C and 18C). " Contractor's bid shall include either 24"(Class 51)Ductile iron water pipe and fittings(Items 3A and 19A), 24"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 313 and 19B),or 24"Steel pipe and fittings(Items 3C and 19C). Contractor's bid shall include either 36"(Class 51)Ductile iron water pipe and fittings(Items 4A,5A and 20A), 36"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 4B, 5B and 20B),or 36"Steel pipe and fittings(Items 4C,5C and 20C). r B-2 Addendum No. 1 G PART B PROPOSAL ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL NO. WRITTEN IN WORDS COST COST —41C. 7285 LF 36-Inch Steel(AWWA C200)Water Pipe-200 PSI Design Pressure(All Depths) Dollars and Cents per Linear Foot —5A. 370 LF 54"Steel Casing Pipe for 36-Inch(Class 51)Ductile Iron Water Pipe"By Other Than Open Cut' Dollars and Cents per Linear Foot —5B. 370 LF 54'Steel Casing Pipe for 36-Inch(C303)Bar-Wrapped Concrete Cylinder Pipe"By Other Than Open Cut" S4 Al*D�019 '0�1""" Dollars $ S'DIO IJO and Ad Cents per Linear Foot I _5C. 370 LF 54'Steel Casing Pipe for 36-Inch Steel(AWWA C200) Water Pipe"By Other Than Open Cut" Dollars and Cents per Linear Foot 6. 240 LF 8-Inch(Class 51)Ductile Iron Water Pipe(All Depths) 'ruse n±� Dollars $ $ and *!t7 Cents per Linear Foot a0.00 %SDO 00 7. 60 LF 12-Inch(Class 51)Ductile Iron Water Pipe(All Depths) � Dollars $ $ I X00 and VX Cents per Linear Foot 00 8. 16 EA 8"Plug t� N%Oupla fed r"X Dollars $ $ and NO Cents pbr Each �A,4 UD,00 9. 4 EA 1�2"Plug 1`i)O Dollars $ $ D and 1�4-( T Cents per Each ?M0• 10. 2 EA 1166",Plug 1gl J►4UUIa V., Dollars $ pD $ �D and Cents per Each �00. tC)W, Contractors bid shall include either 36"(Class 51)Ductile iron water pipe and fittings(Items 4A,5A and 20A), 36'(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 4B,5B and 20B),or 36"Steel pipe and fittings(Items 4C,5C and 20C). B-3 Addendum No. 1 PART B PROPOSAL ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL NO. WRITTEN IN WORDS COST COST 11. 2 EA 36"Plg-u NC 1 r bOV601-cj Dollars $ I �O�p $ o� =p0 and Cents per Each 12. 16 EA 8-Inch Gate Valve w/Cast Iron Box&Lid Per Figure 3 t Ou&)dn&i Dollars and Cents per Each &M.00 91(ow,00 13. 4 EA 12-Inch Gate Valve w/Cast Iron Box&Lid Per Figure 3 $ $ M E LOL)f n I.u.�dre& Dollars I IOO,0 q'uw.00 and�tVD Cents per Each 1 14. 8 EA 16-Inch Resilient Seated Gate Valve&Vault ,i2h4 houstna Dollars $ $ anddJ NO Cents per Each 31=-01) to 4 =-&o 15. 1 EA 24-Inch Resilient Seated Gate Valve&Vault t oltars $ / 00 $ and Cents per Each �5�' I�1 16. 4 EA 36-Inch Resilient Seated Gate Valve&Vault �; $ $ �iYsil(�10u9rfrM~7f11K.�f1L� ollars and 00 Cents per Each 34,50 • ' +r. 17. 2 TN Cast Iron/Ductile Iron Fittings for 8"and 12"Ductile Iron Water Line Per Item DA--T8(0, ,,.,,1,4 $ $ � r Me , �SOrA,� Dollars and Nu Cents per Ton 31Dw Do '18A. 5 TN Cast Iron or Ductile Iron Fittings and Specials for 16"Ductile Iron Water Line,Complete in Place $ /C-0 $ Dollars and Cents per Ton ' Contractor's bid shall include either 16"(Class 51)Ductile iron water pipe and fittings(Items 1A,2A and 18A), 16"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 1 B,2B and 18B),or 16"Steel pipe and fittings(Items 1C,2C and 18C). B-4 Addendum No. 1 PART B PROPOSAL ITEM I QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL NO. WRITTEN IN WORDS COST COST '18B. 1 LS Fittings and Specials for 16"Bar-Wrapped Concrete Cylinder Water Line,Complete in Place C� v i>y %?0'-- A0 Dollars $lac pz $ and Cents per Lump Sum 18C. 1 LS Steel Fittings and Specials for 16"Steel Water Line, Complete in Place Dollars and Cents per Lump Sum —19A. 1 TN Cast Iron or Ductile Iron Fittings and Specials for 24"Ductile Iron Water Line,Complete in Place $ �0 Dollars and Cents per Ton r —19B. 1 LS Fittings and Specials for 24"Bar-Wrapped Concrete p: e Cylinder Water Line,Complete in Place 6100 /Q00 SSAV �I°�j'��'� Dollars $ (� $ (o and 0442 Cents per Lump Sum •'19C. 1 LS Steel Fittings and Specials for 24"Steel Water Line, Complete in Place Dollars and Cents per Lump Sum ­20A. 8 TN Cast Iron or Ductile Iron Fittings and Specials for TTT 36"Ductile Iron Water Line,Complete in Place Dollars and Cents per Ton Ilf ...20B. 1 LS Fittings and Specials for 36"Bar-Wrapped Concrete Cylinder Water Line,Complete in Place " $ o o�C $ ��vvd Ary �vl��� Dollars 0� and -IV4 Cents per Lump Sum Contractor's bid shall include either 16"(Class 51)Ductile iron water pipe and fittings(Items 1A,2A and 18A), 16"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 1 B,2B and 18B),or 16"Steel pipe and fittings(Items 1 C,2C and 18C). '• Contractor's bid shall include either 24"(Class 51)Ductile iron water pipe and fittings(Items 3A and 19A), 24"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 3B and 19B),or 24"Steel pipe and fittings(hems 3C and 19C). Contractor's bid shall include either 36"(Class 51)Ductile iron water pipe and fittings(Items 4A, 5A and 20A), 36"(C303)Bar-wrapped concrete cylinder pipe and fittings(Items 4B,56 and 20B),or 36"Steel pipe and fittings(Items 4C,5C and 20C). B-5 Addendum No. 1 PART B PROPOSAL I ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL I NO. WRITTEN IN WORDS COST COST "20C. 1 LS Steel Fittings and Specials for 36"Steel Water Line, Complete in Place $ ti0610 $ Dollars and Cents per Lump Sum 21, 14162 LF Trench Safety for Excavations>5'Depth Per Item D-51 $ $ Dollars Q G and NO Cents per Linear Foot 1.00 140 (o�, 22. 230 CY 18'Rode Rip-Rap Per Item DA-39 Dollars and W Cents per Cubic Yard &5.00 rj C?W Up 23. 300 SY Geotextile Filter Fabric and Grout Per Item DA-39 ! $ h1 f w Dollars $ and NO Cents per Square Yard .d� 1r Ov 24. 50 LF Permanent Asphalt Pavement Repair lJ�� ' Per Figure 4 T�� Dollars and WV Cents per Linear Foot � OO � 5co.0 0 25. 6243 SY Permanent Asphalt Pavement Per Detail, Plan Sheet 21 Dollars andC-.30 Cents per Square Yard I DD 26. 50 LF Concrete Curb&Gutter Replacement, Twey -ll Dollars $ $ and Cents per Linear Foot 0D I,0W pU 27. 2555 LF Hydromulch Seeding Per Item D-73 $ $ Dollars aa sa and Cents per Linear Foot I,50 Q 301, 1 Contractor's bid shall include either 36"(Class 51)Ductile iron water pipe and fittings(Items 4A,5A and 20A), ' 36"(C303)Bar wrapped concrete cylinder pipe and fittings(Items 413,5B and 20B),or 36"Steel pipe and fittings(Items 4C,5C and 20C). B-6 Addendum No. 1 PART B PROPOSAL ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT TOTAL NO. I WRITTEN IN WORDS I COST COST 28. 7 EA 6-Inch Blow-off With 6-Inch Gate Valve&Access Manhole Per Figure 18 71�2YH-�04MAL-4r>dj0d Dollars and aJ D Cents per Each 00 t cf,r loco-,' e O 29. 3 EA 1-Inch Air Release Valve Per Figure 15 -tko kA t'1 SWAL)LAA Dollars $ $ and IN).b_Cents per Each 30. 5 EA 2-Inch Air Release Valve J�^� Per Figure 16 6 17 I-Thm�:rhp�( _Dollars and N D Cents per Each tov oo m 31. 100 LF 6"Perforated Pipe Subdrain � - Dollars and NQ Cents per Linear Foot �a-pp 100 32. 1 EA Demolition of Existing Structure-Barn (See Sheet 16) OpElhwsam Dollars and W Q Cents per Each I =PD 00 33. 1 LS SWPPP Implementation and Maintenance Per Item D-68 $ $ tour►hbusarica Dollars tL Qo and tN'o Cents per Each 00 Li i i 34. 1 LS Cathodic Protection,Complete in Place as described in the Specifications dv °� 7W4- �� Dollars and dOL_ _Cents per Each TOTAL AMOUNT OF BID=$ B-7 Addendum No-1 PART B PROPOSAL 16" BAR-WRAPPED CONCRETE CYLINDER PIPE(C303) Add or Subtract for the following Concrete Fittings including installation Beveled Joints ° 0 12 to 54 Beveled Joint $ 'ry0— Bends o= 16"x 11.25 2- Bend $ /000 16"x 22.5 2 Bend $ //00- 16"x 452 Bend $ /.J"oo= 16"x 90 2 Bend $ —.-coot! Couplings ,c 16" Coupling $ /500—' Sleeves .� 16" Solid Sleeve $ z oQo Outlets o` 16"x 6" Outlet $ L7 00— Tees °= 16"x16"x16" Tee $ X00 Crosses 16"x 8" Cross $ 16"STEEL PIPE(AWWA C200) Add or Subtract for the following Steel Fittings including installation Beveled Joints 1 2 to 54 Beveled Joint $ Bends 16"x 11.25 2- Bend $ 16"x 22.5 2 Bend $ 16"x 454 Bend $ 16"x 904 Bend $ Couplings 16" Coupling $ Sleeves 16" Solid Sleeve $ Outlets 16"x 6" Outlet $ Tees 16"x16"x16" Tee $ Crosses 16"x 8" Cross $ B-8 Addendum No. 1 s PART B PROPOSAL 24" BAR-WRAPPED CONCRETE CYLINDER PIPE (C303) Add or Subtract for the following Concrete Fittings including installation Beveled Joints 1°-to 52 Beveled Joint $ ✓l0 Bends o1z 24"x 11.250- Bend 24"x 22.52 Bend $ goo—" 24"x 452 Bend $ c oo 24"x W Bend $ Couplings o= 24" Coupling $ AV00 Sleeves 24" Solid Sleeve $ 3OC70 Tees o, 24"x24"x16" Tee $ 24"STEEL PIPE (AWWA C200) Add or Subtract for the following Steel Fittings including installation Beveled Joints 12 to 52 Beveled Joint $ Bends 24"x 11.254- Bend $ 24"x 22.52 Bend $ 24"x 454 Bend $ 24"x W Bend $ Couplings 24" Coupling $ Sleeves 24" Solid Sleeve $ Tees 24"x24"x16" Tee $ �y p� B-g Addendum No. 1 F PART B PROPOSAL 36" BAR-WRAPPED CONCRETE CYLINDER PIPE (C303) Add or Subtract for the following Concrete Fittings including installation Beveled Joints 1 9 to 52 Beveled Joint $ 49 Bends �= 36"x 11.25 2- Bend $ 70 00 36"x 22.5 2 Bend $ 36"x 454 Bend $ A%10_ Outlets 36"x 6" Outlet Tees 36"x36"x24" Tee $ 1Z 36" STEEL PIPE(AWWA C200) Add or Subtract for the following Steel Fittings including installation Beveled Joints 14 to 52 Beveled Joint $ Bends 36"x 11.251 Bend $ 36"x 22.54 Bend $ 36"x 454 Bend $ Outlets 36"x 6" Outlet $ Tees 36"x36"x24" Tee $ B-10 Addendum No-1 PART B PROPOSAL Within ten (10) days of notification from the City, 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 surety, in the amount of 5% of the total amount bid, is to become the property of the City of Fort Worth, Texas, in the event the contract and bond, or bonds, are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused, thereby. The undersigned bidder, certified that he has been 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 the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency, in either furnishing or referring employee applicants to the undersigned, are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction 10 calendar days after issue of the work order, and to complete construction within 180 calendar days as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable) [ ]A. The principal place of business of our company is in the State of [ ] Non-resident 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. [ ] Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. (?Q B. The principal place of business of our company, 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 apt-­-- (SEAL) If Bidder is a Corporation Respectfully Submi d, By: r �s r PW Title: Address."?•C)' '• 'Fo<'t- UJ o( Zvi Telephone No.( 1 l�, 'Y4 —1-7 Y-3 B-1 1 Addendum No. 1 PART C -GENERAL CONDITIONS (WATER DEPT.) - NOTE: The following revisions to Item C6-6.12 CONTRACTOR'S RESPONSIBILITY . FOR DAMAGE CLAIMS shall replace, to its entirety, that which is currently.shown on Pages C6-6 (8) to C6-6 (10) herein. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the, project site for Cor::.actor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner,its.officers, servants and employees, from and against any and all claims or suits for property loss, property damage,. personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury damage or death is caused in whole or in girt by the nealicence or aileoed neoliaence of Owner. its officers. servants. or em to ees. Contractor likewise covenants and agrees to indemnity and hold harmless the Owner from and against any and all injuries to Owner's offics►s, servants and employees and any damcg% loss C. dLstructicl property the Owner c...... u;c Ha;icrmance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in par+ b.; the negligence or alleged neolicence of Owner. its officers. servants or employees. ;a 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 Oviner satisfactory evidence thE► ti's Claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractcrs liability insurance carrier that the claim has teen referred to the insural.cS 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. • rt PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS - C1-1 . 1 Defini-:cn of Terms C1-1 (1 ) C1-1 . 2 Ccn 6=ac= Documents C1-I ( 1 ) C1-1 . 3 Notice tc Bidders C1-1 (2 ) CI-1 . 4 Proposal C1-1 (2 ) _ C1-1 . 5 Bidder CI-I ( 2 ) C I-1 . 6 General Conditions CI-1 (2 ) C I-1 . 7 Special Conditions C1-I (2 ) ' C1-1 . 8 Specifications C1-1 (2 ) C1-1 . 9 Bond C1-1 ( 2 ) C1-1. 10 Contract CI-1 ( 3 ) C1-1 . 11 Plans C1-1 ( 3 ) CI-1 . 12 City CI-1 ( 3 ) CI-1 .13 City Cc:...,._1 CI-1 ( 3 ) C1-1. 14 Mavor C1-1 ( 3 ) C1-1. 15 City Man--a.? C1-1 (3 ) CI-1. 16 City Attorney C1-1 (3 ) C1-1. 17 Director cf Public Works C1-1 ( 4 ) C1-1. 18 Direct=, City Water De_artmen t Cl-I ( 4 ) CI-1. 19 Encineel C1-1 (4 ) CI-1. 20 CCntrcC CI-1 (4 ) CI-1 . 21 Sureties CI-1 ( 4 ) C1-1 . 22 The Wcrk Project - C1-I (4 ) C1-1 . 23 Wcr kinc :_y CI-I ( 4 ) _ C1-1 . 24 Calendar Dav Cl-I ( 4 ) C l-1 . 25 Legal -c_: ay CI-1 ( 4 ) CI-1 . 26 Ahbrev_a=ions C1-1 (5 ) _ C I-1 . 27 Chance C._er CI-1 (6 ) C1-1 . 28 Paved S=Nets and Alleys C1-1 (6 ) Cl-1 . 29 Unpaved S r Bets and Alleys C1-1 (6 ) CI-1. 30 Citv Stre=ts C1-1 ( 6 ) C 1-1. 31 Roadway CI-1 (6 ) 1. 32 Gravel S_reet Cl-1 ( 6 ) C2-2 INTER?R-TTA.ION AIND PR_?ARATION OF PROPCSAL - C2-2 . 1 Proposal Form C2-2 ( 1 ) C2-2 . 2 Interpretation of Quantities C2-2 (1) C2-2 . 3 Examination of Contract Documents and Site C2-2 ( 2 ) C2-.2. 4 Submitting of Proposal C2-2 (3 ) C2-2 . 5 Rejection. of Proposals C2-2 ( 3 ) C2-2 . 6 Bid Secur:ty C2-2 ( 3 ) ( 1 ) C2-2 . 7 Delivery of Proposal C2-2 (4 ) C2-2 . 8 Withdrawing Proposals C2-2 (4 ) C2-2 . 9 Teleg*aphic Modification of Proposals C2-2 (4 ) - C2-2 . 10 Public Opening of Proposal C2-2 (4 ) C2-2 . 11 Irregular Proposals C2-2 ( 4 ) C2-2. 12 Disqualification of Bidders " C2-2 (5) C3-3 AWARD AND EXECUTION Or DOCUMENTS C3-3 . 1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enterpise Women-Owned Business 'Enterprise compl-anee C3-3 (1) C3-3 . 3 Equal Employment Provisions C3-3 (1) C3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3 . 5 Award of Contract C3-3 (2) C3-3 . 6 Return of Proposal Securities C3-3 (2) C3-3 . 7 Bonds C3-3 (2) C3-3 . 8 Execution of Contract C3-3 (4 ) C3-3 . 9• Failure to Execute Coat_act C3-3 (4) - C3-3 . 10 Beginn nc Work C3-3 (4 ) C3-3 . 11 Insuranc e 0-3 (4 ) C3-3 . 12 Contractor 's Obl igatior.s C3-3 (7) -. C3-3 . 13 Weekly Pavroll C3-3 (7) C3-3 . 14 Contracta:•'s Contract Administration C3-3 (7) C3-3 . 15 Venue C3-3 (8 ) C4-4 SCOPE 0= WORK C4-4 . 1 Intent of Contract Doc_:aerts C4-4 (1) C4-4 . 2 Special Provisions C4-4 (1) C4-4. 3 Increased or Dec=eased Quantities C4-4 (1) C4-4. 4 Alteration of Contract Documents C;-4 (2-) C4-4. 5 Extra Wcrk C4-4 (2) a C4-4 . 6 Schedule of Operations C4-4 (3 ) C4-4 . 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) CS-5 CONTROL OF WORK AND MAT TRIALS C5-5 .1 Authority of Engineer C5-5 (1) C5-5 . 2 Conformity with Plans C5-5 (1) C5-5 . 3 Coordination of Contract Documents CS-5 (2) C5-5 . 4 Cooperation of Contractor C5-5 (2) C5-5 . 5 Emergency and/or Rectification Work CS-5 (3 ) C5-5 . 6 Field O=-ffice C5-5 (3) C5-5 .7 Construction Stakes C5-5 (3 ) CS-5 . 8 Authority and Duties of Inspectors C5-5 (4) CS-5. 9 Inspection C5-5 (5) C5-5 .10 Removal of Defective and Unauthorized Work C5-5 (5 ) C5-5 .11 Substitute Materials or Equipment C5-5 (5 ) C5-5 . 12 Samples and Tests of Materials C5-5 (6) C5-5.13 Storage of Materials C5-5 (6) C5-5 .14 Existing Structures and Utilities C5-5 (7) CZ-5 . 15 Interruption of Service C5-5 (7) C5-5 . 16 Mutual Responsibility of Contractors C5-5 (8 ) C5-5 . 17 Cleanup C5-5 (8 ) C.-; 5 . 18 Final Inspection C5-5 (9 ) C6-6 LEG"%L RSLA.=IONS AND PCELIC RESPONSIBILITY C6-6 . 1 Laws to be Observed C6-6 (1 ) C6-6 . 2 Permits and Licenses C6-6 (1 ) C 6-6 . 3 Patent ed C=_vices , Materials and Processes C6-6 (1) C6-6 . 4 Sarnitar.r Provisions C6-6 (2) C6-6 . 5 Public safety and Convenience C6-6 (2) C6-6 . 6 Privileges of Contractor in Streets, Alleys , and Right-of-Way C6-6 (3 ) C6-6 . 7 Railway Crossings C6-6 (4 ) C6-6 . 8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6 . 9 Use of Drop Weight, etc. C6-6 (5 ) C6-6 . 10 Work Within Easements C6-6 ( 6 ) C6-6 . 11 Independent Contractor C5-6 ( 8 ) C6-6 . 12 Contractor' s Responsibility for Damage Claims C6-6 ( 8 ) C6-6 . 13 Contractor 's Claim for- Damages C6-6 (10 ) C6-6 . 14 Adjustment of Relocation of Public Utilities, etc. C6-0 ( 10 ) C6-6 . 15 Temporary Sewer Drain Connections 05-6 ( l0 ) C6-6 . 16 Arrance:.:ent and Charges of Water Furnished by City C:-6 (li) C -6 . 17 Use of a Section of ?c.t i on of the work C6-6 (ll) C6-6 . 18 Cont s Responsibi Iity for Work C6-6 . 19 No Waive= of Legal Ric_ :its Co"-6 (12) C6-6 . 20 Personal Liability of ?ublic Officials C6-6 (12 ) _. Co'-6 . 21 State Sales Tax CS-6 (12 ) C7-7 PROSECZ T_ON AND PROGR=CS C7-7 . 1 Sublett_nc 07-7 ( l ) C7-7 . 2 Assign t cf Cont C7-7 ( 1 ) c'7-7 . 3 P=osecut_cn cf the Work 07-7 (1 ) c7-7 . 19 Limi to t i o:s of Ope_ati ens 07-i ( 2 ) C7-7 . 5 Charac tee of Wcrka:an and Equipment C-1-7 ( 2) C7-7. 6 Work Schedule 07-i ( 3 ) C7-7 . 7 Time of Commencement and Com^?etion C7-7 ( 4 ) C7-7 . 8 Extensicn of time of Ccmpletion C7-7 ( 4 ) C7-7 . 9 Delays C7-7 (4 ) C7-7 . 10 Time of Completion C7-7 (5 ) C7-7. 11 Suspension by Court Order C7-7 ( 6 ) C7-7 .12 Temporary Suspension C7-7 ( 6 ) C7-7 . 13 Termination of Contract due to National Emergencv C7-7 (7 ) C7-7 . 14 Suspension of Abandonment of the Work and ?annulment. of Contract C7-4/ ( 7 ) C7-7 . 15 Fulfillment of Contract C7-7 ( 9 ) C7-7 . 16 Termination for Convenience of the Onwer C7-7 ( 10 ) C7-7 . 17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT NT AND PAYMENT C2-8 . 1 Measurement of Quantities CS-8 ( 1 ) CS-8 . 2 Unit Prices CS-8 ( 1) CS-8 . 3 Lump Sum CS-8 . 4 Scope of Payment C8-8 (1) CS-8 . 5 Partial Estimates and Retainage C8-8 (2) _ C8-8 . 6 Withholding Payment C8-8 (3 ) C8-8. 7 Final Acceptance' C8-8 ( 3 ) C8-8 . 8 Final Payment C8-8 (3 ) C8-8 . 9 Adquacy of Design C8-8 ( 4 ) C8-8 . 10 General Guaranty C8-8 ( 4 ) C8-8 . 11 Subsidiary Work C8-8 (5 ) C8-8 .12 Miscellaneous Placement of Material C8-8 (5) CS-8 . 13 Record Documents C8-8 (5 ) ( 4 ) PART C - G ENE Ri.L CONDITIONS C1-1 DEFINITIONS SECTION C1-1 D7-:IN:-=0NS C 1-1 .' 1 DE INIT7CNZ OF TER S Whenever in these_ Contract Documents. the followinc terms or pronouns in place c_' them are used , the intent and meaning shall be understood and interpreted' as follows: C1-1 . 2 CONTRACT DOCUMENTS: The Contract Docum ents are all of the written and d=awn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General' Contract Dccuments and the Special Contract Docn::1ents . a. GCNET.AL CONTRACT DOCUMENTS . The Gene_a1 Contract Docunent-c coven all Water Depart-ment Projects and include the follo ing -; t---ms : PART A - NOTICE TO B_DDERS (Sample) Wh_to PART B - PROPOSAL (Sample) Wh_:� PART C. - GENERAL CONDITIONS (CITY) Canary Yellow ( Developer) Brcwn PART D - SPEC'IAL CCNDITI-ONS Green PART v - SPECIFIC t':'=OBIS E1-rihIte E2-golden Rod E2,-White PER-MITS/EASEM EN, TS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUM ENTS : The Special Contract Documents are prepared for each specific project as a suDDlement to the General Contract Documents and include the following items : PART A - NOTICE TO BIDDERS (Advertiseme-t) Same as above _ PART B - PROPOSAL ( Bid ) PART C - GENERAL COND-ITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 C1-1 . 3 NOTICE TO BIDDERS : A11 of the legal publications either actually published in public advertisir:c -ediums or _ furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and sieved offer or tender of a bidder to perform the work which the- Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner , has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER : Any person , persons , firm, partnership, company, association, corporation , acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Docu eats , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction zzd contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure , the local statutes , and requirements of the City o.f Fort Worth ' s c a:te: and promulgated ordinances. .. Wherever there may be a con _` 1ict between the General- Condit-ions and Special Conditions , the latter s-a11 take o==_cedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific reauir=_me^_s which are necessary for the particular - project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Cont--ac, Documents wr.ich sets forth in detail the reauire.nnents ' which must be met by all materials , cer.structior., workmanship , equip-er.t and services in order to render a completed and use`;-,1 project . Whenever reference is made to standard specifications , regulations , requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for, th•e prompt and C1-1 f2 ) = aithful performance of the contract and -;.,,elude the following : A a. Performance Bond ( see paragraph C3-3 . 7 ) b. Payment 3cnd ( see paragraph C3-3 . 7 ) C. Maintenance Bond ( see paragraph C3-3 . 7 ) d. Proposal or Bid Security (see Special _.^.structions to Bid::e_ -Z, Part A and C2-2 . 6) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . CI-1 . 11 PLANS : T e plans are the drawings or reprod::ctions therefrom madebv to Owner ' s representative showi^c in detail the location , dimar.sion and position of the variCus eleme is C .A. the project , including such profiles , typical cross-sections, }_-gout diacrar„s , working drawings, prel im?nary draw'_ngs and such supplemental dr a; ngs as the Owner may issue to clarify other crawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . Tae plans are usually bcu,^.d separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY . T*h e City of Fort Worth , Texas , a municipal ccrperatxion , authcr'zed and c:�^rtered under the Texas State a statutes , actr:c b� a.^d thrcuc � is gc,erninc bcdV or its C'ty ranger , each o = w ich is recut = e by ef:arter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manacer . The terms City and Owner are synonymous . ' CI - 1 . 13 CITY COUNCIL : The duly elected and cualified =vein .ng body of t:ze City of Fcrt north, Texas . C1-1 . 14 MAYOR : The officially elected Mayor , , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C:-1 15 CITY MyNAG:R: The officially appointed and authorized City . Manager of the City of Fort Worth , Texas , or his duly authorized representative. . C1-1 . 16 CITY ATTORN?Y: The off=icially appointed Ci-v Attorney of the City of Fort Worth , Texas , or his duly authorized reoresentative. C1-1 ( 3 ) C1-2 . 17 DIRECTOR OF PUBLIC WORKS : The duly appointed official of the City Of Fort Worth , referred to in the Cha_ter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort - Worth , Texas , or his duly authorized repres=entative , assistant, or agents. a C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR: The person , persons , partnership , company, firm, association , or corporation , enter-ing into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or ethers under contract with the principal contractor, supplying labor and .-materials or only labor, for work at the site of the project. C1-1 . 21 SURET:ZS: The Corporate bodies which a_e bound by such bonds are recu.ired with and for the Contractor . The sureties encased are to be _-Fully responsible for t.-.he entire and satisfactory ful illment of the Contract a..^.d for any and all requirements as set forth in the Contract Doc=ents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed work contem-slated in and covered by the Contract Documents , including but not limited to the furnishing of all labor, materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. C1-1 . 23 WORKING DAY: . A working day is defined as a calendar day, not including Saturdays, Sundays , and legal holidays , in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) hours between 7 : 00 a .m. and 6 : 00 p.m. , with exceptions as permitted in paragraph C7-7 . 6. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. C1-1 . 2'5 LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows : Cl-1 ( 4 ) 1 . New Year ' s Day January 1 2 . M. L. King, Jr . Birthday Third Monday in 3anuary 3 . Memorial Day Last Monday in May 4 . Independence Day July 4 5 . Labor Day First Monday in Sz-ptember 6 . Thanksgiving Day Fourth Thursday a November 7 . Thanksgivin; Friday Fourth Friday in November 8 . Christmas Dav December 25 9 . Such other days in lieu of _ holidays as the City Council may determine When one of the above named holidays or a special holidav is declared by the Ci-v Council , falls on Saturdav, t::e holidav shall be observed on the preceding Friday or i.° it falls on ,. Sundav; it shall ba observed on the followine Monday, by t :ose emoiovees working on working day operations . Emplov_as WOr king calendar day operations will consider t.^.e calendar holidav as the hol_,.__r. C1-1 26 A3BREVIA'"111CNS Wherever the abbreviations defined herein appear in Contract Documents , the intent _n d meanln shall be as follows: � g=TO - 1.-mericar ?ssc— ation of MGD - million G__Icns Per State cig"wav Transportation Dav Officials A S C= - American Society of Civil CFS - Cubic Fcet per, J � En * ^ Z Sec-nd In Accordance w it-h ASTM - American Society of Min. - Mini=w---ii Testing M_-erials Mono. - Monolithic AW A - American Wa.:er Works $ - Percen tum Association R - Radius ASA - American Standards Association I .D. - Inside Diameter -' H! - Hydraulic Institute O . D . - Outside Diamme tar Asph. - Asphalt Elev. - Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centic_rade CI - Cast Iron In. - Inch CL - Center Lira Ft. - Fcct GI - Galvanized Zion St . - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Scua_e Yard Max. - Maximum L. F. - Linear Foot D . Z . - Ducti_e Iron C1-1 ( 5 ) C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject :natter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All " Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1. 28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types- of wearing surfaces applied over the natural unimoroved surface: 1. Any typo of asphaltic concrete with or without separate base material . 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3 . Brick, with or without separate base material. 4 . Concrete, with or without sepa--ate base -aterial. _ 5 . Any comhination of the above. CI-1 . 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved St_ee.ts and Alleys . " C1-1. 30 CITY STREETS : A city street is defined as that area between the right-e=-wary lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 21 ) feet back of the curb lines or four ( 4 ' ) feet 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 improvement was made. C1-1 ( 6 ) i F • SECTION C - GENERAL CD?I+DITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPCEL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROrGS:r, C2 - 2 . 1 PROPOSAL FO=m The Owner will furnish bicaers with proposal . form, whica will contain an itemized lisp of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form a:11 st _a e the Bidder ' s gene_al understanding of the prc.-Jact to be completed,. provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The Owner will furnish forms for the Bidder ' s " Experience Record, " "Equipment Schedule, " and ", nancial Statement, " all of wi-rich must be properly executed :nd filed with the Director o_ the Citv Water Department one ,; k prior to the hour for onen'_ne of bids . The Financial s;.a_e=snt required shall have been =eLa ed by an independent cer;.'_::ed public accountant or an i~.c--pendent public accountant holding a valid permit issued by an appropriate state licensing agency , and shall have been so prepared as to reflect the current- financial starts . This statement must be cur:ent and not more than one ( 1 ) :rear old . En the case that a bidding date falls within the we a new Previous stateme^ shall be stc�e^ent is beinc _rp= r updated by proper verification . Liquid assets ir. tae amount- of ten ( 10 % ) percent •of the estimated project ccs: w:11 be recuired. For an experience record to be ccnsidered to be acce-table for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Wcrth Water Department project. The prospective b:'dcer shall sah&e Jule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid . k . C2 -2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be =urnished as may be listed in the proposal C2-2 ( 1 ) forms or other :arts of the Contract Documents will be considered as ao=roximate only and will be use-C4 for the purpose of comparing bids on a uniform basis. Pay-snt will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict acccrdance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased ore decreased as hereinafter provided , without in any way invalida�ing the unit prices bid or any other requi_ements of the Contract Documents. C2-2 . 3 EXAMINATION OF CONTIRACT DOCUMENTS AND SITE 01 PROJECT: Bidders are advised that the Contract Documents on file with tae Owner shall ccastitute all 'of the information which the Owner will furnish. All additional information and data which the owner will s::pply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Dcc,_=ents just as though such acdenca were actually written into fire cricinal Contract Documents. Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents, to v1s4t the site of the project and examine carefully ail local conditions , to infC.-M themselves by their own in%dependent research and inves,igations, tests , boring, and by such othe- means as may be necessary to gain a complete knowledge of the conditions which w_ll be encountered during the construction of the project . They must judge for themselves the di; f iculties of the work and all attend-inc cirzzmstances affecting the cost c= doing the work or the tine rec::?red for its ccmpletion, and obtain all information required to wake an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely exclusively and solely u : cn their own estimates , investigation, research , tests , explorations, and other data which are necessa=_v for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a :roposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, showing on the plans are for general information only and may not be correct. Neither the C2-2 ( 2 ) Owner nor the - End; ineer guaran tee that the data s,,-,own is representative of conditions which actually exist, OW C2-2 . 4 SUBMITTING OF PROPOSAL : The Bidder shall subr t his Proposal on the form furnished by the Owner. All b=ank spaces applicable to the project contained in the for shall be correctly filled in and the Bidder shall state the prices , written in ink : n both words and numerals , for which he prcpcses 'to do the wor=d contemplated or furnishe tr.e materials required . All s,-,--h prices shall be written legibly. in case .. of discrepancy between the price written in words and the price written in numerals , the price most advanta:ecus to the City shall govern. If a proposal is submitted by an" individual, his or her name must be signed by him (her ) or his ( her ) duly authoriz=_d agent. I. a •proposal is submitted by a firm , association, or partnership , the name and address of each me-be= must be given , and the :rcposal must be signed by a memIZ-ar of the firm , associaticn , or partner ship , or by a person duly authorized . if a proposal is submitted by a company or corporation , the co=mpany or corporate name and business address rust be even , and the proposal signed by an official or duly authorized _,cent. The corporate seal mi=st :,e af_ X°_d . Power of Attorney authorizing agents or others to sign proposal must be creperly certified and must be in and �- submitted with the proposal. C2-2'. 5 REJECTION OF PROPOSALS Proposals may be =e.jecu_d if ,hey show any altera-ion of words or figures , additions not called for , conditional or uncalled fo'r alter Hate bic:s , incomplete bids, erasures , or it regularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and iri 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 o= a guaranty that iz awarded the contract , the Bidder will �. within the recuired time execute a formal contract and furnish the required perfo:rance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned Promptly after the canvass cf bids. '" C:2-2 ( 3 ) _ C2-2 . 7 DELIVERY 0. PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security , to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must nave the proposal actually deli,rered. Each proposal• shall be in a sealed envelope plainly ma:ted with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Wort,-- Texas . C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with W the City Manager ca.^.not be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be ,wade 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 aTe opened and publicly read aloud, the proposals for which non-consideration requests :nave been Properly filed maw, at the option of the Owner, :,e returned unopened. , C2-2 . 9 TELEGRAPH-1-f-' MODIFICATION OF PROPOSALS: Aa-,7 bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, oro!;ided such telegraphic commun cation 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 con,=irmation of such telegraphic cc=unication over the signature of the bidder was mailed prior to the pr000sal opening time. If such confirmation is nct received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPE?vING OF PROPOSAL: Proposals whic^ have bee.n properly filed and for which no "Non-consideration. Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidde_s cr their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR 'PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for, unauthorized alternate bids, or ::regularities of any kind. 3ov_ver , the C2-2( 4 ) Owner reserves' the rich, to waive any and all i--ecularities and to make the awa- d of the contract to the best interest of the City . Tendering a proposal after the closinz hour is an _ irregularity which cannot be waived. C2 - 2 . 12 DISQU".LIFICATION OF BIDDERS • Bidders may be disqualified and their proposals not considered for any of , but not limited t�, the followi:ic reason : a. Reasons for believing that collusion exists among bidders. b . Reasona'ble grounds -or believing that any bidder is interested in more than one Drcposal for work contemplated. c. The bidder being interested in a litigation aeainst the Owner or where the Owner may have a claim agci;.st or be. engaged in li 6._ C v.•1 ag1, ainst the bids=_r. d . The bidder being in arrears on any ex; st_:,c_ L ' cont _ or havi:: defaulted on a previous contract. e . The bidder having per=ormed a prior co nt_act in an unsatisf:dory manner. f . Lack of competency as revealed b% financial stater^ent, experience record , ecuipme::t schedule , and such incuiries as the. Owner may see f.t to :make. g . Uncompleted work wh _ ch , in the judcme of the Owner, will prevent or' hinder the prompt completion Of add_t_c;:al work i_ awarded. h . The bider not di lire with the Ow =_= one ' :� , o week in advance cf 'he hour c= the opening of p_cposals the fol? cWi;. 1. Financial Statement showing the financial cc: -;ition of the bidder as s_oecified in Part Special instructions . 2. A current experience record showing especially the projects of: a nature similar to the one under consideration , which have been successfully cornpleted a the Bidder. 3 . An equio-ment schedule showing the equipment the bidder has available for use on the Pr:sect . The Bid Proposal of a bidder who , in the judgment of the Engineer , is disc•ualified under the requirements stated herein , shall be set aside and not opened. C2-2 ( 5 ) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWZ.;;D =.ND EXECUTION Or DOCUMENTS; C3 -3 . 1 CONS I DERAT:ON OF PROPOSALS: After proposals have been opened and read aloe, the proposals will be tabulated on the basis of ` the quoted prices , the quantities shown in the proposal , and the application of such formulas or other ,methods of brincing items to - a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated auantities Plus any lump sum items and such of ez quoted anOU.-Its as may enter into the cost O. the Completed D_O-4eC6. Will be considered as the a:lOUnt Of the bid. Until the award c= the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities, to re-ad�vertise for new pr c:csals, or to proceed with the wc_k in anv mannar as maybe considered for tae best interest c the Owner . C3 -3 . 2 MINOR=Ty BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS �. ENTERPRISE COMPLIANCE:. Contractor agrees to provide to Owner; up cn request , cc.r::)lete and accurate information regarding actu;.l work performed by a Minority Business Enterprise ( MBE) and or a a Woman.-owned Business Enterprise (WBE) on the contract and the payment there_or . 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 substantiate the actual work performed by the MBE or WBE . Anv mateial misrepresentation of anv nature will be grcunds for termination of the contract and for initiating any action under appropriate federal , state or local laws and c.— inances relating to false statements ; further , any such misrepresentation may be grounds for discualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6 ) months . C3 - 3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices . C3-3 ( 1 ) The Contractor• shall post the required notice to that effect f on the project site , and , at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment ,Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals f were opened'. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five ( 45 ) days after the date of opening proposals , and in no event will an award be made until after inves'tigatior.s have been made as to the responsibility of the proposed awardee. The award of th.e c--ntract, if an award is made, will be to the lowest and best resconsible bidder. The award. of the contract shall not become effective until the Owner has notified the Contractor in writing of suca award. C3 -3 . 6 RETliRN OF PROPOSAL S E CLIRITIES : As soon as proposed r pice totals have 'been determined for comparison o' bads , the Owner may , at its discretion , return the proposal security which accompanied the proposals which, in its judgment, would" not be considered ' for the award . All other proposal securities , usually those of the three lowest bidders, will be r etained by the Owner until the required contract has been executed and bend furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 . 7 BONDS :' With the execution and delivery of the Contact 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 iF an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This oer;ormance C3-3 (2 ) bond sha:- guarantee the payment for all labor , materials, equipment , supplies , and sezvices used in the c;,:struction of the work , and s all remain in full force and effect until provisions as above stipulate= are accomplished and final o=vment is made on t project by fire City. b. MAINTEN114CE BOND . A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the co ntract, as evidenced :.v the proposal tabulation or otherwise , guaranteeing the prompt , full and = aithful performa;ce of the general guaranty which is se't forth in paragraph C8-8 . 10 . c. ' • PAYMENT -!ND : A good and sufficient payment bond, in an not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt-, full and fai=h=ul payment of all cia-man,s as defined- in Article 51601 Revised Civil Statutes of Texas , 1925 , as anner.ded by 'House Bit: 344 Acts 56th Legis_=_ture, Regular Session , 1959 , effective April 27 , 1959 , and/or the latest version thereof suamlyinc bor and materials in the prosecution e? the work provided fcr in the contract being constructed under these specifications . Payment- Bond shall remain in force until all pa ment_s as z above stip;:lzted are rrnade . d. OTHER BONDS : Such c--he: bonds as may ce recu=red by these Ccntract Documents shall be furnished by the Contractor . No sureties will be accepted by the Owner which are at the - time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable , the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company . Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the owner, notice will be given the Contractor to that effect and t e Contractor shall I-mmediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required , have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments he due or paid until approval of the bonds by the Owner. C3 -3 . 8 EXECUTION O? CONTRACT: Within ten (10 ) days after the $ owner has by approp_-ate resolution , or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be binding upon the owner until it has beeh attested by the City Secretary , approved as to fora and legality by the C'_tv Attorney, and executed for the Owner by either the Mayor or City Manager . C3 -3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awarcee to execute E e required bond or bonds or to sign the required contract within ten ( 10 ) days after the contract is awarded shall be ccrs dered by the 'Owner as an abandonment of h , s propos al, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by re=ason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner wall suffer by reason of such failure on the part of the Awardee and shall thereupon i.mmed?ately be �crfeited to the Owner. T e filing of a prcposal will be considered as an acceptance of this provision by the Bidder. C3 -3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by th.a Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed order" , it is agreed that the Surety Company will, within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents , and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3 ( 4 ) - certificate of .ins..:ance for approval . The prix: contractor shall indicate on the certificate of insurance inc_�^ed in the documents for execution. whether or not his insurance covers sub-contractors . lc is the -intention of the Owr.e: that the insurance coverage required herein shall include =^e coverage of all sub-contractors . a. COMPENSATION INSURANCE : The Contra_-or shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on fire project under this contract , and for all sub-contractors . In case any class of enployees engaged i:, hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer ' s general 1_abili*_y insurance for the protecticn of such of :^.is employees .ZOt so protected. b. CO?uPRE ?:\SIVE GEN=RAL LIABILITY ^he Contractcr s:.all procure and shall mair,za:n during the life of thi s contract Ccnt_ actor I s •Comprehe::sive General Liability Insurance ( public 3 Liability and Property Damage Insura-ce) in, an amount net less than $ 500 , 000 covering each occurrencE on accou::t of. bodily in-Jury, including death , and in an amount not less tha. $ 500 , 000 cover-Inc each Occurrence on account c: orcoerty da:7age with $2 , 000 , 000 umbrella policy ccvarace. C. ADDIT =ON.;L LIA: IL.'^`_' • The Contractor shall f,.:rnish _nsurance as separate polio ? =s or by additicnaI ender sement to or. e of the abo'v'e-me:.tioned policies , and in the amc,--::t as set forth for public liacility and property daaage, the following insurance: 1. Cc -, tingent Liability { covers General Contractor ' s Liability for acts of - sub-contractors ) . 2. Blasting, prior to any blasting be?nc done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same) . 4 . Damage to underground utilities for S500 , 000 . dp C3-3 ( 5 > 5 . Bu lder ' s risk (where above-around structures are involved ) . 6. Contractual Liability ( covers all rdemnificaticn requirements of Contract) . d. AUTOMG?ILE INSURANCE - BODILY INJURY AND PROPERTY DAI AGE: The Contractor shall procure and maintain, durinc. the life of this Contract, Comprehensive Automchile Liability insurance in ar amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500 , 000 on account of one accident , and automobile property damage insurance in an amount not less than $100 , 000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurace required under the above paragraphs shall provide adequate protection for the Contractor and his sLh-contractors , respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by =nyone directly or indirectly emaployed by him, and. also against any of the follok:nc special haza-r-'s which may be encountered in the performance _ of the Contract. f. PROOF OF CARRIAGZ OF INSURANCE: The Contractor shall :urnish the Owner with satisfactory proof of cover-=:e by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached. ) A11 insurance raquirements made upon the Contractor shall apply to the sub - contractor , should the Prime Contractor ' s insurance not cover the sub-cOntr actor ' s work operations. g. LOCAL AGENT FOR" INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance, payment, mainte::ance and all such other bonds are written shall be represented by an agent or agents having an office located within the city l,i:41its of the C3-3 ( 6 ) ,. City of Fort Worth , Tarrant County, T=_xa; , Each such agent shall be a duly qualified, one upon khom service of process may be had , and rust have authority and power to act on behalf of the insurance and/or bonding company to negoti ate and settle with the City of Fort Worth, or anv other claimant, any claims that the City of r: 'north or other claimant or any property owner who has been damaged , may have against the Ccntractor , insurance , and/or bonding company. I f the local insurance representative is not so empowered by the insurance or bonding companies , then such authority must be vested in a local agent or clams officer ,.„ residinc in the Metroplex , the Fort Wcrth-Dallas area . The name of the agent or agents shall be set h fort on all of such bonds and certificates of insurance. C3 -3 . 12 CONTRACTOR' S OBLIGATIONS : Under the Co:tract, the Contractor shall pay for all materials , labor an_ services when due. C3 -3 . 13 WEEKLY PAYROLL: A certified copy of each payroll low covering payment of wages to all person engaged in wcrk on the project at the site of the project shall be furnished to the Owner ' s representative within seven ( 7 ) days after the close of each payroll period . A copy or copies of the applicable M ni:'. um, wag_ rata., as set =or t h —.^. the Contract 'oCumi ent.s shall be kept posted in a cores:_auous place at the off the project at all times, during the course o : the Contract . Ccpies of the wac: rates will be furnished. the Cc::=_actor . by she owner; however, pcst i ng and protection of the wage rates shall be the respcnsilility of the Contractor. C3-3 . 14 CONTR.:CTCR' S CONTRACT A:-)MINISTRATION: Anv Contractor , whether a person , persons , = a= tnershiv , corm)-= nv , firs. , association , corporation or other who is approved to do business with and enters into a contract with ter construction of water and/or sanitary sewer facilities , will have or shall estah?ish a fully c_oerational business office Within the Fort worth - Dallas metropolitan area . The Contractor shall c _-rce, delegate , or assign this cffice ( or �. h e may de1ecat: iris Pro1uc t Super intendent ) with fu11 authority to transact all business actions recurred in the performance of the Contract . This local author", shall be z made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract w;:_=her it be administrative or otherwise and as such shall be empowered , thus delegated and directed, t a set-ale all material, labor or other expenditures, all claims against the work e: any other C3-3 ( 7 ) matter associated such as maintaining adequate a d appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Wo::th-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to* a local representative shall become part of the project Contract as though boun-d directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration , whether it be oriented in furthering the work, or other , be governed direct by local authority . This same requireine nt is imposed on i::surance and surety coverace. Should the Cont-actor 's local rec_es entative fai'1 to perform to she satisfaction of Engineer, 7ncineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be for periods in which work stoppages are in effect for this reason. C3 -3 . 15 VENUE : Venue of any action hereinund-er 'shall be exclusively in Tar_ant County, Texas . C3-3 ( 2 ) .. PART C - GENERAL CONDITIONS C4-4 SCOPE. OF Wo v SECTION C4-4 SCOPE OF WORK C4 - 4 . 1 INTENT 0.. CONTRACT DOCUMENTS : It is the definite intention or these Contract Documents to pro-7 : ,:a for a complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents , shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents , furnish all labor, tools , Wcterials , machinery , equipment , special services , and _- cidentals necessary to the oresecution and completion of the project. C4 - 4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thorouchly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions " covering all such work will be prepared by the Owner previous to the time of receiving bias or p:oposals for such work and furn i s -d to the 3:dder in the for:- of, Addenda . All such "Special _:cvisions" shall be considered to be a ;,art of the Contract Documents jL,st as though thev were originally written therein. C19-4 . 3 INCREAS?D G- DECREASED QliA'7TITSES: The Owne_ reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the u::it c:ices . Such increased or decreased quantity shall not be mo:e than 25 oercent of the contemplated quantity of such item or items . when such chances increase or decrease the original quantity of any item or items of work to be done or materials to be 1- nished by 'the 25 percent or more , then either pasty to the co ntract shall ut)on written request to the ot.ie: party be entitled to a revised consideration upon that portion o-&c the wo=k above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any chances in anticipated profits nor shall such changes be considered as C4-4 ( 1 ) waiving or invalidating any conditions or provis:;,;;s of the Contract Documents . Variations in quantities of sanitary sewer pipes -in depth t categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and- in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or orovision of the Contract Documents. C4-4 . 5 EXTRA WORK: Additional- work made necessary by chances and alterations of the Contract Documents or of quantities or X or other reasons - 4.0 or which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the owner to do the work for payments or credits as shall be determined by one or more combination of the followinc methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America - current equipment rental rates ; ( 3 ) materials enterina permanently into the project, and (4 ) actual cost of insurance , bonds , and social security as determined by the Owner, plus a fixed _ fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead , other profit, general and all other expense not included in (1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above . The Contractor shall keep accurate cost records on the form and in the method C4-4 ( 2 ) suggested by the Owner and shall give_ the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties . No claim for Extra Work of an-v kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon 'its performance , the Contractor shall roceed with the work after making written request for written orders and shall keep an° accurate account cf the actual reasonable cost thereof as provided under method (!t-em C ) . Claims for extra work will not be paid unless hle Contractor s shall file his claim with the Owner within five ( 5 ) days before the time fc= making the first estimate after such work is done and unless the claim is supported by satisfactory a vouchers and cer__fied payrolls covering all labor and rater ials expended upon the said Extra Work. The Contractor c..all furnish the Owner such _-stallation d records of all devi__icns from the original Contact Documents as may be necessary to enable the Ow.er to prepare for e;manent record a corrected set of plans showing the actual } installation. The compensation agreed upon for ' extra work' whet-her or not iniitiated by a ' change order ' shall be a full, co,aplete and final payment for all costs Contractor incurs as a result or relating to the chance or extra work, whether said costs are known , unknown, foreseen or unforeseen at that tame, including without limitation, anv costs for delay , extended overhead , ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4 - 4 . 6 SCHEDULE OF OPERATIONS : Before co-mmencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated -onthly cost of work for which estimates are to be expected. There C4-4 ( 3 ) s hall be prese t-ed also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" 'x 11 " sheets and at least five black or blue line :riots shall be furnished to the Owner. C4 -4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten ( 10 ) days prior to submission of first monthly progress payment , the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date c_` which he will start the several major activities ( including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall enter on the diagram the n actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of t::e updated schedule shall be delivered at such intervals as directed by the owner. ;�.. s a minimum, the construction schedule shall incorporate all work elements and activities indicated in the ?=cposal and in the technical specifications . prior to the final drafting of the detailed construction schedule , the Conti actor shall review the draft schedule with the Engineer tc ensure the Contractor ' s understanding of the contract recuirements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and f final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided' into activities with time durations of approximately fourteen (14 ) days and construction values not to exceed $50 , 000 . Fabrication , delivery 'and submittal activities are exceptions to this guideline. C4-4 ( 4 ) c. Durations shall be in calendar days and normal holidays and weather conditions over the duration o` the contract shall be accounted for with-in the duratior e: each activity. d. One critical Path shall be shown on the construction schedule . e . Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule . Float time is not for the exclusive use or bene=fit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless ct^erwise specified. The construction schedule shall as a minimum be divided into general catec_-ries as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities. of apP_cxiMately :ourt_an (14 ) days dLr_:icr.. For each ceneral category, the construc-lor,, sC:12:;._e shall identify all. tr?=es Or subcontracts Whose work is represent-ea by ac ivit2es t-21-at- follow the culdel Ines o t�is Secticn. For each of the t__des or subecr.tracis , the coifs_ruction schedule s ;iall i C_cate the J o11ow_na -oroc4_ °_dents , cons :ruction and . reacceptance aCtiv:tom°_s and a°feints in their, logic-al sec;:ence for equipment. and Materials . r 1 . Preparation and transmittal of submittals . 2 . Submittal review periods . 3•. Shop fabrication and delivery. 4 . Erection or _:=t-St S . Transmitt = ? o manufactu _ e _ ' s c : e _ a . _ on and meintenance instructions . 6 . Installed ecu_pment and materials testing. 7 . Owner ' s oaerator instruction ( if applicable ) . 8 . Final inspection . C4-4 ( 5 ) o 9 . Operational testing. 10 . Final inspection. If , in the opinion of the Owner , work accomplished falls behind that scheduled , the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to -° make up lag in scheduled progress and -to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable , he may require the .. Contractor to increase the work force , the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owrer. Failure of the Contractor to comply with these recuiraments shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the worts with such diligence as will insure its completion within the time specified. C4-4 ( 6 ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF IORK AND MATERIALS a SECTION C5-5 CONTROL OF WORK AND M ATERIALS C5-5 . 1 AUTHORITY OF ENGINEER: The work shall be �pezformed to the satisfaction of the Engineer and in strict comol?ance with the Contract Documents . He shall decide all questions which arise as to the cuality and acceptability o: .materials furnished , work performed , rate of progress o= the work, overall sequence of the construction ,' interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, :--u aption of operations , and all other cruestions or disputes which may arise . Engineer will not be responsible for Cc-:tractor ' s means , methods , techniques , sequences or procedures of construction , or the safety precaution and prcc:ans incident thereto , and he will not be responsible for Cc-tractor ' s failure to perform the work in accordance with the contract documents . shall det- e--maine the amo• n = and cuality o: the work Completed and materials furn is .. °_d , and his dec :S : O.^.s and estimates shall he final . His estimates in such eve.-.-t- shall be a condition to the richt of the Contractor to receive money _ &ze him under the Contract . The Owner shall have executive authority to en:orce and make effective such necessary decisions and czders as the Contractor fails tc carry out _ promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Ena neer must , within a reasonable t -1°, upon written request of the Contractor , render and deliver to both the Owner and Contractor , a written decision on the matter in controversy. C5 -5 . 2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other recuirements 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.. C5-5 ( 1 ) C5 -5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are mane up of several sections , a:_ch , taken together , are intended to describe and provide for a complete and useful project, and any requirements appearin, in one of the sections is as binding as though it occ;:rred in all sections . In case_ of discrepancies , figured dimension shall - govern over sowed dimensions , plans shall govern over specifications , special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the ow;'er shall be permitted to make such corrections or interpretations as may } be deemed necessary for the fulfillment of' the intent of the Contract Document's . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the d_awinas, spec=fications, or other portions of the Contract Docu.ments which were not reported prior to the award of Contract, the Contractor shall be deemed to have cuoted the most ex ensive resolution of the conflict. C5-5 : 4 COOPERATION OF CONTRACTOR The Contractor will be .FurnlsheC with three sets of t.;,,,e Cor..tract Documents and shall have available or, tae site of the project e at all times one set of such Contract,Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent , English-speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendent and his assistant shall be capable of r *.ading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner , the Engineer, or his authorized represe, tatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent , to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time off the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contactor to C5-5 ( 2 ) ° adequately provide for the safety or convenience of the traveling public c= the owners of property across which the project extends or the safety of property contiquous to the project routing. The Contractor shall provide all facilities to enable the _ Engineer and his inspector to examine and insoect the wcrkmanship and ma erials entering into the work. C5 - 5 . 5 EMERGENCY AND/OR RECT---- I CATION WORK: W:;en , in the opinion of the Owner or Engineer , a . condition Of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night, whether the project is scheduled on a calendar-day or or. a working-day basis , Should the Contract-or fail to -respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with the recuire.;.ent; of the prcject specificaticns or plans , the Engineer shall give the CCn tractor written notice that such work or c=hances are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the 3 Contractor does not take positive steps tc fu=lf ill this written request., e: does not show just cause for not taking the proper action, within 24 hours , the City imay take such rem edial action with City fc_ces or by contract . The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor on the project. C5 -5 . 6 FIELD OFFICE : The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called :or. The field office shall be. not less than 10 by 14 feet in floor area , substantially constructed , well heated , air conditioned , lighted, and weather-proof , so that documents will not be damaced by the elements . C5 -5 . 7 CONSTRUCTION STAKES : The City, through its Engineer, will furnish the Contractor with all lines , grades , and :measurements necessary to the proper prosecution and control Of the work contracted for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of marking as may- be found consistent with good practice . C5-5 ( 3 ) These stakes or markings shall be set sufficiently in advance of construction cperations to avoid delay . Sucn stakes or markings as may be established for the Contractor ' s use or a, guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Wherever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, c= removed by "! the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25 % will be charged . against the Contractor, and the full amount will 'be deducted a from payment due the Contractor. C5 - 5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or' any part of the work, and the preparation or manufacturing of the materials to be used or ecu_-mment to be i nstalled. A City Inspector may be stationed on tae work to report to the Engineer as to the progress of the work and the manner in which it is being per�:o;med, to report s y evidence that the materials being furnished or the work berg performed by the Contractor fails to fulfill the recuireme;..ts of the Contract, Documents , and to call the attention of the 2 Contractor to any such failure or other infringements. Sudh inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work ­'in accordance with the recuirements of the Contract Documents . in case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment urnished or- the manner of performing the work, the City Inspector will F have authority to reject materials or egLripmert to :suspend work until the question at issue can be referred to and be decided by the _7agineer . The City Inspector will not , however, be authorized to revoke , alter , enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any - instructions contrary to the requirements of the Contract Documents . He will, in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided, however, should the Contractor object to any orders or instructions of the City Inspector.., the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 C4 ) C5-5 . 9 INSPECTIC:+ : The Contractor shall furnis^ the Engineer with every reasonable facility for ascertaining w==ther or not the work as perfc,rmed is in accordance with the requirements of the Contract Documents . If the Engineer so requests , the Contractor shall, at any time before acceptance of the work, remove or uncover such portion o= the f inished work as may be directed . After examination , the Contractor s all restore said portions of the work to t::e standard rec::�ired by the Contract -Documents. Should the work exposed or examined prove acceptable , the uncovering or removing and replacing of the coveri nc or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent detective or damaged parts shall be at the Contractor ' s expense. No work small be done or ,materials used without suitable s;:pervision or inspection. C5-5 . 10 R-vMOVA_, 0= DEFECTIVE AND UNAUTHORIZED WORM: A71 work, materials , or ec��i ,;,ert whit has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at h_s own expense. Work done beycr::: the lines and grades given or as shown on the plans , except as herein specifically provided, or any Ext=z Work done wit:gut written authority , will be considered as unauthorized and done at the expense of the Contractor and will ' not be paid for by the Owner . Work so cone may ordered removed at the Contractor ' s expe:se . Upon the failure on the part of the Contractor to =mzly° with, any order of the Engineer made under the provisirns of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unaut-horized work to be removed, and the cost thereof ir v be deducted fron aAny :.coney due or to :.eccme due to the Cont. actor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . C5 - 5 . 11 SUBSTITUTE MATERIMLS OR EQUIPMENT : If the ,Specifications , law, ordinance , codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified , and if Contractc: wishes to furnish or use a proposed substitute , he shad, prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of 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 substitute fr'cm that specif i ed and indicating available f maintenance service . No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or _ installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s expense .' Contractor shall indemnify and hold ha=-mless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages, losses and expenses (including attorneys fees ) arising out of the us.e of substituted materials or equipment. C5-5 . 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents .. tests of materials or equipment are necessary, such& tests will be made at the ex_ease of and paid for direct to the testing agency by the Owner unless otherwise specif icalt v provided. The failure of 'the Owner to make any tests of mate ials shawl be in no way relieve the Contractor of his respc-sibility of furnishing materials and equipment fully conforming to the nts of the Contrac Documents. Tests and sampling of materials , unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials ' or specific requirements of the Owner. The Contractor shall- provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer , use the materials represented by -the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without chi=ge to the Owner. In case of concrete, the aggregates , design mini=.La, and the mixing and transporting equipment shall be approved by the Encineer before any concrete Is placed, and the Contactor shall be responsible 'for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall „ be made at least 9 days prior to the placing of concrete , using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply chance, new tests shall be made prior to the use of the new materials. C5-5 . 13 STORAGE Or MATERIALS : All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer , t::ey shall be placed on wooden platforms or other hard, clean durable surfaces and not on the CS-5 ( 6 ) ground , and shall :r°_ placed under cover when direczed. Stored materials shall be placed and located so as to fa: ilitate prompt inspection. C5-5 . 14 EXISTING S':RUCTURES AND UTILITIES : The location and dimensions shown c n the Plans relative to exist=:; utilities are based on the pest information available . Omis=:c^ from, or ' the inclusion of -. , I itv locations on the Plans is not to be considered as the nonexistence of, or a definite _ocation of, existing undercrcund utilities . The location c- many gas mains , water ma"..s , conduits , sewer lines and =service lines for all utilities , etc . , is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all _ such structures and utilities on the plans or to s^ow them in their exact location.. It is mutually agreed that such failure will not be co*r:sidered sufficient basis for claims for additional corn+p_n_ation for Extra Work or for _.._re__sine the pay quantities in any manner wh=atsoever, unless an obstruction encountered is sac:, as to recess=fate changes in ;-:,e lines and grades of consid=_=_'-?e magnitude or requires the b_=?dinc of special works, o-cv_sion fer wh_ch is not made in the con--act Documents , in w;,ic case the provision in C-hes _ Ccr.tract. Documents for Extra Work shall apply. it shall be 'Che Contractors responsibility to veriffy :ocat?ors o adjacent and/o= conflicting utilities suff-..: e,-,tly in advance of construct-Ion in order that he may nec---* ---e such local adjustments a: necessary iii the construction :=ocess to provide adequate clearances . The Contractor sh=l1 take all necessary precau__ions in or ar to protect all existing utilities , stru c:-_ures and service lines . Ver__ication of existing utilities, structures and service lines shall include r. otif ication of all utility companies at least orty eight ( 48 ) hours in advance of construction including exploratory excavation if necessary . All verification c_ existing Utilities and taeir adjustment shall be considered as subsidiary work. C5-5 . 15 INTERRUPTION Or SERVICE: a. Normal Prosecution : In the normal presectuion of work where the interruption of service is necessary , the Contractor , at least 24 hours in advance, s::all be recu:_ed to 1. Notify the Water Department ' s Distribution Division as to location , time , and schedule of service interruption . " C5-5 ( 7 ) 2. ' Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3 . In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer ' s entrance door knob . The tag shall be durable in composition, and in large bold type. shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer ) se-vice will be inter- rupted on between the hours of anr_ This inconvenience will be as short as possible. rt Thank you, Contractor Address Pho.e b. Emercencv: In the event that an unforeseen service interruption occurs , notice shall be as above,but immediate. • r CS-5 . 16 MUTUAL RCS?ONSIBILITY OF CONTRACTORS: _ , through acts or neglect on the part of the Contractor , any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert anv claim a-ainst the Owner on account of any damage alle-ged to have been sustained, the Owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim. CS-5 . 17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be acco=zlished in keeping with a daily routine established to the the satisfaction of the Engineer . Twenty-fours fours after written notice is riven to the Contractor that the clean-uo on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the C5-5 { S ) unsatisfactory `procedure, the City may take such direct action as the Engineer dyers appropriate to correct the clean-up deficiencies cited to the Contractor in the wr ".en notice, and the costs of such direct action , plus 25 % of such costs , shall be deducted from monies due or to become due to the Con tractor. upon the completion of the project as a whole as covered by these Contract Dccuments , and before final acc_?tance and final payment will be made, the Contractor shall_ clean and remove from the site of the project all surplus and discarded materials , temporary structures , and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal tc that which originally existed. Surplus and waste materials. rer,oved from the site of the w--=k shall be disposed of at locations satis _actory to the .leer. The Contractor shall t:.c_oughly clean all equipment an- mater : als installed by h?m and shall deliver over such r.-,=_a_ials and equipment in a b=ight , clean , polished and new appearing condition . No extra compensation will be to the Contractor for any cl ean-up required on the project-. C5-5 . 18 FINAL INS.-? � CTION whenever the work pro.iced for in and conremolated under the Cod^. =Tact Documents has been satisfactorily cc:T'ipleted and =1nal cleanup p?..C_:ued, the L ngineer will notify the proper o=flc=a:s of t^s owner and reauest that the ..;aal ?.^.s_peCtiO be ::lad°_ Cach _.^.soeCt_on will be :«ade with 10 days of t- er such nct_=-c=__c, . After such final inspection, if the wo=k and mate ria-s a::.. ecuipment y are found satisfactory, the Contractor will be , c_i=ied in writing of the accepta.ice o : the same after the proper resolution has been passed by the City Council . No time charge will be maze against the Contractcr betwee- said dare 0 = notification of the Encine °_r and the date of final inspection of the wcrk. C5-5 ( 9 ) PART C - GENERAL M D_TTIONS C6-6 LEGAL RELATIONS ASD PJELIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PliBLIC RESPONSTB_L:mY MP C6-6 . 1 LAWS TO BE G_SERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and re5_lations which in any way affect the conduct of. the work or his operations , and shall observe and comply with all orders , l=aws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents , and employees against any and all claims e= liability aris _nc from or based on the violation of anv such law, ordinance , regulation , or order , whet:e- it be by h Imself or his employees . C6-6 . 2 PERMITS AND T-•_CENSES: The Contractor shall crocure all permits and licenses , pay all charges , costs and" fees , and w give all notices necessary and incident to the due and lawful or os ecutior. of the work. C6-6 . 3 PATENTED DEVICES , MAT E RTJALS AND PROCESSES: If the Contractor is required or desires to use any design, device , iaterial , or process covered by letter, patent, or copyright, he shall provide for such use by suit-able legal agreement with' the patentee or owner of such patent, letter, or copyrighted design . It is mutually agreed and understood that without exception the cont=act prices shall include all royalties or _ cost arising from patents , trade-marks , and copy rights in any way involved in the work . The Contractor and his sureties s:,all 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 t=ade-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 ccrpletion of - t:,e work, provided , however , that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design , type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account - of st;ch suits . C6-6 ( h- ) C6-6 . 4 SANITARY PROVISIONS : The Contractor she',-",- esta:,lish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as a:11 tend to E prevent the inception and spread of infectious cr contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private , and such regulations as are required by Law shall he out into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers or. the work , properly secluded from public observation , shall be constructed and maintained by the Contractor and their use shall be strictly enforced by t'he Contractor . All such r facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. ' C5-6 S PU3LIC crg-TY AND CQNVEN_TENCE: Materials c_ e_uiprent ste=ed 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 E.ngi-:eer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not. limited- to, safe and convenient 'ingress and 'egress to property contiguous-to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except dui ..c actual trenching or pipe installation operations , at all driveway crossings . Such previsions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer a: any location, the Contractor shall make arrangements satisfactory to the Engineer at any location , the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as oi_oe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants , fire alarm boxes , police call boxes , water valves , C6-6 ( 2 ) aas valves , or ma^holes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention , after twenty-f our hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice , and in either case , the cost of such work done or materials furn'_shed by the Owner or by the City shall be deducted from monies due or to -_come due to the Contractor. The Contractor , aster approval of the Engineer, shall notify the Fire Department eieadquarters , Traffic Engineer , and Police Department , when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible , and, when so directed by the Mngineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus , The Contractor shall promptly notify the Fire ° Department Readcua_t°_rs when all such obstructed streets , alleys , or hydrants are again placed back in service. 3 Where the Contractor is required to construct temporary bridces' or make other arrangements for crossing over ditc hes or streams , his responsibility for accidents in connection with such °crossincs shall include the roadwav a=roaches as well as the st=uct===s of such crossings. t The Contractor s::_11 at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs loca- ed in close proxi:wity t_ or on the site of the wc_k. Wherever any such damage may be done , the Contractor shall immediately satisfy all claims of property owners, and no payment will be rude by the Owner in settlement of such claims . The Contractor shall file with the Engi.^.eer a w=it-ten statement sncw'_ng all such clai its 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 o.f the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract Documents , or as may be specifically authorized in writing by the Encineer . A reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property . �= the street is occupied by railway tracks , the wcrk shall be C6-6 ( 3 ) r w carried on in such manner as not to interfere with the oneration of trains, loading or unloading of cars , etc. Other contractors of the Owner may, for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6. 7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any railway , the City will secure the necessary easement for the work. Where the railway tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public . Negotiations with the railway companies rcr permits shall be done by and through the City. The Contractor shall give the City notice rot less than five days prior to the time of hlis intentions to been 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 cross_.-gs unless specifically set forth in the Contract Documents. C6-6 . 8 BARRICADES , WARNINGS AND WATCHMEN: Where the work is carried on in or acjacent to any street , alley , or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades , fences , lights and danger signals , shall provide such watchmen, and shall ta:ce 'all such' ether precautionary measures for the protection of persons or Property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under cc::struction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent acci :ent or damage. All installations and procedures shall be 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 Veron' s Civil Statutes, pertinent sections being Section Nos. 27 , 29 , 30 and 31. CZ-6 ( 4 ) The Contractor wi11 not remove any regulatory sign , instructional si-n, street name sign , or other sign which has been erected by the City . If it is determined t1^?= a sign must be removed to permit required construction , the Contractor shall contact the Transportation and blic Works depart:,ient , Signs and Markings Division ( phone number 8780-8075 ) , to re.-nove the sign . In the case of regulatory signs , the Contractor must replace the permanent - � c:, with a temporary sign - eeting the requirements of the above referenced manual and such temporazv sign must be installed prior to the removal of the per�nanent sign. If the temporary sign is not installed correctl y or if it does nc= meet the required specifications , the permanent sign shall be left in place until the temporary sign requirements are .:,et . When construction work is completed to the extent that the permanent sign can be re-installed , the Contractor shall ac_ ain contact the Signs and Markings Division to re--stall the permanent sign and shall leave his temporary sign Jr. place until such re-ins=__ration is completed. The Contractor w_ '_: be held respcnsible for all d_-=ce to the work or the public due to failure of barricades , signs , fences , lights , cr watchmen to protect them . Whenever e iidence is found o= such damage to the work the :ir.eer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor ' s own expense . The C c n t r a c t o r I s res_cc-__bility for t_..e maintenance of ba._icades , 5_cns , fences and lights , and fCr provide.^:c watchmen 5.^.?11 not cease until the _ .act shall h.v. been completed a-d accep;.ed- by the Owner . _ No compensation , except as specifically provided in these Contract Documents , will be paid to the Contractcr .6 the work and materials involved in the constructing , providing, and maintaining of barricades , signs , fences , and lights or -Co.- salaries of watchmen , for the subsequent removal and disposal of such barricades , s igns , or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for w;;_ch unit or lung sari prices are requested in the Prbposal. _ Co' - 6 . 9 USE OF LXPLOSIVES , DROP WEIGHT , ETC. : Should the Contractor elect to use explosives , drop weight, etc. , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property . The Contractor shall notify the proper representative of any public service corporation , any company , individual , or - utility , and the Owner , not less than twenty-four hours in C6-6 ( � ) advance of the use of any activity which mica_ damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project- , - as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has, insurance cove:aae to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10 ) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the comclaint has been addressed. Whenever explosives 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 care of a competent watchman at all times . All vehicles in which explosives are being transported shall be plainly marked - as mentioned above and shall,. insofar as possible, not use heavy tra}fic routes. C6-6 . 10 WORK WITHIN EASEMENTS : Where the .work passes over, ^.rough, or into pr'vale property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City . The City shall be not?fied in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified 'approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer . Unless specifically provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6" ( 6 ) every precaution tc prevent damnage to all trees , shrubbery, plants , lawns , fences , culverts , curbing , and all other types C : structures o: -m=ovements , to all water , se-4-2r, and as lines , to all cor.:_?;.s , overhead pole lines , or accurte g nances hereof , includi:,; the construction of temporary `ences and to all other public cr private pr eperty along adjacent to the work. The Contractor Shall notify the proper represen—atives of owners or , occupants cf public or private lands or interest in lands which might be affected by the work. Such notice s`all be made at least '!c hours in advance of the be: : n-; rg of the work. Notices shall be applicable to both public and private utility companies cr any corporation, company, individual, or other , either as owners or occupants , whose land or interest in land might affected by the work. The Contractor shall be espomsible for all damage or injury r j y to prop erty of any character result= c from any act , omission , nec'ect, or misconduct in t�.e -canner or method or execution c: the wo=k, or at any time due to defective work, material, or a_uipme nt. When and where any direct or i _^_direct or in-t:ry is done to public or private property on account of any act , omission , neglect, or miscc:d-_,ct in t^e execution of the work, or in consecuence of tie non-executi on thereof on the p art of the Contractor , he s a_? restore o= have restored at his own cost and expense such p:c?erty to a condition at lease equal to 6Inat existing zefc=e such dal.: age or injury was done, by _ repairing , rebuilc:-c, or otherwise replacirc and restoring as :tiny be directed by the Owner , or he shall :rake rood such ca�-aages or in" _.. a manner acceptable to the owner of the property and the _-_ _zeer. rll fences encountered and removed during cor._t.::ction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Cc:t=actor shall set cross braced posts on _ either side of parmanent easement before the fence is cut . Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition tc the cross braced posts provided at the parmnanent easements limits , before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight , and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, to ,porary closures and replacement shall be subsidiary to the various items bid in the project C6-6 ( 7 ) proposal . Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to :Hake good such damage or injury, the Owner :nay , upon 48 hour written notice under ordinary c-c;:mstances, r and without notice when a nuisance or hazardous condition results , proceed to repair, rebu'_ld, or otherwise restore such property "as may be determined by the Owner to be necessary, ana the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. c6-6 . 11 INDEPENDENT CONTRACTOR : It is understood and agreed. by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an, officer , scent , servant or employee of the Owner . F Contractor shall have exclusive control of and t: exclusive right to control the details of all the work an,-4 services performed hereunder, and all persons performing same, and s:all be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subcontractors , licensees and invitees . The doctrine of - espondeat superior shall not apply as between Owner and Contractor, its cf'icers , agents , employees , contractors and subcontractors , and nothing herein shall be construed as c_eating a Dar t-ner_hip or joint enterprise between Owner and Contractor. C6 -6 . 12 CONTRACTOR ' S RESPONS ?BILITY FOR DAMAGE , CLAIMS : Contractor cave na.ats and agrees to , and does. hereby indemnify, hold harmless and defend Owner , its officers , agents , servants , and e:-plcyees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons , of whatsoever kind or character , whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers , agents, ehployees , contractors, subcontractors, licensees or invitees , whether or not caused., in whole or in part, by alleged negligence on the part of of f icers , agents , servants , employees , contractors, subcontractors, licensees and invitees of the Owner ; and' said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its Officers agents, servants and employees for property damage or loss , and/or personal injuries , including death, to any and all persons of whatsoever kind or character , whether real or asserted, arising out of or in connection with , directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents employees, contractors , su;contractors, licensees and invitees , whether or not caused, C6-6 C 8 ) in whole or in ' part , by alleged negligence o_' officers , ace.nts , servants , em-mlovees , contractors , subcc :tractors licensees or Inv-'zees of the Owner . Contractor likewise _ covenants and agrees 'Co, and does hereby, o : - ind_mn_:1 and hold harmless Owner frog and against any and all ir.jt:- =s,loss or damages to propert-, o: the Owner during the per=or.-.a es of any o = the terms and cc:nditions of this Contract, w'h'ether arising out of or in ccrnec_:cn with or resulting from, in ;.ole or in anv and al ", alleged acts or omissions c- c=_icers , agents , servants , employees , cer_t_actors , subcOntractors licenses , or -1.1vitees of the Owre= . ' In the event a written claim for damages aca ;-4st the _ contractor or its s;tbcontractors remains unsettled the time all work on the project has been completed to the satisfaction o = the Director of t:�e Water Demartment , as evil=^cod by a final.. inspection, :_::al pa_r*ae.^.t to the Contractor s'-22- 1 not be r eco�:vended by the Director o= the Water Deena= t.,e-t fcr a o e= iod of 30 days after the date of such final _.spec`ion 'unless the Contractor shah submit writte- evidence s ar is f-actory to trio Director that the claim has ..ee: s:ttled and a release has obtained f=em the clazmant in.clued. _ = the claim concer ned remains a^settled as of the ex^prat:on Of the above 30-day period.. the Cont- actor may be d=e--ed to be _ e -. t . tl �d to a s ':_-_ina1 pas=ent for work com::-====, SL:Cfl sa.:i_-=ina_ C be iil a.. aT,OL'n`. eCL'al to t tOtal dollar amount then d-e less the dollar val'ae o.-62 an•.. written c-1--1:s pending aC? _,:s`. "he Contractor for a r is 1 C_ c_,` o6 6 L s he fo--mance of such work, and s::c:Z sem_-final paymenz may then b rec;,ru°ae_^.ded by t D :actor. he D1=actor s..^,all ;.mot recommend final payment to a �,C. actor against Whom such a claim for damages is o':tstanCinc for a oar iod o six months following the date of the acceptance of - the work performed- Lnless the Ccntractor submit's evidence in w_:ti ng satisfactcr_ to the Director that: 1 . The cla::n has been settled and a release has been obtained _=om the clai=ant involved, o: 2 . Good faith efforts ha- expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the sa_:s:action of the Director. The Director may, if he deems it appropriate, refuse �o accept bids on other Water Department Contract, t work from a Conractor against whom a cla:a for damages is outstanding. as a -result of - work performed uncle= a City cont=act. C 6-6 . 13 CONTRACTOR'2 CLAIM FOR DAMAGES: Should the Contractor claim compensation aor any alleged damage by reason of the acts or omissions of the Owner , he shall within three day's a=ter the actual sustaining of such alleged damage, make a written statement to the Engineer , setting out in detail the nature of the allege_ damage, and on or before the 25th day of the month succeeci::c that in which any such damage is claimed to have been sustained, the Contractor shall file with the ' Z., —near an 1. uize_ statement of the detai?s a^d arouat of such alleged damage and, upon request, shall give t:,e Engineer access to all books of account , receipts , vouchers, bills of ` lading, and other becks or papers containing any e7idence as to the amount of such alleged. da=ace. Unless sue:: statewe::t's shall be filed as ne_einabove' re_uired, the Cont.acte_ ' s claim -� =or comnen sa tion shall be waived, ' and he shall not be entitled to._ payment. on account of such °da::.aces. �._. C6-6 . 14 ADJUSTMENT OR RELOCATION OF PUBLIC GTII.IT-I—c ETC.: .n case it is neces;a_v to change , move , or alt__ in any manner the property o= . a public utility or o'Cners, the said p_cp erty shall net ze moved or interfered with until orders . th�e- euvon have bee: issued by the Engineer. The _ :g:Zt is reserved to the o.-.e:s of public utilities to enter the geoc:aehical limits of the Cont=act for the purpcse of making such changes or repairs to their property that may be necessary by the per:crmance of this contract. C6-6 . 15 TEMPORARY SEKER. AND MAIN CONNECTIONS: when existing sewer lines have to be taken up or removed, the Contractor shall , at his own expense and cost , provide and maintain temporary outlets and connections for all private -or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers , and f--r this purpose he shall provide and .maintain , at his oh;, cost and expense , adequate pumping Facilities and temporary outlets or diversions. The Contractor, at his own cost and expense, shall ccnstruct such troughs , pipes , or other structures necessary, and be repared at all ti=es to dispose -of drainage and sewage CZ-6 t 10 ) received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers a:,c connections shall be kept in service and maintained under the Contract , except when specified or ordered to.• be aba ndoned by the Engineer. All water, sewage, and other waste shall be disposed of in a stirs=a,—_ _y meaner so that no r.u _ sance is created' and so that t;^,e work under construction will be adequately protected. C5 -6 . 16 ARRANGEX?'.;T AND CrARGES FOR WATER FURN_SHED BY THE CITY : . When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Warta City Water De:artment for so doing . City water furri=shed to the Con tractor shall be deliverer to t:^.e Contractor __em a connection on an existirs C,tv main . A_ 1 piping recu?_ea beyond the point' of de' ive__v shall be i-n-stalled by the Cc:tractor at his own expense . The Contractor ' s -_sponsibili ty in the use of all existirc fire hydrant and/or valves is detailed in Secticn Z2-1. 2 USA 0 ? FIRE HYDRAYTS AND VALVES in these Genera? Ccr.t_act �ocunents . rihLen meters are '_Sed t rneas':r°_ the water , the cha:c°s , if any, _`cr water w.__ be at th r°C tar est al-_is.red r_=a s W ^. meters are not used , the charges , if any w.11 be as prescribed by the City Ordinance , or where' no orc_nance applies , payment shall be nade on estimates a.-.d rates established by t e Director or the Fort- Wort:, Water Lemartment. .� CS-6 . 17 USE OF A ECTION OR POR^'_ON OF THE WOF K: Whenever, in tae opinion of tae Encineer , any section or port cn of the work or any structure is- in suitable condition, it may be put into use upon the written order of the Engineer , and such usage shall not be held to be in anv way an acceptance of said wc_:{ or structure or any part thereof or as a waiver of anv of the provisions o= these Cont=act Documents . All necessary. renairs and removals of any section of the work so put into use , due to deiect?ve materials or workmanship, ec•_ic:aent, or to deficient operaticns on the part of the Ccatractor, shall be performed by the Contractor at, his own expense. C6 - 6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the• Contractor , and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the he:einabove causes. C6-6 . 19 NO WAIVER 0? LEGAL RIGETS : Inspection by the Engineer or any order by the Owner by payment of money or any payment nor or acceptance of any work , or any extension o- or any possession taker by the City shall not operate as a waiver of. any provision of the Contract Documents . Any waver of any breach or Contract shall. not be held to be a waiver of anv other or subsequent. breach. The Owner reserves the right to correct anv 'error that may be discovered in any estimate that may have been paid and to y adjust the sane to meet the requirements o: the Cant:act DCC':Me rr tS . . C6-6 . 20 PERSONAL L_-%BILITY OF ?L3LT_C OFFICIALS: in carrying out the provisions of these Contract Documents or in exercising any power of authe= ity granted thereunder, these sh all be no liah=l__:r upon the authorized =eprese::_at:ves of the Owner , e=the: personally o- otherwise as t.-Ie acents a.-.d representatives o= the City. C6-6 . 21 SInATB S-%-. _S _'A.X: On a contract awarded by 'he City of P ort north , an or ga iza.ion which ` qualifies for exemption pursuant the p:ov- s_ons of Article 20 . 04 (E) of the Texas 14:mited Sales , excise , a.^.d Use Tax Act , the Ccnt_ac%. may purchase , rent or lease all materials , supplies aid equipment used or consumed in the performance of this contract by issuing to his suvplier an exemption 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 t'c ar,d shall corp:Y with the provisions of State Cc=,-roller's Ruling . 011 , and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract away-ed by a developer for the construction of a p­. blicly-owned i:nprovem.ent in a street right-cf-wav or other easement which has been dedicated to the public a.:d the City of Fort Worth, 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 :canner stated above: C6-6 (12 ) Limited Sale , Excise and Use Teat permits and in`o:Tation can be obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX Cb—b ( 13 ) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROS717TIION AND PROG Z'SS : C7-7 . 1 SUBLETTING : The Contractor shall perform with his own organization , and with the assistance of workman under his imnned=ate superint_ndance , work of a value of not less than fifty (50% ) percent of the value embraced in the contract. If the Contractor sub_ets any part of the work to be done under these Contract Doc•.:.:,�.^.ts , he wi11 not under any c:-CUmstances be rel=ieved of the r=sponsibility and obliaaticn as�;:�ea under these Contract Documents . All transactions of the 'Engineer will be with the Contractor . Subcontractors will be considered only in the capacity of employees or wcrk.men of the Contractor and shall be subject to the ;are requirements as to character and competency. The. Owner will not recog,ize any subcontractor or. t work. . The Contractor shall at all times, W.,.--n the we=k is c,_raticn, be _ epr_s=_need a:t =r in person cr by a su a=inte:ce::p or other desiccated represen tativ_s. C7 - 7 . 2 ASSIGNMENT OE CONTACT • ,The Cont=act-_ shall not assign, trans=er, s;:biet, convey, or otherwise dispose of the c0..tract or his r' c:ts , title , Cr interest, in or to the sa=ge Cr any part t ereC: without- the p revicus con sent- C= the Owner ex_o_e,ssed by rescl�___cn of the City Council arc concurred in by tha Sureties. t:.e Contractor cces•, without such previous copse t, assign, t.aa.Sf°_r, sublet, CO.-I"ev, or otlherwise disMcse Of. t:^.S contract is right , , title Or Inter°_St t r i r n ^ "i thereof or h `� , .; , he e n o any ra_ ,.he_ ..a , to any person or persons , partnership , company , firm, or• corporation , or does by bankruptcy, voluntary Or _:.voluntary, cr by assignment under the insolvency laws of anv state , a.tempt to dispose e= the contract may, at the option of the y 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 cont=-act, shall be retaii:ed by the owner as licuidated damages for the reason that it would be im racticable a-nd extremely di = ficult to fix the actual da==ces . C7 - 7 . 3 PROSECUTION OF THE WORK : Prior to beginning any construction operation , the Con t�ractor shall submit to the ?zcineer in. five or more copies , iz recuested by the Engineer, a progress schedule preferably in chart or diagram forna, or a _ r : ef outlininC. in detail a nd step by step the ;canner of C7-7 - ( I ) prosecuting the work and order ing materials and equipment which he expects to follow in order to complete t:^.e project in the scheduled time . There shall also be submitted a table of estimated amounts to be earned by the Contractor curing each - monthly estimate period. The Contractor shall commence the work to be pe_-ormed under this contract within the time li=-, t stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment , materials , and labor as is necessary to insz--e its completion within the time limit. The sequence requested of all construction operations shah be at all times as specified in the Special Contract Documents . p Any deviation from scuh sequencing shall be submitted to the engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the p Engineer . Such specification or approval by the Engineer shall not relieve ^.e Contractor from the full responsibility 0= the complete performance of t::e Contract. _ y The contract, time -may -be chanced only as se= °_cr-hL in Section C7-7.8 "Extens_cn ci T-- me of Completion" of tails A:reement, and a progress sci:edule shall not constitute a change in. the CCn t_act time. �.. . C7-7 . 4 LSM?TATI'ONS OF 0?ERAT:ONS : The wc.kinc epe_ab ons p shall at all times be conducted by the Ccnt_ac,c_ so as to c=eate a minimum amc'unt of inconvenience tc the public. A. any time when, in t°:-_ .judg:aent c= the Engineer, Ch.e Contractor ,gas obstructed o: closed or is carrying on operations in °a porno' n­ of a street or public way greater than is necessary =cr the proper execution of the work, the Engineer may require tae Contractor to :finish the section on which coerations are in + progress before the work is commenced on anv additional section or street. i C7-7 . 5 CHARACTER C? WORKMM7 ANTS EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort worth his key men and his superintendent . All other war:,-men , including. equipment operators , may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , Competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate , dishonest , or C7-7 C2 ) otherwise objec = ionable or neglectful in t:: = proper performance of his or their duties , or who neglects Or refuses to comply with or carry out the directions of the Owner., and such person or persons shall not be employed acai. thereon without written consent of the Engineer. A11 work:aen sha '_ 1 have suf � icient skill , ability , and experience to prope__v perform the work assigned to the. and Operate 'any equ:_:.,ent necessary to properly .care-; Out the performance of the assigned duties . The Contractor shall furnish and maintain or. the wort{ all such ecuiprrent as is =ns:dered to be necessary. for pros-cu,; on o'f. the work in an acre:table manner and at a satisfactory rat_ of progress . All ec,.iipment , tools , and machinery �-sed for handling' materials a..d executing any part of the work shall be subject. to the approval of i the Engineer and szzl_ be .maintained in a sat- is factory , safe and efficient working condition. Ecuipraen. t on any portion of the work shall be such that no injury to the work, wort .-Zen or adjacent proc_rty will result from its use. . C-7-7 . 6 WORK SC==Du__ Elapsed working days shat b •te .�_ a computed � d starting wltZ the :_rst day o= work completed as defined in C1-1 . 23 "WORKING DI-Y" or the date stipulated in the "WORK ORDER" for ::e=i.nninq work, wh=chewer cedes first. Nothing in these Cont=act Documents shall be cc—.s--rues as -c.^._bi`.ing the Cc::_.3C:or frorn wo k_nc On Saturday, =ancav or W Lecal of=days , p_:.'r:d:ng that t_°_ _Ol7owing 4 . a. A r ecues t to work on a specific Saturdav, Sznday or Legal Ec_idav must be made to the Engineer no later than the :roceeding Thursday. b. Any work to be dor.'e on the project on such a specific Saturdav, Sunday or Legal Holiday must be , in the cpinion of the Engineer, essential to the timely Cc�;pletion of the project. The Engineer 's decision shall be final in response to such a request for approval to work on a specific Saturcay, S-anday or Legal Holiday, and no extra ccmpensatien shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday Or fecal Holiday. Calendar Days shall be defined in CI-1. 24 and the C=ntractor may work as he so des-1—res. C7-7 C 3 ) C7-7 . 7 TIME OF .COMMENCEME.NT AND COMPLETION: The Contractor shall commence the working operations within the time s oecif ied in the Contract Documents and set forth in the Work Order . Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner ,,,av proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed° and the premises cleaned uo in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7 . 8 EXTENSION 0? TIME COMPLETION: The Contractor's request =or an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Enci:eer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the tilde of completion be requested such request will be forwarded t� the City Council for apnroval . n adjusting the contract time for completion o&. work consideration will be given to u:.ferseeable causes beyond the control of and without the fault or negligence of the Cc:.t=actor, includinc but limited to acts of the public enemv, aces of the Own:=, fire , . flood , tornadoes , epidemics ,° cuarantine restrict_cns, strikes , -reicht embargoes , or delays o f sub-contractors due to such eaus es. When the date of cc.Lp?etion is based on a Calendar day bid, a request for extension of time because of inclement weather W;-'--' not be ccnsidered. A request for extension of time due to inability to obtain supplies and materials will be considered only when, a review of the -Contractor ' s purchLase order dates and otter pertinent data as requested by the Engineer indicates that the Contactor has- made a bcna_`ide attempt to secure delivery on schedule. This shah include e-forts to obtain the supplies. and materials from alternate sources in case the first source cannot make delivery. if satisfactory execution and completion of the cont=act Should require work and materials in greater amounts or quantities than those set forth in the aoproved Contract Docsraents , then the contract ti.•ne may be increased by Change Order. C7-7. 9 DELAYS : The Contractor shall receive no ccroensation .or delays or hindrances to the work , except when direct and ^.avoidable extra cost to the Contractor is caused by the failuze of the Citv to provide information or material , if C7-7 C 4 ) an_v , which is to be furnished by the City . Wine . such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer a:�.1 if by hi:n found correct shad be approved and referred by him to the Council for final approval cr disapproval ; and the action thereon by the Council shall be f inal 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 provice material: or necessary instruc ' , for carrying, on the work , then such delay will entitle the Contractor to an equivalent extension of_time, his application °or which shall , however , be subject to the approval of the City Council ; ar.d no such extension of time shall release the Contractor or the surety on his performance bond frcm all his ebli cations hereunder which sha11 remain in full •force until the discharge of° Che contract. C7-7 . 10 TIME Or COMPLE"_'i0N The time o` comp_ation is an else^ti al element of the contract. Each bidder shall indicate the appropriate place on the last page of the ?rocesal the nu-nn er of. working C.ays or calendar days that. he w1_11 r`C•+ i r` to fully C omolete this con t=act c= the t i:ae of como_e ti cn will be specified by the City in the Proposal section of the c-ntract document-S. The number o= days indicated shall be a realistic estimate of tilde TeCLareC tO complete t.^.e wcr.'{ covered by th° s'eC1= .0 coat_act being bid upon . The =.noun% of time so state: by the s;:c..essful bidder or the City will become the . time of comp1et_on specifIed in the Cont=act Document-s . For each calendar day that' any work' shall` remain uncompleted a=ter the ti=ne s eci ied in the Contract Documents , or the increased' time gr =anted by the Owner , or as automatically increased by addZt_cnal work ar materia!s ordered after the cori Bract is signed , the su'm per day given in the following schedule , unless otherwise specified in other pa=ts of the Contract Documents ; will be deducted from monies due the C^I:_ractc= , not as a penalty , but as liquidated damages s feted by the Owner . r moUNT OF CONTRACT Less than $ 5 , 000 inclusive $ 35 .00 $ 5; 001 to $ 15 , 000 inclusive $ 45. 00 $ 15, 001 to $ 25 , 000 inclusive $ 63 . 00 $ 2_1001 to $ 50 , 000 inclusive $ 105 . 00 $ 50, 001 to $ 2.00 , 000 inclusive 5 154 .00 $ 100,001 to $ 500 , 000 inclusive $ 210 .00 C7-7 ( 5 )° $ 500 , 001 to $1 , 000 , 000 inclusive $ 315. 00 $ 1, 000 , 001 to $2 , 000 , 000 inclusive $ 420. 00 $ 2 , 000 , 001 and over $ 630 . 00 The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in complet-ing the wo=k hereunder in the time specified by the Contract Documents would be incapable or very difficult. of accurate estimation , and that- the "Amount of Liquidated Damages per Da•r", as set out above, is a reasonable forecast of just compensation due the City 'for harm caused by any delay.. - C7-7 . 11 SUSPENSION BY COURT ORDER: The Contractor sha-il suspend operations on such part or parts of the wo=:t ordered by any court , and will not be entitled to aAditional compensation by vi_-ue of such court order. Neither will he be liable to the City in the event the work is sus:ended by a Court Order . Neither will the Owner be liable to . t_he Contractor by vi:tae of any Court Order or action: for which the Owner is not solely responsible. C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the wc::{ operation w holly or in past for such period or periods of time as he may deer necessa=y due. Co unsuitable weather conditions or any other u,,favorab.le conditions which in the opinion of the Owner or E:,c: eer cause further prosecution Of the -work to be unsatisfactory..ar detrimental to the interest o= the project. Duri.^.c temp ora=y susmensicn o= work covered by this contract, for any reason , owner w-, -' -' ma{a n0 extra payment f0: stand--v time Of c;ns t-ucticn equip-ment and/or construction crews. + If it should become necessary to suspend work for an - irdefinite period, the Contractor shall store all u,atavials in such manner that trey will not obstruct or imu_ ede the public unnecessarily nor become damaged in any way, and -he shall take every precaution to prevent damage or deterioration of the. work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Shoulld the Contractor not be able to complete a port'icn of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set firth in paragraph C7-7. 8 EXTENSION OF THE T_ME OF COMPLET_?N, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow cons truction 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 equ;ipnent to the job when it is determined by the Engineer C7-7 t 6 �. that construction may be resumed . Such reimbursement shall be based on actual cost to the Contractor of moving the ec::ipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Werth. The Contractor siha__ not suspend work w_thout wr_-te; notice from the Engineer a::d shall proceed with the work operations promptly when nctif ied by the Engineer to so resume coe_ations . . C7 - 7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL ZMERGENCY-: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor , materials , and equipment for the orosecution o= the work with reasonable continuity for a period of two months , the Contractor shall within seven days' notify the Cit_v in writing, givinc a detailed statement of the efforts which have- been made and listing all necessary items of labor, materials , and equipment not obtainable . .f , after investigations , the Owner finds that such conditions existing and that the inabi?ity of the Contractor to proceed is not attributable in whole or in pa=t to the fault or neglect of the Contact, then if the Owner c=annot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days , the Contractor may request the Owner to terminate 16:he ccntZac- a d the Owner may =71-11-y with the request, and the ter :_nation shall be conditioned and based upon a final se:clement , ,��tually acceptable �o both the Owner and the Contractor and final payment shall be made in accordance with the terms of the azreed settleme which shall include, but not be li«ited to , the payment for all work executed but no anticipated Drofits on work which has not been performed. C7-7 14 SUSPENSION' C- A M-ND O_' THE 'FORE AN A:ti :,M=N? OF CONTRACT: The work operations on all or any portion or section of the work under Cont=act shall be suspended immediately on written order of the Engineer or the 'Contract may be declared car::elled by the City Council for any good and sufficient cause. The following , by way of example, but not o = ?imitation , may be considered grounds for suspension or cancellation: a . Failure of the Contractor to commence work operatic^s within the time specified in the Work Order issued by the Owner . C7-7 ( 7 ) b. Substantial evidence that progress of the work operatio.-s by Contractor is insufficient to complete t e work within the specified time. C. Failure of the Contractor to provide an_ maintain sufficient labor and equipment to properly execute the working ooerations . d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt , 'or otherwise financially unable to carry on the work satisfactorily. f. Failure en the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the E 4c._:eer or Owner provided for in these Contract Documents . q, Failure ore the Contractor promptly to make rood any defect in materials or workmanship, or any defects of any nature the correction of which has been directed i:: writing by t`Ae Engineer or the Owner. h. Substantial evidence o_ collusion for the purpose of illegally procuring a contract or per-e:_ - ; nq- aud on to City in the construction of wc_{ under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor cr for any other purpose. j . If the Contractor shall for any cause whatsoever not carry cn the working operation in an acce table manner. k. If the Contractor com.-nences legal action against the Owner. A copy of the suspension order or action of the City Council ' shall be served on the Contractor ' s Sureties . When work is suspended for any cause or causes , or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at them option , assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 ( 8 ) consent of the Own , sublet the work or that portion of the work as taken over, provided however , that the Sureties shall exercise their option , if at all , within two weeks after the written notice to cscontinue the work has been sa=ved upon the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Contractor ' s place in all respects , and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents . All monies remaining due the Contractor at the tlmie of this default shall thereuMon become due and payable to the Sureties as the work progresses , subject to all of t e terms of the Contract Documents. In case the Sureties do not , within the hereinabove specified time , exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Coc_actor to disccntinue, then the Owner shall have the power to complete , by contract or otherwise, as it -nay determine, the work herein described or such part thereof as it may deem necessary , and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , .plants , tools , equipment, supplies , and property of any kind provided by the Contractor for the purpose of- carrying on the work and to procure other tools , equipment, materials, labor and property for the comazletion of the work, and to charge to the account of the Contractor of said contract expense for labor , r;.aterials , tools , equipment , and all expenses incidental `ze=e*_o . The expense so charged shall be deducted by the Owner frcm such monies as may be due or may become due at any time therea=ter to the Contractor •.:::de= and by virt::e cf the Cont=act or any part the:eof . The Owner shall not be =ecuired to obtain the. :owest- bid for the wo=k completing the contract , but the expense to be deduced y s hall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pav the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section , the Contractor shall continue the remainder of the work in conformity with the te=rns of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7 -7 . 15 FULFILLMINT OF CONTRACT : The Contract will be considered as having been fulfilled , save as provided in any bond or bonds or by law, when all the work and all sections or pa=ts cf the project covered by the Contract Documents have C7-7 ( 9 ) been finished and completed, the final inspection Lade by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 . 16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated 'by the Owner in whole , or from time to time in part , in _ accordance with this section , whenever the Owner shall determine that such termination is in the best interest of the Owner . Any such termInatiori shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated-, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presurned and established when the letter is placed in the United States Mail by the Owner . Further , it shall be deemed conclusively presumed and established that 'such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. H. CONTRACTOR ACTION: Af ter receipt of a notice of termination, and except as otherwise d_re-cted 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 subcontracts for materials , services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3 . terminate all orders and subcontracts to the -extent that they relate to the performance of work terminated by the notice of termination; 4 . transfer 'title to the Owner and deliver in the manner, at the times , and to the extent, if any, directed by the Engineer: C7-7 ( 10 ) a. the fabricated or unfabr =cared parts , work in process , complete: work , supplies and other material produced as a part of , or acquired in connection with the performance o: , the work terminated by the notice of termination; and b. the completed , or partially com_leted plans, drawings , information and other property which , if the cont=act had - been completed , would have been reauired to be furnished to the Owner. - 5 . complete performance of such part of the wo=k .as shall not have been terminated by the notice of termination-' and 6. take_ such action as may be necessary, or as Engineer may direct, for the protection and preservation of the property related to its. contract which is in the possession of Contractor and in which the Owner has or may accuire the rest. At a time not later than 30 days after the termination date. specified in the notice of termination , the Contractor may submit to the Engine== a list , certified as to quantity and guality , of any or all items of termination invente=v not previously disposed of, exclusive of items the discosition of which has been directed or author iced by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided , that the list submitted shall be subject to verification by the Engineer upon removal of the items or , if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after notice of termination , the Ccntractor shall submit his termination claim to the Engineer in the form and with the certif i.cation prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in writing within such 60-day period or authorized extension thereof, any and all such claims shah be conclusively . deemed waived. C7-7 ( 11 ) D. AMOUNTS : Subject to the provision.s of Item C7-7.16 (C) , the Contractor and Owner may agree upon the whole or any part of the amount o-� amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto ; provide, that such agreed amount or amounts shall - never exceed the total contract price as reduced by _ the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly , and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated prof its . Nothing in C7-7 . 16 ( E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contrac:.cr by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGR=E : In the event of the failure of the Con_ractor and the Owner to agree as provided in C7-7. 16 (D) upon the whole amount to be paid:; to the Contractor by reason . of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Cont-actor the amounts determined_ No amount* shall be due for lcst or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a ) all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; ( b ) any claim which the Owner may have against the Contractor in connection with this contract; and ( c ) the agreed price for , or the proceeds of sale of , any materials , supplies or other, things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract , the Contractor may file with the Engineer a request in writing for an C7-7 (12 ) equi'' ahle ad j us tine n t of the price or prices specified in the contract relating to the continued portion of the contract ( the portion no', terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such price or prices ; nothing contained herein , however, shall limit the right of the Owner and the Contract--r to agree upon the amount or amounts to be paid to the Contractor for the completion or the continued portion of the contract when said contract does not contain an establ=shed contract price for such continued portion. a H. NO LIMITATION OF RIGHTS : Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract s under C7-7 . 14 hereof entitled " Susoension of Abandonment of the work and Amendment of Contract" or any c-her right which Owner may have for default or breach of contract by Contractor. C7-7 . 17 SAFETY M?" 0DS AND P?.ACTICES: The Contractor s::a11 be responsible for ini_:ating , maintaining , and supervise.-.g all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal , stare , and local laws , ordinances , and regulations so as to protect person and. proper ty from :n jury_ ,' including death, or damage in connecticn wi th the work. C7-7 ( 13 ) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 2M.EASUREMENT AND PAYMENT c8 - 8 . 1 MEASUREMENT OF QUANTITIES : The determi^ation of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms or the Contract Documents shall be ;Wade 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, y 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, ecuipment , applianc-:s and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents . The "Unit Price" shall include all permanent and temperary protection of overhead, surface , and undercround structures , cleanup , finisned, overhead expense, bond, insuran=e, patent f_es , royalties , risk due to the elements and oche= causes , delays , profits , injuries , damages claims , taxes , and all ether items not specifically mentioned that may be required to fully construct Baca item of the work complete in place and in a satisfactory condi=ion for operation. C8 - 8 . 3 LUMP SUM: when in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, . equipment, appurtenances , and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans . C8 - 8 . 4 SCOPE OF PAYMENT : The Contractor shall receive and accept the compensation, as herein provided , in full payment for furnishing all labor , tools , materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time C8-8 c 1 before its fina•1 acceptance by the Owner, ( except as provided in paragraph C5-5 . 14 ) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance OA. such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks , copyrights , or other legal reservations, and for completeing the work in an acceptable manner according to the terms of -the Contract Documents . The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials , or equipment, -nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the .strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects , ' which defects , 'imperfection, or damage shall have been discovered on or before the final' inspection and acceptance of work or during the one year guaranty period after final acceptance. _ The Owner shall be the sole judge of such defects , imperfections, or damage, and the Contractor shall be liable to .the owner for failure to correct the same as provided herein. C8-8 . 5 PARTIAL ESTIMATES AND R TAINAGE: Between the lst and 5th day of each. month. the Contractor shall submit to the engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month the Engineer shall verify such estimate, and if it- is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ( $100 . 00 ) in amount, 908 of such estimated sum will be paid to the Contractor if the total contract amount is less than $ 400 , 000 ,, or 958 of such estimated sum will be paid to the Contractor if the total contract amount_ is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the 'the time of the estimate have not been installed. ( such payment will be allowed on a basis of 85% of the net invoice value thereof . ) The Contractor shall furnish the Engineer such information as he may rev_uest to aid C8-8 ( 2 ) him as a guide in the verification or the preparation of martial estimates`. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate , and such estimate shall not , in any respect, be taken as an admission o= the Owner of the amount of work cone or of its quality of sufficiency , or as an acceptance .of the work cone or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payme:it of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8 -8 . 6 WT_THHOLD_NG PAYMENT : Payment on anv estimate or estimates may be heLd in abeyance if the performance of the construction operations is not in accordance with the r ecuirements of the Contract Documents . .• C8-8 . 7 FINAL ACCEPTANCE : Whenever the improvements provided for by the Contract. Documents shall have been completed and all requirements. of the Contract Documents shall have been fulfilled on the pa=t 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 ti►ie make such ` final inspection , and if the work is satisfactory, in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final pay-ment therefor as outlined in C8-8 . 8 below. Ca-8 . 8 FINAL PAyH NT : Whenever all the imorovements provided for by the Contract Documents and all approved modifications t ^.ereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the _Dart of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations , and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final oavment. C8-8 t3 ) F The amount of the final estimate , less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons , firms , associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages . .� The acceptance 'bv the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the -work under Contract Documents or any act or neglect of said City relating to or connected t with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements o-f _the Contract Documents which specifica?ly continue thereafter:' C8-8 . 4 ADEQUACY OF DESIGN: 146-- is understood that the' Owner believes it has emploved competent Engineers and designers to prepare the Contract Documents and' all modifications of the approved Contract Documents . It. is , therefore, agreed that the Owner shall be responsible for the adequacy cf .its own design features , sufficiency o-f the Contract Documents , the safety of the structure , and the practicability of the operations of the completed project , provided the Contractor has complied with the requirements of the said Contract Documents , all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 . 10 GENERAL GUARANTY: Neither the final certificate of payment nor any provis2.on in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or. damages in the work and C8-8 C 4 ) pay for any damage to other work resulting '-here'�•om which shall appear witai:: a period o - one year from the date of f i nal acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall' assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects wit' reasonable promptness . C8 - 8 . 11 SUBSIDIARY WORK : Anv and all work s'e_i_ i^ ° ' cally governed by . documentary requirements for the project, such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in t�:e P_cposal, shall be considered as a subsidiary item of work, tae cost of which shall be included in the price bid in the P:cposal, for each bid item. Surface restoration , rock excavation and cleanup are genera_ items of work which fall ir t category of subsidiary work. C8-8 . 12 MISCELLANE10'uS PLACEMENT O. MATE,,IAL: Mate_?al may be allocated under various bid items in the Proposal to establish unit prices for ml scellaneous placement of material. These materials shall be ,:Sed only when directed by the _agineer , depending on field conditior.s . Payment for Miscellaneous placement of mate-i_1 will be made for only that amount of material used, me-asured to the nearest one- ,., e::,%-.h unit . Payment for miscell=:eons plac e-lent o= material s ::1 be in accordance with the General Cont=act DOcumenmss ---S of the actual amount used, for the =roject. C8-8 . 13 RECORD DOCUUFENTS : Contractor shall keep on record a copy of all specifications , plans , addenda , mod; ica*_ions , shop drawings and samples at the siCe , in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion Of. the work. C8-8 c > > i i PART Cl - SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS (WATER DEPT.) i i i i i SECTION CI: 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 l Oth 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 0-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. I 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, damaze or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C44 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 G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. ,., d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised Pg. 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 r 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 ,. in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The _ Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg.4 10/24/02 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: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option pf 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. jW N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised Pg. 7 '� 10/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a) and(b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. ^ The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 PART D- SPECIAL CONDITIONS (WATER DEPT.) PART D - SPECIAL CONDITIONS D-1 GENERAL.,..... ..................................................................................................................3 5=2 COORDINATION MEETING..............................................................................................4 DD=3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ....................5 6--4 COORDINATION WITH FORT WORTH WATER DEPARTMENT....................................7 D- 5 CROSSING OF EXISTING UTILITIES...............................................................................7 D-6 EXISTING UTILITIES AND IMPROVEMENTS ..................................................................7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES................................................................8 D- 8 TRAFFIC CONTROL ........................................................................................................9 U79- DETOURS.........................................................................................................................9 D- 10 EXAMINATION OF SITE ...............................................................................................9 D- 11 ZONING COMPLIANCE....................................... ..............10 .......................................... D- 12 WATER FOR CONSTRUCTION..................................................................................10 D- 13 WASTE MATERIAL.....................................................................................................10 5-714 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 5-71-5 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................10 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES............................11 D- 17 BID QUANTITIES ........................................................................................................11 D- 18 CUTTING OF CONCRETE...................................................................................:......11 5-71-9 PROJECT DESIGNATION SIGN.................................................................................11 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 U- 2-1 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL............................................................................12 D- 23 2:27 CONCRETE.........................................................................................................12 D- 24 TRENCH EXCAVATION, EACKFILL, AND COMPACTION.........................................13 6---2-5 PAVEMENT REPAIR (E2-19) ......................................................................................14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................15 D- 27 SANITARY SEWER MANHOLES .....................................15 ........................................... D- 28 SANITARY SEWER SERVICES..................................................................................18 &---29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES................20 D- 30 DETECTABLE WARNING TAPES...............................................................................22 5-7-3-1 PIPE CLEANING..........................................................................................................22 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................22 Y-33 MECHANICS AND MATERIALMEN'S LIEN.................................................................22 D- 34 SUBSTITUTIONS........................................................................................................23 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 �. 57-36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................26 D- 37 BYPASS PUMPING.....................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..........27 D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................29 57-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL..........30 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................31 D-42 PROTECTION OF TREES, PLANTS AND SOIL .........................................................31 D-43 SITE RESTORATION..................................................................................................31 67-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................31 5-45 TOPSOIL, SODDING. SEEDING & HYDROMULCHING.............................................32 .� 5-46 CONFINED SPACE ENTRY PROGRAM D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................37 D-48 EXCAVATION NEAR TREES ......................................................................................37 D-49 CONCRETE ENCASEMENT OF SEWER PIPE .....38 .......... . . ............. . . .. 57-50 CLAY DAM...................................................................................................................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................38 D- 52 INSTALLATION OF WATER FACILITIES................... ...................................39 06/04/03 SC-1 PART D - SPECIAL CONDITIONS 52.1 Polyvinyl Chloride (PVC) Water Pipe ...........................................................................39 _ 52.2 Blocking .......................................................................................................................39 52.3 Type of Casing Pipe.....................................................................................................39 52.4 Tie-Ins. ........................................................................................................................40 52.5 Connection of Existing Mains.......................................................................................40 52.6 Valve Cut-Ins ...............................................................................................................40 52.7 Water Services ....................................................................... ....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 .......................................................................44 52.11 Water Sample Station..................................................................................................44 52.12 Ductile Iron and Gray Iron Fittings................................................................................44 D- 53 SPRINKLING FOR DUST CONTROL..........................................................................45 D- 54 DEWATERING ..... 45 ................................... .................................................................... D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................45 D- 56 TREE PRUNING..........................................................................................................45 5-- 57 TREE REMOVAL.........................................................................................................46 D- 58 TEST HOLES...............................................................................................................46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING .� CONSTRUCTION ........................................................................................................47 D- 60 TRAFFIC BUTTONS....................................................................................................47 D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................48 5-- 6-3 CONSTRUCTION STAKES.........................................................................................48 D- 64 EASEMENTS AND PERMITS......................................................................................48 D- 65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING................................................49 D- 66 WAGE RATES............................................................................................................49 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................49 D-68 STORM WATER POLLUTION PREVENTION " 06104103 SC-2 PART D - SPECIAL CONDITIONS D, Part D shall This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: RISINGER ROAD - SOUTHSIDE II WATER TRANSMISSION MAIN (Crowley Rd. to McCart Ave. Pump Station & Ground Storage Tank) 4 FORT WORTH, TEXAS DOE PROJECT NO. 2968 WATER DEPARTMENT PROJECTS NO. PW77-060770140510 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 - C1TY OF FORT WORTH 06/04/03 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 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. 06104103 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 perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the pr-,ject, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 06104103 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 "g 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 06104103 SC-6 ow PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil 0 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 'ron 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 06104103 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 E 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. 06104103 SC-8 PART D - SPECIAL CONDITIONS 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. D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which 06104103 SC-9 PART D - SPECIAL CONDITIONS may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. 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: 0 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. 06104103 SC-1 0 _ PART D - SPECIAL CONDITIONS D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of 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 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: 0&04103 SC-11 PART D - SPECIAL CONDITIONS For Questions on this Project Call: �- (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be _ installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. ' Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. 06104103 SC-12 r PART D - SPECIAL CONDITIONS D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 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.1. 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 1" 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. 06/04/03 SC-13 PART D - SPECIAL CONDITIONS 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 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 R 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. 06104103 SC-14 PART D - SPECIAL CONDITIONS D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. 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. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract 06104103 SC-15 PART D - SPECIAL CONDITIONS Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone _ section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be - installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade,of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the 06104103 SC-16 i PART D - 8PECIAL tON"IDITIONS joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelabie Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1, INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. 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 06104103 SC-17 PART D - SPECIAL CONDITIONS material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. ,.. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 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 �^ 06104103 SC-1 8 PART D - SPECIAL CONDITIONS bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been 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 property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 06164103 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 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. 06104103 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. 1. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be dw required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be - included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 06104103 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'/z pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIL/FILL 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 T determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood -- plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, 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 Y 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. 06104103 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 a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring do 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 06104103 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 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. 06104103 SC-24 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 each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. 06104103 SC-25 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 i 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" H9 (10"H9 -9"H9) (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. Aim 28' 69 sec. 91 sec. 06104103 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 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 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. 06104103 SC-27 PART D - SPECIAL CONDITIONS C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's _ operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 06104103 SC-28 PART D - SPECIAL CONDITIONS If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be 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. 4. 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. 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. 06104/03 SC-29 PART D - SPECIAL CONDITIONS D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL - A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. do 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. 06104103 SC-30 PART D - SPECIAL CONDITIONS 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 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 . will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 11 Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. 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. 06104103 SC-31 t PART D - SPECIAL CONDITIONS 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 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. 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. 06104103 SC-32 PART D - SPECIAL CONDITIONS a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas' shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a up 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 y Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: 06104103 SC-33 PART D - SPECIAL CONDITIONS Common Name Purity 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% 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 speci&i d 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 06104103 SC-34 PART D - SPECIAL CONDITIONS be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- -� 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall 4M 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. 06104103 SC-35 PART D - SPECIAL CONDITIONS 5. CONSTRUCTION WITHIN PARK AREAS - TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. _ Distribution of 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 06104103 SC-36 PART D - SPECIAL CONDITIONS rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. ' D-46 CONFINED SPACE ENTRY PROGRAM It shall be the 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. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with 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. 06/04103 SC-37 PART D - SPECIAL CONDITIONS 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 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. 06104103 SC-38 PART D - SPECIAL CONDITIONS The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 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 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. 06104103 SC-39 PART D - SPECIAL CONDITIONS 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 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. 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. 06104103 SC-40 PART D - SPECIAL CONDITIONS All water services to be replaced shall be installed at a minimum depth of 36 inches below i final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing'meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 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. 06104103 SC-4 FP PART D - SPECIAL CONDITIONS When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 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 314-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed -� water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" 06104103 SC-42 PART D - SPECIAL CONDITIONS i temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum 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. 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. 0614103 SC-43 i PART D - SPECIAL CONDITIONS Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station s GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations d' Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which'are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and 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, MP 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 OW4103 SC-44 PART D - SPECIAL CONDITIONS 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. R 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. A 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). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 06104103 SC-45 PART D - SPECIAL CONDITIONS 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. 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. F Tree Pruning shall be considered subsidiary to the project contract price. D- 57 TREE REMOVAL — Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any — damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 06104103 SC-46 PART D - SPECIAL CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as �. follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer 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. 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. 06104103 SC-47 PART D - SPECIAL CONDITIONS D- 61 SANITARY SEWER SERVICE CLEANOUTS ° Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and _ compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. 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 F 06/04/03 SC-48 PART D - SPECIAL CONDITIONS Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required ' for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen 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 06104103 SC-49 PART D - SPECIAL CONDITIONS disposed as a conventional construction waste. EPA defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural -� controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. ^" The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 i 06104103 SC-50 PART D - SPECIAL CONDITIONS A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MILK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY- DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the - conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet 06104103 SC-51 Fm PART D - SPECIAL CONDITIONS protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE. 06104103 SC-52 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) $930 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 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 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) $11.52 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 c)etter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 0&04103 SC-53 PART D - SPECIAL CONDITIONS i Fl! 1 06104103 $C-54 PART D - SPECIAL CONDITIONS F TEXAS DEPARTMENT OF HEALTH DEMOLITION 1 RENOVATION 0 NOTIFICATION FORM r NOTE:CIRCLE ITEMS THAT ARE AMENDED T T) H NOTIFICATION# 1) Abasement Coroaactur: TDH License Number: t Adoress: Ciy: State: _ZIP: c Office Phone Number( 3 Job Site Pt*m Number• @ Site Superv3or. TDH Licerse Number. U Site Supery:sor. TDH License Number S Trained On-Site NESHAP InOvipual: Certification Date: e Demolition Contractor: Offite Phone Number( } n Ademss: City: Sgtttt Zip: 1 y 2) Project Consultant o:Operator: TDH License Number: Whiting Address: Pt"Number:( ) T 3) Facility Owner H Alloohon: P Malting Addre:is: ,,. ___ City: State: Zip: Over Phone Numbert } "Note:The invoice for the notification foe will be sent to the owner of the building and the bitting address for the invoice will be -I obtained from the information that is provided in this section. N 4) Description or Facility Name: E Physical Adcress: County. City: Zip: $ Facil.ty Phone Number{ 3 FacHry Contact Person: H Description of Aneale-toom cumber: sr A Prior Use Futu;a Usa: P Age of BuildincyFacihty;_ Size: Number of Floom: School(K-12): YES NO t; S) Type of Work: Demolition Renovation(Abatement) »- Annual Consolidated +�. T Work wilt be during: -: Day 0 Evening Night _ Phased Project U Descripfion of work sthol:lule: H 8) I3 this a Public Building? , YES I I NO Federal Facility?-YES _NO Industrial Site?.-.YES I I NO ra j NESHAP-Only Facility? n YES n NO IS 8uildinWFacihIy 0ccu led? ..i YES I NO L 7) Notification Type CHECK ONLY ONE V - Original(10 Working Days) - Cancellation Amendment S EmergeneyfOrdered i If this is an amendment,which amendment number is this)._(Enclose copy of original ondlor last amendment) I If an emergency,who did you talk with at TDH? Ensgrgert4y� a Dale and dour of Emereettcy(I H1M1-VDDNY): ti Description of the sudden,unexpected event end explanot.on of how the event caused unsafe conditions or Wou:d ceuse equipment der: (computers.machinery,etc n i� J 8) Description of procedures to be ioltmved in the evert that unexpected asbestos is found or previously:on-friable Y asbestos material becO.mos crumbittd.pulve1zed,or reduced to powder: E S A) Was an Asbestos sstrvey performeo? - YES _ NO Date: i I TDH Inspector License f D Ar BWical hWhcd:'l PLM r•TEP f r Assumed TDH Labora.ory License No. N (For TAHPA(putt binding)prc ivcts:an assumption must be made by a TDH Licensed Inspector) r0) Description of ptenne l Cemolit°on or renovation work,type of material,end rnetrmd(s)to be used; 11) Description of work practices find engireerirtp oontroLS,10 to uSod to prevent emissions of asbestos at the nentivallRm: 06104103 SC-55 PART D - SPECIAL CONDITIONS 12) ALL apphCWC gems in the fo louring 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 LA Ln SO SO Cu Cu F1 :4 Ft 10 Ft ki RACNI to be removed RACM NOT removed s Irlenor CWegory I non-hiab u removed Ex'e:ior Category I non-triab:e removed 3 Catec2a I non-f:fable NOT removed Interior Cat ory:1 non-fnab!u removed Exterior Cat a 1t non-friable removed cate m 11 ncn-friable NOT removed RACNi Off-Facility Component 13) Waste Transponee.,Nance: TDH License Number. Address: Ciy. State: Zip Ccntac.Person: Phom Number: ( Z 14) Waste Disposal Site Marne Address: City State: Zip: Ttttephone.( } TNRCC PiKn*Number. s 16) For structurally unsound feegkies,attach a copy of demolition order and identity Governmental Official x1ow: Now Registration No: Title: Dab of order(MMIDOIYY) ! J Dale order to begin(MMfDDNY) 1 1 �+ 16) Scheduled Oates of Aoestot;Abawnent(bih';DDIYY) Start: t 1 Complete: ! 17) Scheduled Dates Demolikk)WRenovetian(NINVO lYY) Start: i r Complete: / l Note:H the start date on this notification can not be mat.the TDH Regionid or Local Program oft*Nast be contacted by phone prior to the start date. Failure to do so is a violation in accordance to TAMPA.Section 295.51. 1 hereby c arlify that all ktformat:on I have provided is Co!(ect,complete,and inro to rho best of my knowledge. i acknova?eCge that i em respons:5le for all aspocls of the nolifiaalion form,including,but not limiting,content and submission dates. Ttw � maximum penalty is 510,000 per dry per violation. 1 ) (SOneture of Building awnerl Operator (PtkXOd Nivne) (Date) (Teiephww) or oelegaaed ConsuIIWVContraCor) ( t (Fox lYw-bar) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH 'Faxes are not accepted* PO BOX 143538 •Faxes are not accepted• AUSTIN.TX 78714.3538 PH:512-834-$600, I-M-572-5548 norm APS#5,dated 0712"2 Replaces TDN(orm COW 07113101.For assistance in completing bmr,call 1-800.572.5548 06104103 SC-56 (To be printed on Contractor's Letterhead) Date: DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9'b Avenue along FWWR between Rosedale and Oleander 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-INSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D - SPECIAL CONDITIONS FORT WORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, _ CONTRACTOR 06104103 SC-58 PART DA-ADDITIONAL SPECIAL CONDITIONS (WATER DEPT.) PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ...................OMIT DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE.........................................OMIT - DA-3 PIPE ENLARGEMENT SYSTEM............................................................................OMIT DA-4 FOLD AND FORM PIPE.........................................................................................OMIT DA-5 SLIPLINING............................................................................................................OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT........................................... ..........4 DA-7 TYPE OF CASING PIPE................................................................................................7 DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR.........................................OMIT DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION..............OMIT DA-10 MANHOLE REHABILITATION ...............................................................................OMIT DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION...........................OMIT DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM............OMIT DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM .........................................OMIT DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM.................................OMIT DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM...............................OMIT DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINEROMIT DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM.................................OMIT DA-18 RIGID FIBERGLASS MANHOLE LINERS..............................................................OMIT DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION...........................................OMIT DA-20 PRESSURE GROUTING ........................................................................................OMIT DA-21 VACUUM TESTING OF REHABILITATED MANHOLES........................................OMIT DA-22 FIBERGLASS MANHOLES....................................................................................OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES.......................8 _ DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER..............................................9 5A-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ......................................................9 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE.............................................10 DA-27 GRADED CRUSHED STONES...............................................................................OMIT DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE......................................................OMIT DA-29 BUTT JOINTS - MILLED ........................................................................................OMIT DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)................................................OMIT 5A-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER........................................OMIT DA-32 NEW 7" CONCRETE VALLEY GUTTER................................................................OMIT DA-33 NEW 4" STANDARD WHEELCHAIR RAMP..........................................................OMIT DA-34 8" PAVEMENT PULVERIZATION ..........................................................................OMIT DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .....................OMIT DA-36 RAISED PAVEMENT MARKERS ................................................................................10 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ............OMIT DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL....OMIT DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC ..............................................................11 DA-40 CONCRETE RIPRAP...................................................................................................14 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ...........................................................15 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS............................................................15 DA-43 UNCLASSIFIED STREET EXCAVATION...............................................................OMIT 5A-44 6" PERFORATED PIPE SUBDRAIN ...........................................................................15 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS................................................OMIT DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ..............................................177 DA-47 PAVEMENT REPAIR IN PARKING AREA...................................................................17 DA-48 EASEMENTS AND PERMITS......................................................................................17 06104103 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-49 HIGHWAY REQUIREMENTS ......................................................................................18 DA-50 CONCRETE ENCASEMENT ......................................................................................18 DA-51 CONNECTION TO EXISTING STRUCTURES.............................................................18 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION.............................OMIT DA-53 OPEN FIRE LINE INSTALLATIONS..............................................................:........OMIT 5A-54 WATER SAMPLE STATION........................................................................................18 DA-55 CURB ON CONCRETE PAVEMENT...........................................................................19 DA-56 SHOP DRAWINGS......................................................................................................19 DA-57 COST BREAKDOWN .............................................................................................OMIT .. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY..............................OMIT DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP...............................................................OMIT DA-60 ASPHALT DRIVEWAY REPAIR.............................................................................OMIT T 5A-61 TOP SOIL....................................................................................................................20 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT...................20 DA-63 BID QUANTITIES ...................................................................................................OMIT DA-64 WORK IN HIGHWAY RIGHT OF WAY........................................................................20 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................OMIT DA-66 OPTION TO RENEW..............................................................................................OMIT DA-67 NON-EXCLUSIVE CONTRACT..............................................................................OMIT DA-68 CONCRETE VALLEY GUTTER...................................................................................21 DA-69 TRAFFIC BUTTONS...............................................................................................OMIT DA-70 PAVEMENT STRIPING................................................................................................21 DA-71 H.M.A.C. TESTING PROCEDURES............................................................................21 DA-72 SPECIFICATION REFERENCES.................................................................................22 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ..................................................................................................OMIT DA-74 RESILIENT-SEATED GATE VALVES.........................................................................22 DA-75 EMERGENCY SITUATION, JOB MOVE-IN............................................................OMIT DA-76 1 '/2" & 2" COPPER SERVICES.............................................................................OMIT DA-77 SCOPE OF WORK (UTIL. CUTI.............................................................................OMIT _ DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)..................................................OMIT DA-79 CONTRACT TIME (UTIL. CUT) .......................:......................................................OMIT DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) ............................OMIT DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)...............................................OMIT DA-82 LIQUIDATED DAMAGES (UTIL. CUT)...................................................................OMIT DA-83 PAVING REPAIR EDGES (UTIL. CUT) ..................................................................OMIT DA-84 TRENCH BACKFILL (UTIL. CUT ..........................................................................OMIT DA-85 CLEAN-UP (UTIL. CUT) .........................................................................................OMIT DA-86 PROPERTY ACCESS (UTIL. CUT) ........................................................................OMIT DA-87 SUBMISSION OF BIDS (UTIL. CUT)......................................................................OMIT DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ...........................................OMIT DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT ill (UTIL. CUT) .........................OMIT DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT).........................................................OMIT DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT).......OMIT DA-92 MAINTENANCE BOND (UTIL. CUT)......................................................................OMIT DA-93 BRICK PAVEMENT(UTIL. CUTS............................................................................OMIT DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)........................................................OMIT DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)..................................................OMIT 06104103 AS C-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) ....................................OMIT DA-97 "QUICK-SET" CONCRETE (UTIL. CUT)................................................................OMIT DA-98 UTILITY ADJUSTMENT (UTIL. CUT).....................................................................OMIT DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT).OMIT DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)...............................OMIT DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT).................................................OMIT DA-102 PAYMENT (UTIL. CUT) ......................................................................................OMIT DA-103 DEHOLES(MISC. EXT.).....................................................................................OMIT DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)..................................................OMIT DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ......................................OMIT DA-106 BID QUANTITIES (MISC. EXT.)..........................................................................OMIT DA-107 LIFE OF CONTRACT(MISC. EXT.)....................................................................OMIT DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)........................OMIT DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) ........................................OMIT DA-110 MOVE IN CHARGES (MISC. REPL.)..................................................................OMIT DA-911 PROJECT SIGNS (MISC. REPL.).......................................................................OMIT DA-112 LIQUIDATED DAMAGES (MISC. REPL.)...........................................................OMIT DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)........................................OMIT DA-114 FIELD OFFICE.........................................................................................................23 DA-115 TRAFFIC CONTROL PLAN.....................................................................................23 DA-116 TEMPORARY FENCING AT EXCAVATIONS..........................................................23 06104/03 AS C-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DAA OMIT DA-2 OMIT DA-3 OMIT DA-4 OMIT DA-5 OMIT DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. - b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 06104103 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 06104103 AS C-5 PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. R d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. 06104103 ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AW WA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 06104103 AS C-7 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-8 OMIT DA-9 OMIT DA-10 OMIT DA-11 OMIT DA-12 OMIT DA-13 OMIT DA-14 OMIT DA-15 OMIT DA-16 OMIT DA-17 OMIT DA-18 OMIT DA-19 OMIT DA-20 OMIT DA-21 OMIT - DA-22 OMIT 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 06104103 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, 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. 06104103 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the _ surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 OMIT DA-28 OMIT DA-29 OMIT DA-30 OMIT DA-31 OMIT '- DA-32 OMIT DA-33 OMIT DA-34 OMIT DA-35 OMIT 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 OMIT DA-38 OMIT 06104103 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-39 ROCK RIPRAP -GROUT- FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - .. General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size (Square Mesh) Percent Passing 24" 24 inch 100 Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Mesh) Percent Passing 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). OrVO4103 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac- Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade •� 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 3/8 in. (9.5 mm) 100 No.4 (4.75 mm) 95- 100 No. 8 (2.36 mm) 80-95 No. 16 (1.18 mm) 55-75 No. 30 (600 um) 30-60 No. 50 (300 um) 12-30 No. 100(150 um) 2- 10 D. EXECUTION: �. 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as _ the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust 06104103 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining '^ admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of d sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to pen-nit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be 06104103 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. _. DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of the concrete and shall have no wire projecting beyond the last member parallel to the edge of the - concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be moist when concrete is placed. 06104103 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AW WA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E14 contained in the General Contract documents. Payment for work such as backfill, bedding, blocking, excavation and all other associated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate BID ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for L-301 pre-stressed concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid. 2. Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. DA-43 OMIT DA-44 6" PERFORATED PIPE SUBDRAIN This item shall consist of furnishing and installing 6" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- 06104103 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method 4.0 minimum for under drains Temperature air-dried tension Tex-616-J and Slope Stabilization, 6.0 free sample, expressed "Testing of Construction Fibers" minimum for Gabions in oz/sq.yd. Revetment • Water flow rate by falling head Tex-616-J 80 minimum method, 7.9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either machine or ASTM Designation: 100 minimum cross-machine direction, expressed D 1682 grab method G as in pounds. modified by Tex-616-J Equivalent opening size (US CW-02215, US Army Corps of 70 to 100 Standard sieve no.) Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric: November, 1977. "Apparent elongation" at breaking AST, Designation: 100 maximum load in either machine or cross- D 1682 grab method G as machine direction, expressed as modified by Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. 06104103 ASCA 6 t PART DA - ADDITIONAL SPECIAL CONDITIONS The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. DA-45 OMIT DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION 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: 1. Add additional pavement as required to direct traffic around construction of the proposed 16"water line. 2. Construct 16"water line. 3. Add additional pavement as required to direct traffic around construction of the proposed 36"water line. 4. Construct 36"water line. 5. Repair remaining pavement. 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 dp 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 06104103 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT T Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES 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 OMIT ' DA-53 OMIT DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. O&V4103 ASC-18 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. a 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. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified. INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty(30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing �. submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after 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 061WO3 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS 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: _ List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals-The submittals shall be addressed to the Chief Design Engineer: Rakesh Chaubey, P.E. City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 OMIT DA-58 OMIT DA-59 OMIT DA-60 OMIT DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 OMIT 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 06104103 ASC-20 s PART DA - ADDITIONAL SPECIAL CONDITIONS Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 OMIT DA-66 OMIT -� DA-67 OMIT 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 OMIT 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. 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. 06/04/03 ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 OMIT 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 V't.LVES, 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 OMIT DA-76 OMIT - DA-77 OMIT DA-78 OMIT DA-79 OMIT DA-80 OMIT DA-81 OMIT DA-82 OMIT DA-83 OMIT DA-84 OMIT DA-85 OMIT DA-86 OMIT DA-87 OMIT DA-88 OMIT DA-89 OMIT DA-90 OMIT DA-91 OMIT DA-92 OMIT DA-93 OMIT DA-94 OMIT DA-95 OMIT DA-96 OMIT DA-97 OMIT DA-98 OMIT - DA-99 OMIT DA-100 OMIT DA-101 OMIT DA-102 OMIT DA-103 OMIT 06104103 ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-104 OMIT DA-105 OMIT DA-106 OMIT DA-107 OMIT DA-108 OMIT DA-109 OMIT DA-110 OMIT DA-111 OMIT DA-112 OMIT DA-113 OMIT DA-114 FIELD OFFICE As specified in Part C, General Condition C5-5.6, the contractor(s) shall provide an adequate field office(s) at the project site(s) during construction of the project(s), at no extra compensation. DA-115 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-116 TEMPORARY FENCING AT EXCAVATIONS Contractor shall provide and adequately maintain temporary construction fencing around all areas of excavation. Contractor shall inspect, maintain and secure the fencing prior to leaving the site for the day. Fencing shall be orange-plastic-construction-fence or fencing approved by the Engineer. Fencing shall be 48-inches minimum height. Safety fences used within the roadway shall be reflectorized with a minimum of two (2) strips of retroreflective material, a minimum of 1- inch wide. The cost of the construction fencing shall be subsidiary to the price bid for pipe in the project bid proposal. Therefore, no separate payment shall be allowed for any service associated with this work, 06104/03 ASC-23 PART E - MATERIAL SPECIFICATIONS (WATER DEPT.) lift PART E MATERIAL 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 copies verbatim herein,and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. a INDEX E1 - MATERIALS SPECIFICATIONS 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. E1-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1. where the 095% modified Proctor density" shall remain unchanged). (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. E1-2.11 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). rp P, SECTION E1-18A— REINFORCED PLASTIC WATER METER BOXES E1.18A.1 SCOPE: This specification covers three types of water meter boxes, i Type A and B, and Type C. E1.18A.1.1 Class A Standard Meter Box: Intended for use with services utilizing 5/8" X 3/.", 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%" 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: 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 El.1 8A.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 30B 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 Manufacturers IS (name or logo) and Country or Origin. Casting weights may very plus or minus (+/-) five percent from drawing weight per industry standards. p ,rt E AAvL;A-, on-A S E c+-;o r%s SECTION 02613 ire ill,, 2_ BURIED CONCRETE PRESSURE PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials,tools,equipment.and incidentals necessary to install, ready for operation and test buried concrete pressure pipe and fittings, rubber gaskets,mortar for inside joints as shown on the Drawings and as specified herein. B. Concrete pressure pipe used on this project shall be Bar-wrapped concrete pressure pipe (AWWA C303). C. Where the word "pipe" is used, it shall refer to pipe,fittings, or appurtenances unless otherwise noted. D. Cathodic protection details and spacing requirements are shown in the Standard Figures & Details-Cathodic Protection section of the specifications. 1.02 RELATED WORK The following items are included in the Fort Worth Water Department's General Contract Documents and General Specifications, Special Conditions and Additional Special Conditions. A. Trenching, backfilling,compaction and granular fill materials. B. Sedimentation and Erosion Control. C. Testing of Pipelines. D. Disinfection of potable water facilities E. Trench Safety Requirements. F. Installation by other than open cut. 1.03 SUBMITTALS A. Submit seven (7) shop drawings to the Engineer according to the Special Conditions of all details of reinforcement, concrete and joint dimensions for all pipe and fittings. Submit a tabulated laying schedule which references stationing and invert elevations as shown on the Drawings as well as all fittings, bevels, restrained joints, outlets,tees, bends,adapters, closures and specials, along with the manufacturer's drawings and specifications indicating complete details of all items. The laying schedule shall show pipe class,class coding, station limits and transition stations for various pipe classes. The above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. B. Submit anticipated production and delivery schedule. ADDENDUM No. 2 02613-1 09/04/03 C. Design Data 1. Submit all design calculations and data in accordance with AWWA M9 for C303 bar wrapped concrete pressure pipe and AWWA C304-99 for bar-wrapped concrete pressure pipe. D. Test Reports 1. Shop test results as applicable per AWWA C301-92 or AWWA C303-95 2. Field pressure/leakage tests. ; E. Certificates 1. Prior to shipment of pipe, submit two(2)certified affidavits of compliance stating that the pipe for this Contract was manufactured, inspected and tested in accordance with the AWWA standards specified herein �. 1.04 QUALIFICATIONS A. The materials specified herein are intended to be standard types of bar-wrapped concrete pressure pipe for use in transporting potable water. B. All bar-wrapped concrete pressure pipe and fittings shall be furnished by reputable manufacturers with a minimum of ten years of experience in manufacturing concrete cylinder pipe 30-in diameter and larger.The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all referenced standards and specifications. 1.05 REFERENCE STANDARDS A. The AWWA Standard and Design Standard for Bar-Wrapped Concrete Pressure Pipe, Steel Cylinder Type(AWWA C303, latest edition)are made a part of these ® Specifications. Documents referenced in AWWA C301, Section 1.3 form a part of AWWA C301 to the extent specified therein. B. Other standards applicable to the work specified herein are, but not limited to,the following: 1. AWWA C200 - Steel Water Pipe 6-in and Larger 2. AWWA C30 1 - Prestressed Concrete Pressure Pipe, Steel-Cylinder Type,for Water and other Liquids 3. AWWA C600 - Installation of Ductile-Iron Water Mains and Their Appurtenances 4. AWWA C651 - Disinfection of Water mains 5. AWWA M-9 - Concrete Pressure Pipe 6. AWWA M-II - Steel Pipe Guide for Design and Installation 7. AWWA C304 - Design for Prestressed Concrete Cylinder Pipe I ADDENDUM No. 2 02613-2 09/04/03 8. AWWA C303 -Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type C. American Association of State Highway and Transportation Officials (AASHTO) D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A. The bar-wrapped concrete pressure pipe and fittings manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of AWWA C303-95.The Owner reserves the right to provide, at Owner's expense,the services of an independent testing agency to verify testing of the pipe. The manufactures cooperation shall be required in these inspections. B. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements,even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once, unless otherwise approved by the Engineer. 1.07 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in loading,transporting, and unloading materials to prevent damage to the pipe and fittings. Under no circumstances shall the pipe be dropped or skidded against each other. Slings,hooks, or pipe tongs shall be used in pipe handling. s B. Materials, if stored, shall be kept safe from damage. The interior of all pipe,fittings and other appurtenances shall be kept free from dirt or foreign matter at all times. C. Pipe shall not be stacked higher than the limits recommended by its manufacturer.The bottom tier shall be kept off the ground on timbers, rails,or concrete. Stacking shall conform to the manufacturer's recommendations. D. Gaskets for mechanical and push-on joints to be stored shall be placed in a cool location out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a first- in, first-out basis. 1.08 PATENTS AND LICENSES A. The Contractor shall be responsible for all patents or licenses that exist on the equipment that may be provided. B. The Contractor and equipment manufacturer shall assume all costs of patent fees or licenses for the equipment or process: and shall safeguard and save harmless the City/Engineer from all damages,judgments, claims and expenses arising from license fees,or claimed infringement of any letters, patent or patent rights, or fees for the use of any equipment or process structural feature or arrangement of any of the component parts of the installation; and the price bid shall be deemed to include payment of all such patent fees, licenses or other costs pertaining thereto. ADDENDUM No. 2 02613-3 09/04/03 1.09 WARRANTY A. Provide a two (2)year warranty as stipulated in the contract documents PART 2: PRODUCTS 2.01 MATERIALS Unless otherwise specified,the design materials and workmanship for pipe shall conform to the requirements of AWWA C303 for bar-wrapped concrete pressure pipe for Water and Other e' Liquids, Core and coating thickness for pipe shall be as specified in AWWA C303. Concrete cylinder pipe shall be the size shown on the drawings. A. The following shall be clearly marked on the interior surface of each special and each length of pipe: 1. The design pressure, maximum backfill height or trench depth and date manufactured. 2. The sequence or intended location of the pipe. 3. Beveled pipe shall be marked with the amount of bevel and the point of maximum bevel; shall be marked at the end of the Spigot. B. Pipe shall be designed in accordance with the AWWA M9 for C303 Bar Wrapped Concrete Pressure Pipe and AWWA C304-99 Design Standard, using the following design conditions;these conditions shall also be used in designing fittings that include a reinforced concrete exterior coating of the steel cylinder: 1. External Loading a) The earthload shall be taken as the greater of the following: (1) Depth from existing ground level to top of pipe as shown on plans, or (2) A minimum depth of six feet minimum shall be used in all cases. b) Earthloads(dead l oads)shall be computed as outlined by the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook",American Concrete Pipe Association, latest editions.Trench Width is assumed to be that giving the maximum load on the pipe(transition width)for the following parameters: (1) Soil Weight= 130 pounds per cubic foot (2) KuN=0.130 C) Live loads shall be calculated as: (1) Pipe in Streets: AASHTO H-20 for two trucks passing (2) Pipe within railroad right-of-way: Coopers E-80. ADDENDUM No. 2 026134 09/04/03 (3) Both H-20 and E-80 loads shall be computed in accordance with the "Concrete Pipe Design Manual"and the "Concrete Pipe Handbook". 2. Internal Pressure Pipe design shall be in accordance with AWWA M-9, for the design pressure of 200 psi working pressure, 100 psi for surge and test pressures described in Section 3.03 Testing. C. Fittings 1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in paragraph 2.01 Cl of this Section. In addition, under the internal loading conditions described in Section 2.01 C2 of this specification,the thickness shall be determined in accordance with Chapter 8 of AWWA Manual M9. 2. Fabrication of the fittings shall be as per the applicable standard and AWWA Manual M9. 3. Interior and exterior concrete/mortar coating shall be as per AWWA C205 standard. D. The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell end of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi,or 7 days after manufacture,and/or repair,whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits, blisters, rough spots, minor breakage, and other imperfections may be repaired, subject to the approval of the Engineer,after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4500 psi at the end of 28 days,when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling from interior of pipe shall be reason for the rejection of pipe. Pipe may be repaired under unloaded conditions(removal of prestressing wire).New prestressing wire may be applied when the compressive strength as determined by cylinder testing equals or exceeds the strength required for prestressing as stated in AWWA C301. E. Cement shall be Type I or II and shall be in accordance with ASTM C 150. F. The pipe core shall be manufactured by the centrifugal or vertically cast process. G. Mortar coatings shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate, by weight. Rebound, not to exceed one fourth of the total mix weight may be used, provided the rebound is treated as fine aggregate. H. Bell and spigot joint rings shall be steel, self-centering type,and otherwise as specified in AWWA C301. I. The rubber gaskets shall be in accordance with AWWA C301. ADDENDUM No.2 02613-5 09/04/03 J. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Concrete = Products, Inc. Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and construction. K. Restrained joints shall be the field welded, clamp type or snap ring type as manufactured by Hanson Concrete Products, Inc., or approved equal. L. Radii for curved sections maybe produced by joint deflection up to 75 percent of that recommended by the manufacturer. Deflections required which are in excess of those recommendations shall be produced by beveling one or both ends of the pipe. M. Bends shall be fabricated to the degree of curvature required. PART 3:EXECUTION 3.01 GENERAL A. Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes,fittings or coatings. Pipe or fittings shall not be dropped.All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid shall conform to the lines and grades shown on the Drawings. B. All pipe and fittings shall be subjected to a careful inspection and mortar coating disbonding and soundness test by tapping with a hammer prior to installation. C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured. For prestressed concrete cylinder pipe,pipe found to have longitudinal cracks from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. 3.02 INSTALLING CONCRETE PRESSURE PIPE A. Concrete pressure pipe and fittings shall be installed in accordance with requirements of AWWA M9, Concrete Pressure Pipe,except as otherwise provided herein.A firm,even bearing throughout the length of the pipe shall be provided by providing bedding material as specified in the contract documents. BLOCKING WILL NOT BE PERMITTED. - B. All concrete pressure pipe shall nave a minimum of five feet of cover. Pipe shall be laid such that the invert elevations shown on the Drawings are not exceeded. C. The pipe interior shall be maintained dry and broom clean throughout the construction rperiod. D. Gasket,gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable ADDENDUM No.2 02613-6 09/04/03 r water and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends looking _ ahead. As soon as the tongue is centered in the groove of the previously laid pipe, it shall be forced home with approved automatic equipment. After the gasket is compressed, verify the position of the gasket with a feeler gage provided by the pipe manufacturer. E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wire or steel strapping stitched into its edges. Mix a 1:2 mortar grout of sufficient liquid consistency to flow easily and pour it into the joint recess beneath the cloth band. To assist the flow and to assure complete filling of the entire recess completely around the pipe, rod the joint recess with a stiff-wire curved to the radius of the pipe. Close the joint recess at the top with a stiffer mix of the same mortar. F. Pack interior joints of pipe 30-in in diameter and larger with mortar after backfilling is completed. Mortar grout shall be employed, consisting of one part by volume of Portland cement, 1-1/2 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33 and sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry, crumbly consistency and shall be pushed into place and troweled to make a smooth joint. G. All pipe shall be sound and clean before laying. When laying is not in progress, including _ lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recommended by the manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided at no additional cost to the Owner, if required, in crossing utilities or other obstructions, which may be encountered upon opening the trench. •� H. Have on hand a sufficient supply of assorted short pipe lengths,adaptors, and any other fittings necessary to prevent delays in pipe laying. I. Concrete thrust blocks shall not be used on this project except as specifically directed by the Owner or Engineer. Where concrete thrust blocks are required by Owner or Engineer, minimum bearing area shall be as shown on the Drawings or as directed by the Engineer. _ Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. J. Provide joint restraint per AWWA Manual M9 guidelines, using friction coefficient =0.25, at all conditions and locations as directly by the Owner or shown on the Drawings. Except where shown otherwise on the Drawings, provide mechanical joint restraint as specified. Concrete thrust blocks shall not be used except where specifically directed by Owner or Engineer. 3 TI .03 TESNG A. Hydrostatic and Leakage Tests l. Furnish all necessary equipment and labor for conducting a pressure test on the pipelines. The procedures and method for conducting the pressure tests shall be approved by the Engineer. 2. Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required ` in conjunction with testing portions of the pipe. Furnish test pumps, gauges, ADDENDUM No. 2 02613-7 09/04/03 ■ meters and any other equipment required in conjunction with conducting the tests. Hydrostatic pressure and leakage tests shall conform to AWWA M-9 and Contract Documents. 3. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the design pressure(presented above) at the lowest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage that will be permitted shall be in accordance with AWWA C600. 4. Lines, which fail to meet the requirements of the test, shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves, and accessories shall be removed and replaced. 5. The Owner will supply at no cost to the Contractor a maximum quantity of water for testing purposes equal to 1 10 percent of the volume of the pipeline. The Contractor shall furnish and install the necessary connections, which may be required to transport the water to the pipe being tested. Additional water required will be provided at the Owner's standard rates for the volume required. 3 .04 CLEANING A. At the conclusion of the work,thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, and pieces of wood or other material, which may have entered during the construction period. Debris cleaned from the lines i shall be removed from the lowest manhole. If, after this cleaning, obstructions remain, they shall be removed. B. After the pipelines are cleaned and if the ground-water level is above the pipe,or following a heavy rain,the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced. 3.05 DISINFECTION A. Before being placed into service, pipelines, which will convey potable water, shall be disinfected in accordance with Contract Documents and AWWA C651. END OF SECTION ADDENDUM No. 2 02613-8 09/04/03 M SECTION 02616 BURIED DUCTILE IRON PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, material,tools, equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. B. Where the word 'pipe' is used, it shall refer to pipe, fittings, or appurtenances unless otherwise noted. 1.02 RELATED WORK The following items are included in the Fort Worth Water Department's General Contract Documents and General Specifications, Special Conditions and Additional Special Conditions. A. Trenching, backfilling, compaction and granular fill materials. B. Sedimentation and Erosion Control. C. Testing of Pipelines. D. Disinfect ion of potable water facilities. E. Trench Safety Requirements. F. Cathodic protection details and spacing requirements are shown in the Standard Figures & Details - Cathodic Protection section of the specifications. 1.03 SUBMITTALS A. Submit to the Engineer in accordance with the Special Conditions within 10 days of the Effective Date of the Agreement, the name of the pipe and fittings suppliers and anticipated delivery schedule. B. Submit to Engineer in accordance with the Special Conditions completely detailed working drawings and schedules of all ductile-iron pipe and fittings required. The submittal shall include a tabulated laying schedule which references stations and invert elevations as shown on the Drawings, as well as all fittings, bends, outlets,restrained joints, tees, special deflection bells, adapters, solid sleeves and specials, along with the manufacturer's drawings and specifications indicating complete details of all items. The above shall be submitted to the Engineer for approval before manufacture and shipment. C. Prior to each shipment of pipe, submit certified test reports that the pipe for this Contract was manufactured and tested in accordance with the ASTM and ANSI/AWWA Standards specified herein. ADDENDUM No. 2 02616-1 09/04/03 I 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM) 1. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength. B. American Water Works Association(AWWA) +�• 1. AWWA C104 -Cement-Mortar Lining for Ductile-Iron Pressure Pipe and Fittings 2. AWWA C105 -Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids 3. AWWA C l 10-Ductile-Iron and Gray-Iron Fittings, 3-in through 48-in for Water and Other Liquids. 4. AWWA Cl 1 l -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 5. AWWA C1 15 - Standard for Flanged Ductile-Iron Pipe with Threaded Flanges. 6. AWWA C151 -Ductile-Iron Pipe,Centrifugally Cast in Metal Molds or Sand- Line Molds for Water or Other Liquids. 7. AWWA C153 -Ductile-Iron Compact Fittings, 3-in through 16-in for Water and Other Liquids. 8. AWWA C600- Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. 9. AWWA C651 - Disinfecting of Water Mains C. American National Standards Institute(ANSI) 1. ANSI B 16.1 -Cast Iron Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All ductile-iron pipe and fittings shall be from a single manufacturer. All ductile-iron pipe to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory provided by the Owner. - The contractor shall require the manufacturer's cooperation in these inspections. The cost of foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe will be borne by the Owner. B. Inspection of the pipe will be made by the engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time due to failure to meet any of the Specification requirements, even though pipes may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall immediately be removed from the job. C. All pipe and fittings shall be manufactured in the United States. ADDENDUM No.2 02616-2 09/04/03 s r+ D. All pipe and fittings shall be permanently marked with the following information: a. Manufacturer and date. to b. Size,type, class or wall thickness. C. Standard produced to(AWWA, ASTM, etc.) 1.06 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in loading,transporting, and unloading materials to prevent damage ., to the pipe and fittings. Under no circumstances shall the pipe be dropped or skidded against each other. Slings,hooks, or pipe tongs shall be used in pipe handling. B. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other appurtenances shall be kept free from dirt or foreign matter at all times. C. Pipe shall not be stacked higher than the limits recommended by its manufacturer. The bottom tier shall be kept off the ground on timbers, rails,or concrete. Stacking shall conform to the manufacturer's recommendations. D. Gaskets for mechanical and push-on joints to be stored shall be placed in a cool location out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used on a first-in, first-out basis. 1.07 PATENTS AND LICENSES 3 A. The Contractor shall be responsible for all patents or licenses that exist on the equipment that may be provided. B. The Contractor and equipment manufacturer shall assume all costs of patent fees or licenses for the equipment or process and shall safeguard and save harmless the City/Engineer from all damages,judgments, claims and expenses arising from license fees, or claimed infringements of any letters, patent or patent rights,or fees for the use of any equipment or process structural feature or arrangement of any of the component parts of the installation and the price bid shall be deemed to include payment of all such patent fees, licenses or other costs pertaining thereto. 1.08 WARRANTY A. Provide a two(2)year warranty as stipulated in the contract documents. PART 2: PRODUCTS 2.01 MATERIALS A. Ductile iron pipe shall conform to Fort Worth Water Department's General Contract Documents and General Specifications requirement of Class 51, for all pipe sizes. Ductile iron pipe shall conform to AWWA C 151. B. Ductile iron fittings shall conform to AWWA C110. ADDENDUM No. 2 02616-3 09/04/03 r.. C. All pipe and fittings shall have a bituminous outside coating in accordance with AWWA C151 and C 110, respectively. All pipe and fittings shall be cement-mortar lined and seal coated in accordance with AWWA C104. Cement mortar lining shall be double thickness. D. Closures shall be made with mechanical joint ductile iron solid sleeves and shall be located in straight runs of pipe at a minimum cover outside the limits for restrained joint sections. E. Joints for buried pipe and fittings shall be push-on or mechanical joints conforming to AWWA C111. F. Restrained joints shall be restrained push-on joints, TR Flex by U.S. Pipe and Foundry; Lok-Fast by American Cast Iron Pipe company,or approval equal. Joints shall be suitable for 250 psi working pressure and be fabricated of heavy section ductile iron casting. Bolts and nuts shall be galvanized low carbon steel conforming to ASTM A307, Grade B. a. The minimum number of restrained joints required for resisting forces at fittings and changes in direction of pipe shall be determined from the length of restrained pipe on each side of fittings and changes in direction necessary to develop adequate resisting friction with the soil. The required lengths of restrained joints shall be calculated by the contractor in accordance with the Section 3.01 F. b. All fittings shall have restrained joints. G. Sleeve type couplings shall be of steel and shall be Style 38 by Dresser Manufacturing Division, Smith-Blair, or approved equal. Couplings shall be furnished with black steel bolts and nuts and with pipe stop removed. Gaskets shall be of a material suitable for exposure to liquid within the pipe. 2.02 POLYETHYLENE ENCASEMENT A. Encasement shall be polyethylene tube conforming to AWWA C105. Class usage shall be: 1. Class A-Natural Color where exposure to weather(including sunlight)is less than 48 total before burial. 2. Class C -Black where exposure to weather(including sunlight)may be more than 48 hours. B. Exposure to weather shall be kept to a minimum, and in no case shall it exceed 10 days. The Class of polyethylene used shall be approved by the engineer. PART 3: EXECUTION a 3.01 LAYING DUCTILE IRON PIPE AND FITTINGS ADDENDUM No. 2 02616-4 09/04/03 s r A. Care shall be taken in loading,transporting and unloading to prevent injury to the pipe, r lining or coatings. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid, shall conform to the lines and grades required. Ductile iron pipe and fittings shall be installed in accordance with requirements of rAWWA C600, except as otherwise provided herein. A firm even bearing throughout the length of the pipe shall be constructed by placing bedding material per Fort Worth Water Department's General Contract Documents and General Specifications, Special conditions and Additional Special Conditions and as shown on the Drawings. Blocking will not be permitted. If any defective pipe is discovered after it ahs been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his/her own expense. t C. All pipe shall be sound and clean before laying. When laying is not in progress, IF including lunchtime, the open ends of the pipe shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed 75 percent of that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities or other obstructions,which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. D. When cutting pipe is required,the cutting shall be done by machine, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall be beveled to conform to the manufactured spigot end. Cement lining shall be undamaged. Cutting of restrained joint pipe will not be allowed,with prior approval from the Engineer. E. Provide joint restraint per AWWA Manual M9 guidelines, using friction co-efficient- 0.25, at all conditions and location as directed by the owner or shown on the drawings. Except where shown otherwise on the Drawings, provide mechanical joint restraint as specified. 3.02 PUSH-ON JOINTS A. Push-on joints shall be made in accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated. The plain end of the pipe to be laid shall then be aligned and inserted in the bell of the pipe to which it is k to be joined and pushed home with a jack or by other means. After joining the pipe,a metal feeler shall be used to make certain that the rubber gasket is corrected located. r3.03 MECHANICAL JOINTS r A. Mechanical joints shall be made in accordance with Appendix A of AWWA CI I I and ► the manufacturer's instructions thoroughly clean and lubricate the joint surfaces and r I ADDENDUM No. 2 02616-5 09/04/03 rubber gasket with soapy water before assembly. Bolts shall be tightened to the specified torques. Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage. 3.04 RESTRAINED JOINTS A. Restrained joints shall be installed as required and/or shown on the Drawings to prevent movement of the pipe during testing and normal operation. The joint assemblies shall be made in accordance with the manufacturer's recommendations. 3.05 SLEEVE TYPE COUPLINGS P& A. Couplings shall be installed where shown. Couplings shall not be assembled until adjoining push-on joints have been assembled. After installation, apply a heavy bitumastic coating to bots and nuts. 3.06 POLYETHYLENE ENCASEMENT A. The polyethylene encasement shall be installed in accordance with either method specified in AWWA C105. 3.07 TESTING AND CLEANING A. Testing shall be as specified in Fort Worth water Department's General Contract Documents and General Specifications, Special Conditions and Additional Special Conditions. k 3.08 DISINFECTION A. Disinfection shall be as specified in Fort Worth Water Department's General Contract Documents and General Specifications, Special Conditions and Additional Special Conditions. r END OF SECTION r r r ADDENDUM No.2 02616-6 09/04/03 SECTION 02617 BURIED STEEL PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, material,tools,equipment and incidentals required and install and test steel pipe and fittings, rubber gaskets, mortar for inside joints and wrap outside joints of all pipe as shown on the Drawings and as specified herein. B. Cathodic protection details and spacing requirements are shown in the Standard Figures & Details-Cathodic Protection section of the specifications. 1.02 RELATED WORK The following items are included in the Fort Worth Water Department's General Contract Documents and General Specifications, Special Conditions and Additional Special Conditions. A. Trenching,backfilling, compaction and granular fill materials. B. Sedimentation and Erosion Control. C. Testing of Pipelines. D. Disinfect ion of potable water facilities. E. Trench Safety Requirements. F. Installation by other than open cut. ■a 1.03 SUBMITTALS A. Submit, in accordance with the Special Conditions,within 10 days of the Effective Date of the Agreement,the name of the pipe and fittings suppliers and a list of materials to be furnished. B. Submit shop drawings with a tabulated layout schedule showing the location of each piece, by mark number, for the entire job,method of manufacture and installation of pipe, joint details, fittings and any specials. Design calculations for the conditions specified in Paragraph 1.031) below, shall be submitted with the shop drawings and shall include all formulas used in the calculations, all values of constants used in the formulas in accordance with AWWA C200 and AWWA M-I 1 based on internal pressure, deflection and external loads. C. Prior to shipment of pipe, submit certified test reports that the pipe for the Contract was manufactured and tested in accordance with the AWWA standards specified herein. ADDENDUM No.2 02617-1 09/04/03 D. Design Data 1. Pipe and fittings shall be designed in accordance with AWWA C200 and C208, using the following design conditions: a. External Loads 1) Weight of earth 130 lbs/cu ft 2) Deflection Lag Factor 1.25 3) Bedding Constant(k) 0.10 4) Soil Modulus E' 1,000 psi 5) Live Load a) Pipe in Streets: AASHTO H-20 for two trucks passing. b) Pipe within railroad right-of-way: Coopers E-80. 6) Internal Pressure Design working pressure shall be 200 psi, with 100 psi for surge and test pressures as described in Section 3.06 Testing. _. 2. Pipe and fittings shall be designed with a maximum deflection of the steel cylinder of 2 percent of the internal diameter. 3. Minimum wall thickness-0.250(in). The wall thickness shall be increased,as required,at all bends,fittings and anchorage locations where thrust is transmitted by the pipe. 1.04 REFERENCE STANDARD A. American Society for Testing and Materials(ASTM) 1. ASTM AI39- Standard Specification for Electric-Fusion(Arc)- Welded Steel Pipe(NPS 4-in and over). 2. ASTM A283 - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. 3. ASTM A570- Standard Specification for Steel, Sheet and Strip,Carbon,Hot- Rolled, Structural Quality. 4. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 5. ASTM C 150- Standard Specification for Portland Cement. B. American Water Works Association(AWWA) 1. AWWA C200- Steel Water Pipe -6-in(150mm) and Larger ADDENDUM No.2 02617-2 09/04/03 2. AWWA C205 -Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4-in and Larger- Shop Applied. 3. AWWA C206-Field Welding of Steel Water Pipe. 4. AWWA C207- Steel Pipe Flanges for Waterworks Service-Sizes 4-in through 144-in (100mm Through 3600mm). 5. AWWA C208-Dimensions for Fabricated Steel Water Pipe Fittings. 6. AWWA C209-Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections and Fittings for Steel Water Pipelines. 1P 7. AWWA C214-Tape Coating Systems for the Exterior of Steel Water Pipelines. 8. AWWA C600- Installation of Ductile-Iron Water Mains and Their Appurtenances. 9. AWWA C606-Grooved and Shouldered Joints 10. AWWA C651 -Disinfecting of Water Mains 11. AWWA M-11 - Steel Pipe-A Guide for Design and Installation. C. American National Standards Institute(ANSI) 1. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings. 2. ANSI B 16.5 - Pipe Flanges and Flanged Fittings. D. American Welding Society(AWS) E. American Society of Mechanical Engineers (ASME) F. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The manufacturer is responsible for the performance of all inspection requirements as specified in AWWA C200. In addition,all pipe and fittings to be installed under this Contract may be inspected at the plant by the Engineer for compliance with this Section by an independent testing laboratory selected by the Owner.Notify the independent testing laboratory at least 48 hours prior to requesting inspections. B. Inspection of the pipe and fittings will also be matte by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein, even through rsample pipes may have been accepted as satisfactory at the place of manufacture. Pipe ■ L ADDENDUM No. 2 02617-3 09/04/03 r rejected after delivery shall be marked for identification and shall be removed from the job at once. C. All pipe and fittings shall be hydrostatically tested at the plant to 50 percent above the normal I operating pressure as defined in Paragraph 1.03D above. If the fittings are made from hydrostatically tested pipe then only dye testing of the welds is required. PART 2: PRODUCTS 2.01 MATERIALS .s A. Steel pipe shall be fabricated from steel sheets in accordance with AWWA C200, Section 3. The steel sheets shall conform to ASTM A570, Grade 36 plates conforming to ASTM A283 I Grade C or D, or ASTM A572,Grade 42 or coil conforming to the requirements of ASTM A139, Grades B or C.All welded seams, whether straight or spiral, shall be butt-welded using an approved electric-fusion weld process. Design stress shall be limited to 50 percent of the yield. Yield is based on the Grade of Steel. See Table 4-1 of M11. B. Fittings and specials shall be fabricated in accordance with AWWA C200, Section 4, including non-destructive testing by dye penetrant of welds not previously tested in the straight pipe. Fittings shall conform to the dimensions of AWWA C208 or may be fabricated into standard pipe lengths. Elbows 0 to 22-1/2 degrees shall be two piece, 23 to 45 degrees shall be three piece, 46 to 67-1/2 degrees shall be four piece and 68 to 90 degrees shall be five piece.All tees, laterals and outlets shall be reinforced in accordance with ASME Pressure Vessel Code, Section VIII Paragraph UG-37 or AWWA M-11, Section 19.4 and 19.5. Fittings and specials not detailed on the Drawings shall conform to the details furnished by the manufacturer as approved by the Engineer. C. Flanges shall be in accordance with AWWA C207,Class D,Table I or 2 for pressure to 175 psi on 4 to 12-in diameter and 150 psi on diameters over 12-in. Flanges shall be AWWA C207, Class E for pressures over 150 through 275 psi when mating steel to steel; or shall be ANSI B16.5, Class 300 flat faced for 24-in and smaller diameter or Class 250 flat faced with dimensions and drilling conforming to ANSI B 16.1 for diameters over 24 through 48-in when mating to cast iron valves. D. Pipe shall be furnished principally in 40-ft net laying lengths with special lengths as required by plan and profile for location of elbows,tees, etc. Pipe shall be furnished with O-ring joints unless otherwise noted on the Drawings. E. O-ring joints shall consist of a Carnegie shape M-3516 joint ring for spigot end or flared bell end and a grooved spigot end designed to retain the O-ring rubber gasket.The spigot end groove may be rolled in. Bell and spigot ends shall be sized by forcing over a sizing die or by expanding to stretch the steel beyond its elastic limit so that the difference in diameter between outside of spigot and inside of bell at normal engagement does not exceed .03-in measured on the circumference with a diameter tape. The bell and spigot with flared bell and grooved spigot and shall have 6-3/8-in engagement. The O-ring gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for a safe working pressure equal to ADDENDUM No.2 02617-4 09/04/03 the class of pipe furnished and shall operate satisfactorily with a deflection(the tangent of which is not to exceed 0.75-in divided by D where D is the outside diameter of the pipe in inches)or with a pull-out of 0.75-in. F. O-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. Be responsible for checking the continuity of this system before final acceptance. G. Mechanical couplings where indicated on the Drawings shall be Victaulic Depend-O-Lok r Styles E x E(unrestrained), F x F(self-restrained); Dresser Style 38 or equal. Middle ring shall be of a thickness equal to or greater than the thickness of pipe wall. Couplings shall have plain gaskets, Grade 27 and shall be shop coated with Dresser Red "D" or primer compatible with the tape coat system.Dresser couplings shall be furnished complete with bonding wire and brazing cartridges. H. Interior surfaces of all steel pipe, fittings, and specials shall be cleaned and lined in the shop with cement mortar lining applied centrifugally in conformity with AWWA C205. Wire mesh reinforcement shall be used in gunited mortar lining of fittings and specials. I. Cement shall be Type II and shall be in accordance with ASTM C 150. J. Non-shrink grout employed in the interior joints shall be Masterflow 713 grout by Master Builders or equal. K. Pipe shall be mortar coated, in accordance with AWWA C-205. Mortar coating shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate, by weight. Rebound,not to exceed one fourth of the total mix weight may be used, provide the rebound is treated as fine aggregate. 1. Shop applied outside coating shall be continuous to the end of pipe on the bell end and shall be cut back on spigot end so that coating extends at least 0.5-in 1P inside of the bell end at normal engagement. Shop applied inside lining shall be continuous to the end of pipe on the spigot end and shall be cut back on the bell end to the point of maximum engagement or further as shown on Drawings. Inside of bell and outside of spigot shall be painted with one shop coat of primer •' (Polyken No. 927 or equal). 2. Prior to shipment,the pipe shall be given an electrical holiday test of a minimum of 6000 Volts with a 60 cycle current audio detector giving a maximum testing voltage I20 times per second.Prior to placement,the pipe shall be visually inspected for damage to the coating. Any areas that appear damaged shall be given an electrical holiday test of a minimum of 6000 Volts with a 60 cycle current audio test giving a maximum testing voltage 120 times per second. If the tests indicate no holidays and the outer wrap is wrinkled but not torn, no repairs are required. If the tests indicate no holidays and the outer wrap(s) is torn,the damaged layer or layers of the outer wrap shall be removed by carefully cutting with a sharp razor-type utility knife. The area to be patched shall be washed with xylol taking care to wash a minimum of 4-in of undamaged tape where the hand applied tape wrap will overlap. Cold applied tape(outer wrap)meeting the P ADDENDUM No. 2 02617-5 09/04/03 requirements of AWWA C209 and compatible with the tape wrapping system shall then be applied for each 1 ayer of white tape that has been removed. 3. When the damaged area shows a holiday when tested,the white outer layers shall be removed and the black inner wrap,Polyken No. 989-20 exposed.The exposed area and overlaps shall then be primed with a light coat of 927 primer.A patch of inner wrap of sufficient size to extend 4-in from the holidays in all directions shall then be firmly pressed into place.The patch shall then be holiday tested to determine that it is satisfactory. The outer layer of white tape shall then be retrimmed to expose the first wrap of white tape sufficiently to allow a minimum lap of 2-in in all directions. The exposed white tape shall then be washed with xylol and primed. Two layers of outer wrap with a minimum thickness of 3 5 mils and conforming to AWWA C209 shall then be applied. L. Restrained joints where required at changes in direction or shown on the Drawings shall be single or double welded lap joints. Design of the joint and welds shall include considerations of stresses induced in the steel wall,the joints,and any field welds,caused by thrust at bulkheads, bends,reducers,and line valves resulting from the working and/or transient pressure. For field welded joints, design stresses shall not exceed 50 percent of specified minimum yield strength of the grade of steel utilized for the part being examined when longitudinal thrust is assumed to be uniformity distributed around the circumference of the joint. Where harnesses are required for sleeve-type couplings,they shall be in accordance with the requirements of AWWA M-11. Pipe ends for mechanical couplings shall conform to AWWA C200 Section 3.6 and in accordance with manufacturers'recommendations. The shop applied outside coating shall be held back as required for field assembly of the mechanical coupling or to harness lugs and rings. Harness lugs or rings and pipe ends shall be painted with one shop coat of primer compatible with exterior coating and field joint coating materials. The inside lining shall be continuous to the end of the pipe. M. The manufacturer shall supply pipe complete with sufficient struts to maintain the pipe in a round condition and to limit its deflection during storage and transportation to the job site. N. The manufacturer shall supply any insulated adapter where the pipeline is connected to existing prestressed concrete cylinder pipe. PART 3: EXECUTION 3.01 HANDLING PIPE AND FITTINGS A. Pipe shall be transported from the coating plant to the jobsite on padded bunks with nylon tie-down straps or padded banding to adequately protect the pipe and coating. B. Coated pipe shall be handled, stored and shipped in a manner that will prevent damage to the coating. Pipe shall be handled with wide belt slings or rubber padded forklifts. Chains, cables or other equipment likely to cause damage to the pipe or coating shall not be used. ADDENDUM Na 2 02617-6 09/04/03 C. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen will be permitted to walk upon the coating only when necessary, in which case they shall wear shoes with rubber or composition soles and heels. All pipe and fittings,specials and couplings shall be examined before laying and no piece shall be installed which is found to be defective. Any damage to the coatings shall be repaired as acceptable to the Engineer. rD. If any defective pipe is discovered after it has been laid, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor,at his/her own expense. rE. Stored pipe shall at all times be supported on sawdust bags, sand bags,or other suitable support. Bags shall be of sufficient size'to prevent contact of the pipe coating with the ground or any other obstruction. Rolling the pipe on the coated surface will not be permitted. 3.02 LAYING STEEL PIPE AND FITTINGS A. Regulate the equipment and construction operations such that the loading of the pipe does not "exceed the loads for which the pipe is designed and manufactured. rB. Except as otherwise specified herein,pipe and fittings shall be installed in accordance with the requirements of AWWA M-11. rC. Struts are to be left in the pipe until backfill is complete. D. Permit and aid in the inspection of the coating on the underside of the pipe at the time of installation and shall repair any damage before lowering the pipe into the trench. While being laid,the pipe shall not be rolled, skidded, or otherwise moved, when it contacts with the ground at any point. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise the installation of at least the first three standard joints and the first restrained joint. Pipe shall be laid with bell ends upstream, unless otherwise approved by the Engineer. F. As soon as the excavation is completed to the bottom of the excavation,place granular fill in the trench. The pipe shall then be firmly bedded in this gravel to conform to the line and grade indicated on the Drawings. The granular fill shall be placed and compacted as specified in the Contract Documents. Blocking under the pipe will not be permitted. G. Granular fill shall be compacted to give complete vertical and lateral support of the pipe. A depression shall be left in the supporting gravel at the joint to prevent contamination of the rubber gasket immediately before being forced home. Before the pipe is lowered into N the trench,the bell and spigot shall be cleaned and free from dirt. Gasket and bell shall be lubricated with a vegetable lubricant furnished by the manufacturer.The lubricant shall not be soluble in water, and shall be harmless to the rubber gasket. As soon as the spigot is centered in the bell of the previously laid pipe, it shall be forced home with jacks or come-alongs, if used. After the pipe is brought fully home,the gasket shall be carefully PP checked for proper position around the full circumference of the joint. The jacks or come- ADDENDUM No. 2 02617-7 09/04/03 r alongs (if used)shall be anchored sufficiently back along the pipeline so that the pulling force will not dislodge the pieces of pipe already in place. H. As soon as the pipe is in place and before the come-along(if used) is released,granular fill shall be placed to the top of the pipe for at least one half the length of the pipe.Not until this backfill is placed shall the jacks or come-along(if used)be released. If any motion at joints can be detected,a greater amount of backfill shall be placed before pressure is released. I. O-ring joints shall be electrically bonded using bonding wire and brazing cartridges furnished by the pipe manufacturer. J. Field joints shall be wrapped in accordance with AWWA C209. The joints shall be cleaned, primed and wrapped with two wraps of tape with a 35 mil thickness each and holiday tested. K. Any damage to the pipe or the protective coating from any cause during the installation of the pipeline shall be repaired and holiday tested as acceptable to the Engineer. L. The interior joints of pipe 30-in in diameter and larger shall be filled with non-shrink grout after backfilling is completed.Non-shrink grout shall be employed. Prior to application the entire joint shall be wetted and the interior concrete mortar allowed to absorb the moisture. A curing agent as recommended by the grout manufacturer shall also be employed subsequent to grout application. M. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime,the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed that recommended by the manufacturer.Fittings, in addition to those shown on the Drawings, shall be provided. N. Have on hand a sufficient supply of assorted short pipe lengths,adaptors and any other fittings necessary to prevent delays in pipe laying. O. Provide joint restraint per AWWA Manual M-1 l guidelines, using friction coefficient s =0.25, at all conditions and locations as directly by the Owner or shown on the Drawings. Except where shown otherwise on the Drawings, provide mechanical joint restraint as specified. Concrete thrust blocks shall not be used except where specifically directed by Owner or Engineer. P. Provide joint restraint per AWWA Manual M9 guidelines, using friction coefficient =0.25,at all conditions and locations as directly by the Owner or shown on the Drawings. Except where shown otherwise on the Drawings,provide mechanical joint restraint as specified. Concrete thrust blocks shall not be used except where specifically directed by Owner or Engineer. 3.03 FIELD WELDING A. All field welding shall be in accordance with the AWS. Welding for restrained joints shall be a full fillet weld for the entire circumference in accordance with AWWA C206. ADDENDUM No. 2 02617-8 09/04/03 B. During welding the coating shall be protected by draping an 18-in wide strip of heat resistant material over the top half of the pipe on each side of the coating holdback to avoid damage to the coating by hot weld splatter. No welding ground shall be made on the coated part of the pipe. 3.04 CONNECTIONS TO STRUCTURES A. Wherever a pipe 3-in in diameter or larger passes from concrete to earth horizontally,a minimum of two flexible joints spaced from 2 to 4-ft apart depending on pipe size shall be installed within 2-ft of the exterior face of the wall,whether or not shown on the Drawings.Acceptable flexible joints shall be Victaulic Depend-O-Lok F x F Modified or equal. B. Wall pipes shall have a thrust collar located at mid-depth of wall. C. Piping underneath structures shall be concrete encased. 3.05 CLEANING A. At the conclusion of the laying,and prior to testing, thoroughly clean all of the new pipelines by spraying with water or other means to remove all dirt, stones,wood struts, pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed at construction access manholes or access ports. If,after this cleaning,obstructions remain,they shall be removed. B. After the pipelines are cleaned and if the groundwater level is above the pipe,or following a heavy rain,the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time,they shall be repaired or replaced. 3.06 TESTING A. Electrical Continuity 1. Furnish all necessary equipment and labor for carrying out a continuity check of the pipeline. This check shall be conducted prior to introduction of water into the pipeline for hydrostatic pressure and leakage testing. B. Furnish all necessary equipment and labor for carrying out Hydrostatic Pressure and Leakage Tests on the pipeline in accordance with applicable provisions of AWWA C600. C. Pressure Test l. All pipelines shall be tested by subjecting each section to a pressure, measured at the lowest end of the section, of at least 150 percent of the design pressure of pipe under test(see Paragraph 1.03D above). 2. The test may be made before or after backfilling. However, if mechanical compaction is to be used in the backfilling operations as spelled out in AWWA C600, the test shall not be made until the backfilling is completed and ADDENDUM No. 2 02617-9 09/04/03 compacted. All connections, blow offs,hydrants,and valves shall be tested with the main as far as is practicable. 3. The test section shall be slowly filled with potable water, and all air shall be vented from the line.The rate of filling shall be as acceptable to the Engineer, with at least 24 hour notice required before tests are scheduled. While the test section is under test pressure, a visual inspection for leaks shall be made along the pipeline, and all visible leaks repaired. The pressure test shall not begin until the pipe has been filled with water for at least 24 hours to allow for absorption in the cement mortar lining. D. Leakage Test 1. Leakage test shall be made after pressure test has been satisfactorily completed and all backfilling and compaction is completed to top of trench. Furnish the necessary apparatus and assistance to conduct the test. 2. To pass the leakage test,the leakage from the pipeline shall not exceed the leakage allowed by the following formula: L=ND(P)" 3700 in which L = allowable leakage in gallons per hour. N = number of joints in the pipeline being tested,this "N" being the standard joint length of the pipe furnished divided into the length being tested, with no allowance for joints at branches, blow off,fittings,etc. D = nominal diameter of pipe in inches. P = average observed test pressure of the pipe being tested,equal to at least 100 percent of the class rating of pipe being tested, in pounds per square inch gauge, based on the elevation of the lowest point in the line or section under test and corrected to the elevation of the test gage. 3. Should the test on any section of the pipeline show leakage greater than specified above, locate and repair the defective pipe, fittings,or joint until the leakage is within the specified allowance of two hour duration. All repairs and retests, if required, shall be made without additional cost to the Owner. 3.07 CHLORINATION OF PIPELINES A. Chlorination of the pipelines used for potable water shall be as specified in the Contract Documents. END OF SECTION ,ADDENDUM No. 2 02617-10 09/04/03 RISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PART 1 GENERAL 1.01 SECTION INCLUDES A. Joint bonding requirements for electrical continuity along dielectrically coated steel, polyethylene encased ductile iron 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 B16.5 - 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. 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. ]5640 August,2003 Page l of 8 RISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION 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: I. Bonding across bolted joint assemblies. 2. Bonding across gasketed joint assemblies. B. Preparation of bar-wrapped concrete cylinder pipe (AWWA— C303) for bonding: 1. General: a. Fabrication: Use bar-wrapped concrete cylinder pipe (AWWA — C303) 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. 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. 15640 Page 2 of 8 August,2003 RISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 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: I) Anchor socket brackets. 2) Anchor socket. 4 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 (AWWA — C303) 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 THHN insulation shall be removed from each end of the bond wire. The minimum number of bond wires shall be provided as shown on drawings. 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below-grade to aboveground piping transitions. 15640 August,2003 Page 3 of 8 RISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION B. For bar-wrapped concrete cylinder pipe (AWWA — C303) provide electrical isolation by installing insulating kits, composed of: 1. Insulating Gasket: a. For piping sized 30 inches in diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved requal. 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 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. 3 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., FP or approved equal. C. For steel pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: '., a. For piping sized 30 inch in diameter and greater, provide Pyrox G- 10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b. For piping sized between 12 inches and 24 inches in diameter, a 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. Provide cloth-inserted rubber gasket material, 1/8 inch thick in 15640 August,2003 Page 4 of 8 RI SINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH, TEXAS FLECTRICAL ISOLATION ® 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 Sea] 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. 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. 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. 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 15640 August,2003 Page 5 of 8 rRISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION B. For all piping 24 inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or rapproved equal. R C. Casing End Seals shall be as shown on the plans for the Risinger Rd. — Southside II and Southside III Water Lines Project. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. B. General: Attach bond wires or bond straps at required locations by thermite welding process. Attach bond clips by arc-weld process. C. Thermite Welding Methods: Perform thermite welding of 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 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: r 15640 August,2003 Page 6 of 8 RISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH,TEXAS ELECTRICAL ISOLATION 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. 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. 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. 15640 August,2003 Page 7 of 8 RISINGER RD.—SOUTHSIDE II & III JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION 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 4 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 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 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 August,2003 Page 8 of 8 RISINGER RD. —SOUTHSIDE II d III 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. 1:5641 August,2003 Page 1 of RISINGER RD.—SOUTHSIDE II & III CORROSION CONTROL FORT WORTH,TEXAS TEST STATIONS 1.06 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control test y stations meet the requirements of the drawings and specifications. The certification shall reference the applicable section of the specifications and the applicable standard details. B. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART 2 PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a five terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The Precast Concrete traffic box shall be 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. 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 August,2003 Page 2 of 6 s RISINGER RD. —SOUTHSIDE 11 & III 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. 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 August,2003 Page 3 of 6 RISINGER RD. —SOUTHSIDE II & III CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS 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 24 inches square and no less than 6 inches thick. 15641 August,2003 Page 4 of 6 RISINGER RD.—SOUTHSIDE 11 & III CORROSION CONTROL FORT WORTH, TEV A S TEST NATIONS 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 thennite 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 s 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. 15641 Page 5 of 6 August,2003 RISINGER RD.—SOUTHSIDE II & III CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS B. After completion of the backfilling of the test wires to the pipe, verify the connection by recording a pipe-to-soil potential. C. Replace any test wire found to have a high resistance connection. END OF SECTION 15641 fi August,2003 Page 6 of 6 RI SINGER RD. —SOUTHSIDE II & III CATHODIC ]PROTECTION FORT WORTH, TEXAS FOR PIPELINES SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM PART1 GENERAL 1.01 SECTION INCLUDES Requirements for magnesium anodes to cathodically protect bar-wrapped concrete cylinder pipe (AWWA — C303), polyethylene encased ductile iron pipe or dielectrically coated steel pipe. A. Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test the required cathodic protection system components for the exterior surfaces of the 36" & 16" diameter Risinger Rd. — Southside II and Southside III water pipelines. 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 36" and 16" diameter Risinger Rd. — Southside II and Southside III water pipelines. The cathodic protection system shall include but not be limited to the following: 1. Materials and installation. r2. Post-installation survey. 3. Final Report C. Applications: Required applications of cathodic protection include buried water piping Pr and appurtenances. References to concrete cylinder pipe shall be interpreted as bar- wrapped concrete cylinder pipe (AWWA—C303). 1.02 REFERENCES !. A. NEC 70 -National Electrical Code Pr 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. August,2003 15642 Pace 1 of 8 RISINGER RD.—SOUTHSIDE II & III CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES Pff 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 engineer. go C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. r4 D. The drawings for the cathodic protection system are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features 5W 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. 00 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 - 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. ;. 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: PW August,200') 15642 Page 2 of 8 s RISINGER RD. —SOUTHSIDE II & III CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES Anode Weight Backfill Weight Total Weight (Pcu;,ds) (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 A WG 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 410 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 24" x 24" square concrete pad. 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. August,2003 15642 Page 3 of 8 RISINGER RD.—SOUTHSIDE I1 & III CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES B. Two shunts are required in each test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation (white). 2.08 PERMANENT REFERENCE ELECTRODE r A. The permanent reference electrode shall be a copper/copper sulfate Permacell as manufactured by Conpro 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. PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. Cathodic Protection Requirements for the 36" and 16" Risinger Rd. — Southside II and Southside III Water Pipelines: Concrete Cylinder Pipeline Option: • The 36" diameter water line will require seven (7) anode groundbeds each consisting Of ten, 48 pound prepackaged magnesium anodes. This translates to a spacing of 1,143 feet between anode groundbeds. August,2003 15642 Page 4 of 8 RISINGER RD.— SOUTHSIDE II & III CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES • The 16" diameter water line will require three (3) anode groundbeds each consisting of ten, 48 pound prepackaged magnesium anodes. This translates to a spacing of 2,875 feet between anode groundbeds. In addition,the CCP option will require three bonding clips welded across each joint to ensure electrical continuity of the pipeline. Dielectrically:Coated Carbon Steel Pipeline Option: • The 36" diameter water line will require six (6) anode groundbeds each consisting of ten, 48 pound prepackaged magnesium anodes. This translates to a spacing of 1,331 feet between anode groundbeds. • The 16" diameter water line will require three (3) anode groundbeds each consisting of ten, 48 pound prepackaged magnesium anodes. This translates to a spacing of 2,775 feet between anode groundbeds. Polyethylene Encased Ductile Iron Pipeline Option: • The 36" diameter water line will require six (6) anode groundbeds each consisting of ten, 48 pound prepackaged magnesium anodes. This translates to a spacing of 1,331 feet between anode groundbeds. • The 16" diameter water line will require three (3) anode groundbeds each consisting of ten, 48 pound prepackaged magnesium anodes. This translates to a spacing of 2,775 feet between anode groundbeds. B. Placement: Each anode shall be installed vertically in an 8 inch diameter by 10 foot deep hole as shown on the project drawings. Centerline of the anode shall be a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right- of-way as far away from the waterline as possible. C. Anodes shall be installed on 10-foot centers. D. Augured Hole: The hole diameter shall easily accommodate the anode. E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. August,2003 15642 Page 5 of 8 - RISINCER RD.—SOUTHSIDE II & III CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES 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 structures. 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. August,2003 15642 Page 6 of 8 RISINGER RD. — SOUTHSIDE II & III CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES 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. 8. Verify that interference does not exist with foreign structures. Perform joint tests with owners of the foreign structure and mitigate any interference detected. Foreign line test stations have been provided to facilitate the interference testing and installation of any necessary resistance bonds. It is the corrosion engineers responsibility to coordinate the interference testing with the owners of foreign structures. D. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post-installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E. Equipment: All cathodic protection testing instruments shall be in proper working order and calibrated according to factory specifications. 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 August,2003 15642 Paoe 8 of 8 i i PART F — BONDS pw wo P, F ACOR'DM CERTIFICATE OF LIABILITY INSURANCE DATE ft2/DD/YYYY) PRODUCER 10/28/2003 (817)457-6700 FAX (817)4S7-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF IN-FORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. Loop 820 South HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P 0 Box 8720 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fort Worth, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC# INSURED Conatser Construction TX, LP INSURERA: Bituminous Casualty Corp P.O.Box 15448 INSURER B: Bituminous Fire & Marine Ins Co Fort Worth, TX 76119 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDINI ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAYJ$AVE BEEN REDUCED BY PAID CLAIMS. INSR D'I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MMIDDIYY) DATE(MMIDDMQ GENERAL LIABILITY CLIP 3 170 4836 08/01/2003 08/01/2004 EACH OCCURRENCE $ 1,000,00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ ZOO,OO rance)CLAIMS MADE a OCCUR ME EXP(Any one person) $ 5,OO A X CONTRACTUAL, XCU PERSONAL d ADV INJURY $ 11000,00 GENERAL AGGREGATE $ 2,000,00 GEWL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,OO POLICY M JjEC LOC AUTOMOBILE LIABILITY CAP 3 170 484 08/01/2003 08/01/2004 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) _ 1,000,00 X ALL OWNED AUTOS BODILY INJURY $ B X SCHEDULED AUTOS (per Pte ) 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 $ EXCESS/UMBRELLA LIABILITY CUP 2 570 800 08/01/2003 08/01/2004 EACH OCCURRENCE $ S'000,000 X OCCUR FI CLAIMSMADE UMBRELLA AGGREGATE $ 5,000,00 A $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC 3 170 482 08/01/2003 08/01/2004 X I WC STATU- OTH- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,00 /fj ANY PROPRIETOR/EXCLUDED? E.L.DISEASE-EA EMPLOYE $ 1,000,00 OFFICER/MEMBER F�CCLUDED? K describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,00 OTHER kESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS NGER RD SOUTHSIDE II WATER TRANSMISSION MAIN(CROWLEY RD TO MCCART AVE PUMP STATION & GROUND STORAGE ) CITY OF FT WORTH, PW77-060770140510 DOE 2968. CITY OF FT WORTH NAMED ADLN INSURED EXCEPT ON ERS COMPENSATION WITH WAIVER OF SUBROGATION ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT. 30 DAY NOTICE AMENDED TO 10 DAY FOR NON-PAY OF PREMIUM CERTIFICATE HOLDER AN ELLATI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL K4=NJM MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF FORT WORTH lEdi(K�XIXXd(AK?(Xl4�lN4�lIXTf�XXX 1000 THROCKMORTON ST KK*NXO IMAll(dCyrXXMlEi(K)txxawxxK?!M XXXXXXXX FT WORTH, TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25(2001108) b' ORD C ORATION 1988 ° CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: CONSTRUCTION OF RISINGER ROAD-SOUTHSIDE II WATER TRANSMISSION MAIN dw PROJECT NUMBER: PW77-060770140510 IS TO CERTIFY THAT: CONATSER CONSTRUCTION,INC. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. rTYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: r Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or rp structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ P Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be f assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Agency Insurance Co.: Fort Worth Agent BY Address Title y CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No.2968 and City of Fort Worth Project Number PW77-060770140510 CONATSER CONSTRUCTION INC. a Ct)NTRAC� B y: Vt'O/'T Le/1QI.SGr� �'/'LSi�ERt Title dc�--oler 2$, 2003 Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared ; rr✓ fn,nnot i, 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[�M�f-c,.r �'�nsfrKCtC,on JXf LP for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this .29day of 2003. r Notar ublic 4K and for the State of Texas SYDNEY TONEY +; Notary Public,State of Texas f My Commission Expires May 09,2006 r r Bond No:. S311997 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Construction TX. LP as Principal herein, and (2) orporation organized under the laws of the State of (3) Iowa and who is authorized to issue surety bonds in the State of Texas, Surety herein,are held and firmly bound unto the City of Fort Worth,.a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of: ONE MILLION NINE HUNDRED THIRTY-FOUR THOUSAND FOUR HUNDRED SEVENTY-ONE ,ND 501100..............................................................................................................I.............................. Dollars($1,934,471.50)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 �LLof ac-&Lei- .2003 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of CONSTRUCTION OF RISINGER ROAD-SOUTHSIDE II WATER TRANSMISSION MAIN NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this.2 e day of &ifn btu ,2003. IP ATTEST: Conatser Construction TX LP (Principal)Secretary PRINCIPAL B Y: rd er (SEAL) itle: t r ement Gr-aup, Inc., GP 5327 Wichita Street FORT WORTH,TX 76119 Witness as to ePrincipal Employers Mutual Casualty Company and Union Insurance Caapamy of Providence Surety B Y. Jzd4� Name: Glenna S. Davis ATTEST: (Attorney-in-fact) Address:P. 0. Box 712 Secretary Des Moines, Iowa 50303 (SEAL Telephone Number: 800-725-0802, Ext. 41252 Witness as to Surety Betty Harris NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. IP Bond No: S311997 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Cona Rer Construction TX,1 as Principal herein, and (2)* a corporation organized and existing under the laws.of the State of(3) Ion as surety,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the amount of ONE MILLION NINE HUNDRED THIRTY-FOUR THOUSAND FOUR HUNDRED SEVENTY-ONE AND 50/100..».....................................Dollars($1,934,47150)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: * (2) Employers Mutual Casualty Company and Union Insurance Company of Providence WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the .2J'day of Qgr_�nIoL,r 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 RISINGER ROAD-SOUTHSIDE H WATER TRANSMISSION MAIN 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 2L day of Or-i6 6er,2003. r _Conatser Constructigzi T ATTEST: PRINCIPA B Y: (Principal)Secretary ame: Jerry Conatser President of Conatser Management TitieQrouR. Inc.. General Partner (SEAL) 5327 Wichita Street FORT WORTH,TX 76119 Witness as t incipal Employers Mutual Casualty Company and b f Providence S iJR)rTY ' ATTEST: Name: Glenna S. Davis Secretary Attorney in Fact (SEAL) Address: P. 0. Box 712 • Des Moines, Iowa 50303 Witness as to Suret Betty Harris Telephone Number: 800-725-0802, EX T #252 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney 4 shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. s Bond No: S311997 and S311998 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: Employers Ykitual Casualty Company That Conatser Construction TX, LP (Contractor), as principal, and Union Insurance,of Providenc( a corporation organized under the laws of the State of Towa_, (Surety),do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of ONE MILLION NINE HUNDRED THIRTY-FOUR THOUSAND FOUR HUNDRED SEVENTY-ONE AND 501 100......................................... Dollars ($1,934,471.50)lawful money of the United States,for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators,assigns and successors,jointly and severally. This obligation is conditioned,however;that, WHEREAS,said Contractor has entered into a written Contract with the City of Fort Worth,dated the al� day of iOLkn6 t 2003,a copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: CONSTRUCTION OF RISINGER ROAD-SOUTHSIDE H WATER TRANSMISSION MAIN the same being referred to herein and in said contract as the Work and being designated as project PW77- 060770140510 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 ),I?day of Or- oLer,A.D. 2003. ATTEST: (SEAL) Conatser Construction T3 LP Contractor By: Secretary e: errs Conatser itle: President of Conatser Management Group, Inc. , General Partner • ATTEST: Employers Mutual Casualty Company and (SEAL) union Insurance Company of Providence Surety BY/-�;44924,.J49L Secretary Name: Glenna S. Davis Title: Attorney-in-Fact P. 0. Box 712 Des Moines, Iowa 50303 Address Tel No: 800-725-0802, Ext. #252 /EMC Insurance Companies o. 5:400.4:5 P.O. Box 712•Des Moines,IA 50303-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS,that: 1. Employers Mutual Casualty Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation EM.CASCO Insurance Company,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation 3. union Insurance Company of Providence,an Iowa Corporation 7. The Hamilton Mutual Insurance Company,an Ohio;Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint CATHY VINSON,VICKIE A. ROSS, MICHAEL A.DELABANO, RICK BONDURANT, GLENNA S.DAVIS, INDIVIDUALLY, FORTWORTH,TEXAS....................................................,....................................,...,.,.....,............................................... .........................,..,. its true and lawful attomey-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obl' ato instruments of a i9 ry similar nature as follows: IN AN'AAaOUtVT NOt EXCE1=©ING TEN MILLION DOLLARS ....................................................... ................ .:: and to bind each Company thereby as.fully and to the same extent as if such instruments were signed by the duly authorized offu of each suk the acts of said attorney pursuant:to he authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1,2005 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power of Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors each of the Comp�Ii es at a. reguI'd scheduled meeting of each company duly called and held in 1999: RESOLVED:!I he'President and Cttieti>Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casua}ty Company shall have power and au"to':(4j appoint attorneys-in fact and authorize them to execute on behalf of each Company and attach the seal ofe Gorrryy.thereto,bonds 8itd'` undertakings me ognmances,contracts of indemnity and other writings obligatory in the nature thereof,and(2)to remove any such attomey-in-fact at any time and revoke the power and authority given to him or her.Attomeys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company,and to attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding.upon.this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or.hereafter;<wherever;appearing uporl:a certified copy>af any:power�attomey of the Company,shall be valid and binding upon the Company with the same force and affect as though manually affixed:. .IN Vffs31WHEREOF,the Co a have caused these pets to be signed for each by their officers as shown,and the Corporate seats to be hereto affixed this Seas Bruce G.Kelley,Chairman J ey S.Birdsley s �E c ,, v a s-; of Companies 2,3,4,5&6; resident Assistant Secretary �. 40INSUgq. PN�an���''; ;`�40 u�4 SP004 �� � 2:�`pPPOgq��`�- =�:.`�PPOgq c�� of Company 1;Vice Chairman and -y b :Z 18,63 _° 1953 CEO of Company 7 a SEAL; o ;2 A sOfNiar,OL,,,�« 40 „1��� q„OWE,,p• On this 21st day of January AD belmne►ce a SU1AV E,+�s,�R?MCF%, Psi„;;°; •. Notary ublic in and for the State of Iowa,personally appeared Bruce and S. •.pu,q,FC•, Q, `OPP0.q,�ro �:`OPpOggrR,,T :o�A��{P0014 s9sl Birdsley,who,being by me duly swom,did sway that they are,and are known to me - = Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of W SEAL _ d; SEAL i= SEAL ,'o f each of The Companies above;that the seals affixed to this instrument are the so”of said -, `.,,,,,,,,•',�,; °. P 's,�F.`•,,,,,,,, P ' corporations;that said instrument was signed and sealed on behalf of each of the Companies Iowa 7grH pPK�,,.•` %,;,oilyts,\w by authority of their respective Boards of Directors; and that the said Bruce a Kelley and ” Jeffrey S. Birdsley,as such officers,acknowledge the efrecution of 3afd inatnurrllent-to b8 rule. UT voluntary act and deed of each of the Companies My Commission Expires September 30,2003. `b ! RUTA KRUMINS 1 ' Commission Number 176255 � ^ I+ry Comm.Exp Sept.30..240 Notary Public in and for the State of lcwa CERTIFICATE 1,David L.Hixenbaugh,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies f u t t January 21,2002 on behal€:of are true nd correct and zire still in full force and effect. Irl Testimony Whereof:/have Subscribed my name and affixed the facsimile seal of each Company this oU day of Oc ir Vice-President IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Employers Mutual Casualty Company, Union Insurance of ; Providence, and/or EMCASCO Insurance Company for information or to make a complaint at: Employers Mutual Casualty Company Attn: Surety Claims P.O. Box 712 Des Moines, IA 50303 (515) 280-2689: (515) 280-2994 Fax You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-048, Government Code, and Section 53.202, Property Code, effective September 1, 2001. i ' 7-00q PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into the 21? day of Oc6n/a e.r ,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 CONATSER a CONSTRUCTION,INC.of the City of FORT WORTH County of TARRANT and State of TEXAS,Party of the Second Part,hereinafter termed"CONTRACTOR". WTTNESSETH: 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: CONSTRUCTION OF RISINGER ROAD-SOUTHSIDE II WATER TRANSMISSION MAIN 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 printed or written explanatory matter thereof, and the specifications thereof,as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications,all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10)days after the date written notice to do so shall have been given to him,and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 3 counterparts in the year and say first above written. City of Fort Worth,Texas(Owner) ATTEST: Party of the First part BY: Marc A.Ott,Assistant City Manager CW City dcretary (Seal) _ M30 Contract Authorization WITNESSES: 10 I I b CO1-11ATSER CONSTRUCTION,INC. Date PO BOX 15804 FORT WORTH,TX 76119 Contractor '1�rf 7614-0 By: 4'��" itle. P e)A f.se-r, esial' t APPROVED: App ved as to Form and Legality: T A.Douglas Rademaker,P.E.Director Asst.City Attorney Department of Engineering CW a STANDARD FIGURES AND DETAILS Water Paving w r i SAAtand4rd �'�yares �Detai(s J"►��i�.ioh Sec{;ons 36"Diameter Water Pipeline per /(,I° 2 Risinger Rd.—Southside II Fort Worth, Texas Test Station Schedule Concrete Cylinder Pipe Option Station No. Description Type 0+00 McCart Ave. (Beginning of Line) IF 6+00 Risinger Rd. TS 17+50 Future Risinger Rd. TS 29+00 Future Risinger Rd. TS 40+00 Future Risinger Rd. TS 51+50 Future Risinger Rd. TS 54+50 BNSF Railroad Company CP 56+30 BNSF Railroad Company CP 61+20 Risinger Rd. @ Cased Crossing CP 61+80 Risinger Rd. @ 4" Gas Line FL 62+50 Risinger Rd. TS 70+90 Risinger Rd. @ Crowley Rd. CP 72+50 Risinger Rd. @ 6" Gas Line FL 73+20 Risinger Rd. TS 76+55 Risinger Rd. (End of Line) IF r 36"Diameter Water Pipeline Risinger Rd.—Southside II Fort Worth,Texas Test Station Schedule Coated Steel and Ductile Iron Pipe Options Station No. Description Tyne 0+00 McCart Ave. (Beginning of Line) IF 7+00 Risinger Rd. TS 20+00 Future Risinger Rd. TS 33+50 Future Risinger Rd. TS 47+00 Future Risinger Rd. TS 54+50 BNSF Railroad Company CP I� 56+30 BNSF Railroad Company CP 60+00 Future Risinger Rd. TS 61+20 Risinger Rd. @ Cased Crossing CP 61+80 Risinger Rd. @ 4"Gas Line FL 70+90 Risinger Rd. @ Crowley Rd. CP r72+50 Risinger Rd. @ 6" Gas Line FL r73+20 Risinger Rd. TS 76+55 Risinger Rd. (End of Line) IF kk 11 16" Diameter Water Pipeline Risinger Rd.—Southside III Fort Worth, Texas Test Station Schedule CCP, Coated Steel & Ductile Iron Pipe Options Station No. Description Type 0+00 Future Risinger Rd. (Beginning of Line) IF 11+00 Risinger Rd. TS 32+00 Future Risinger Rd. TS 44+10 BNSF Railroad Company CP 45+40 BNSF Railroad Company CP 50+40 Risinger Rd. @ Cased Crossing CP 50+90 Risinger Rd. @ 4" Gas Line FL 54+00 Risinger Rd. TS 60+00 Risinger Rd. @ Crowley Rd. CP 61+60 Risinger Rd. @ 6" Gas Line FL 65+50 Risinger Rd. (End of Line) IF Pjoe Material No. Anodes,/ SOUTHSIDE II 36"0 SOUTHSIDE III 16"0 No. Gb No. G6 • Concrete cylinder pipe AWWA C-303 10 7 3 m • Dielectrically coated 10 6 3 steel pipe • Polyethylene encased ductile iron 10 6 3 w a• JUMPER WIRES OR SHORTING HHLS,SEE NOTE 1 TYPE NM-7 TEST STATION TERMINAL BOARD fIIW� 0.01 OHM SHUNT 0.01 OHM SHUNT NOTE. 1-REMO[JUMPER WIRES OR SNORTING Hon AND INSTAL RESISTANCE WIRE TO LINT CURRENT OUTPUT OF MODES, 6 REOUIRED. /10 AWG 57RN/DED COPPER /10 AWG STRADED CAPPER CABLE WITH HMWPE INSULATION. GABLE WITH HMWPE INSULATION. SLACK(AFDDE HEADER CABW BLACK(ANODE HEADER CABLE) /12 AWG STRANDED COPPER IF AMC STRAINDED COPPER CABLES WITH THW INSULATION, CABLE WI11H HWWPE INSULATION. WHITE(TO WATER LINE) BLUE(TO PERMANENT REFERENCE ELECTRODE) INSERT 'A' RO.IL- PLO.W. R.O.W. /12 AWC COOPER SOLID CABLE WITH TW IN SULATION. ae I.B.PREPACKAGED (ANODE LEAD WIRE) 101 _i MAGNESIUM ANODE, AL7D TYP{CAI 10 u Is TYPICAL ANODE LEAD DE ' TOMEADERCABLE t SPLICE.SEE DUALS THIS SHEET 1 FLUSH -GRADE TEST STATION p o AWG STRANDED COPPER CABLE WITH HWWPE INSULATION.BLACK r TYPE MI_7.SEE MLRf L TM15 DRAWING (ANODE IIEADEN CASE) 2aC0IiCRETE FABD i 114 AWG STRANDED HMWPE COPPER GABLE WITH NM'WPE PERMANENT t2 AWG STRANDED COPPER GBRES BLUE PFAMANEtYf Cu/C.=4 REFERENCE ELECTRODE / SANE DEPTH AS BOTTOM OF PIPE(a'FROM PVC WITH TYPE THW INSULATION.WHITE WATERLINE — — — — THERWIE WELD CONNECTIONS CIVP)SEE DUAL TRANSMISSION WATER MAIN WITH MAGNESIUM ANODE y AND TYPE TS TEST STATION INSTALLATION ,Ir.T TO Si+IE L O P EZ G A R C I A GROUP _— CITY OF FORT WORTH,TEXAS 6850 Manhattan Boulevard (811)446-1800 RISINGER ROAD-SOUTHSIDE II WATER 201006.00 Suite 300 (811)4461113 Fax TRANSMISSION MAIN �.HIeIT (CROWLEY RD.TO MCCART AVE.PUMP STATION A GROUND STORAGE TANK) Fort Worth.Texas 16120 (811)429-9620 Metro wwwlopezgarciagTOupsom CATHODIC TEST STATION DETAIL A2-1 BROOKS Rr CONCRETE BOX CONCRETE PAD WCP�TEST* LID MARKED fkYSH@ GRADE BA EAC WAY) 4 BARS S EACH WAIF ,:ti. SEE INSERT A r VALVE I@8 3/4-0 ETE TERMINAL BOX 12"DEEP 3'rSDI.IP p PROVw GQFF�TTO SUCK Lr�DRAIN ROCC ALLOW REMOVAL OF TERMNAL BOX FROM VALVE BODE TtB SfA-CON TERIl4V. CONNECTOR#C-10-14 (t*.4 PLS.) MACHINE SCREWS, 0 o WASHERS.HEX NUTS ". /6 AWG WHITE 16 AWG BLACK LEXAN TERMINAL n !� BOARD +12 AWG BLACK +12 AWG WHITE ++ THERMITE WELD CONNECTIONS (TYP) SEE DETAIL INSERT "A" A B C D INSULATING FLANGE (ENCAPSULATE ACCORDING TO SPECIFICATION) WIRE ODOM: WIRES A 3 B ARE BLACK,WIRES C It D ARE WHITE WIRES A 3 D ARE 112 AWG TW SINGLE CONDUCTOR WIRE WIRES B d C ARE#6 AWG TW SINGII CONDUCTOR WIRE BLACK WIRES ATTACH TO UNPROTECTED OR EXISTING PIP£ WHITE WARES ATTACH TO PROTECTED OR NEW PIPE FLUSH MOUNTED FLANGE ISOLATION TYPE IF TEST STATION INSTALLATION �� IIiT T•r :C-LE� L O P E Z G A R C I A GROUP CITY OF FORT WORTH,TEXAS `. ~ 6850 Manhattan Boulevard (817)446.1800 RISINGER ROAD- SOUTHSIDE 11 WATER 201006.00 Suite 300 (817)4461113 Fax TRANSMISSION MAIN (CROWLEY RD.TO MCCART AVE.PUMP STATION&GROUND STORAGE TANK) E•HIEIT Fort Worth,Texas 76120 (817)429.9620 Metro wwwlepezpcWywom CATHODIC TEST STATION DETAIL A2-2 IRT CONCRETE BOX 24*II 24'.6' WrCO'AST IRON LID MARKED r CONCRETE PAD *CP-70r T&S STA-KON TERMINAL FINISHED GRAD 14 RCIIAR(ttP.4 CONNECTORA-10-14 '�A F EIARS EACH WAY) 6 PLS.) 0 FINK 6-POLE C D TEST STATION 0 NOOKS IRT CONCfM r SEE INSERT TERMINAL VALVE BOX 8 3/4 0 BY Box 12'DEEP ANSIDE 3*0 SDI DIMENSION5) B E PVC 42 r ORAIN ROCK PROVIDE SL#a?W SLACK PIPE LEAD WIRES IN B To ALLOW RUM 70NM BOX FROM OF VALVE BOX L L FOREIGN STRUCTURE INSERT 'I THERMITIE WELD C014NECTIONS-- AE (TYP) SEE DETAIL r F C op WIRING CODE: WPM A&9 ARE WHM WIRES C.0.E a F ARE 90 WIRES A.C.F ARE$12 AWG TIN STRANDED COPPER WIRE WIRES 8,0,E ARE !AING TIN STRANDED COPPER WE RED WVtES ATTACH To FOREIGN PIPE WHITE WIRES ATTACH TO WATER PIPE FLUSH MOUNTED FOREIGN LINE TYPE FL TEST STATION INSTALLATION r LOPEZ GAR CIA GROUP CITY OF FORT WORTH,TEXAS 6850 Manhattan Boulevard (817)446-1800 RISINGER ROAD-SOUTHSIDE 11 WATER---201006.00 Suite 300 (8 17)446-1113 Fax TRANSMISSION MAIN(CROWLEY RD,TO MCCART AVE.PUMP STATION&GROUND STORAGE TANK) E•H1617 Fort Worth,Texas 76120 (817)429-9620 Metro wwwJopezgarciagroup.com CATHODIC TEST STATION DETAIL A2-3 r f10761oar �w Mon WOW Pw aa16En nn o,,,ix n,o naam am iE m N 1sA(11P♦ Gp1 P44D on cAOSS«D s76 i� 1110016��E M TrK0 r1t�a 1 J r M ,�rnr-p wt�1t�'OfD'(7�E~ r 10uMa MA 7K� (� rpm OOE1140115) ,7wv j� �-T wm mm W T qql p b 1110 rLK so O •� S� ` I,CeM#wa t[�YIUFlAl41�11C�L�Y 77W 1178,RY 777 7011176 7 R.7U1>Q[77V 71R��0 117 AN 7/D1 117 me 7/71 06,UrCK OW 112 As VAN In M 7/D1 1wA1171 on 79UNK MOM 1aµAW M IMN THERWE 7ELD CONNEONM SEE DETML TUNNEL OR CASED CROSSING TYPE CP TEST --- STATION i TION T- -.:E L O P E Z G A R C I A GROUP CITY OF FORT WORTH,TEXAS 6850Manhattankulevard (817)446.1800 RISINGER ROAD-SOUTHSIDE II WATER 201006.00 Suite 300 (817)446 Fax TRANSMISSION MAIN )CROWLEY RD.TO MCCART AVE.PUMP STATON&GROUND STORAGE TANK E'€lE1? Fort WortK Texas 76120 (817)429-9620 Metro — ,� wwwJope2garc4roupcom CATHODIC TEST STATION DETAIL A2-4 pUOE /i,/i,/i 110 AWG STRANDED COPPER CABLE WITH T HMWPE INSULATION, BLACK (ANODE HEADER CABLE) gum= ut.aoc \ \ nwttafwr i O � ca /12 AWG SOLID COPPER CABLE WITH THW INSULATION, BLACK \ \ (ANODE LEAD WIRE) i \ \ 48 LB. PREPACKAGED MAGNESIUM ANODE SIGN INDICATING BURIED C.P.CABLES -� - 8"o ANODE INSTALLATION .N-IVT T•. SC=LE WATERLINE 014 AWG STRANDED COPPER PERMANENT Cu CABLE WITH HMWPE INSULATION, Cu/CuSO4 REFERENCE ELECTRODE, BLUE 6'FROM WATERLINE AND SAME DEPTH AS PIPE PERMANENT REFERENCE ELECTRODE INSTALLATION •nCT t.. SC-LE IP L O P EZ G A R C I A GROUP CITY OF FORT WORTH,TEXAS RISINGER ROAD-SOUTHSIDE II WATER 201006.00 685OMannattan8oulevard (817)a46180D TRANSMISSION MAIN Suite 30D (817)44(x1113 Fax (CROWLEY RD.TO MCCART AVE.PUMP STATION A GROUND STORAGE TAN() E•HiE IT Fort Worth,Texas 76120 (817)424•%20 Metro wwwJopezgaraWwp.com CATHODIC PROTECTION DETAIL A2-5 COAT EMIRE SPLICE WITH Og0 PER COMPRESSION Y t CONNECTOR, w SC01776L01E ELECTRICAL COAIWG J10 AWG STRANDED COPPER CABLE IN"NMMPE INSULATION,Buff( (ANODE NEADEA CABLE) Two NALF LAPPED AYERS Or MNrT TAPE,SCOTCN 86 /12 AM SOLID COPPER CABLE Two HALF IAPPED uTERS OF 6TIN TW 615LM.A11011,EIAMJI SCOTCT( 7300 RUBBER TAPE (ANoE lFIO wuM) ANODE LEAD TO HEADER CABLE SPLICE -II-'T ij iC=LE 02 AWG/TNNN BOND JUMPER WALL (3 EIL) TNERMRE MELD CONNECTIONS 6 PLACES(TIP)SEE DETAIL nANGE NUT FIANf.E t74LSI1ER -- MANGE BOLTS II v_.�.. TYPICAL FLANGE BOND CONNECTIONS Ilpt T^ i_=LE /2 AWG/n"BOND I JUMPER MIRES(3 EA) TIVWrVE MELD CONNECTONS 6 PLACES(T'P)SEE DETAIL PIPE PIPE NOTE:BOND WIRES SHALL BE PLACED A MINIMUM OF 6'MART. �I BELL&SPIGOT BONDING LOPEZGARCIA GROUP CITY OF FORT WORTH,TEXAS ;F=;` "`,, r M50 Manhattan Boulevard (817)4461800 RISINGER ROAD -SOUTHSIDE II WATER 201008.00 Suit 300 (@17)4461113 Fax TRANSMISSION MAIN S Suit Worth Texas 76120 (8171429.9620 Metro (CROWLEY RD TO MCCART AVE.PUMP STATION 6 GROUND STORAGE TAW E-NIEIT wwwJopM&rciagroup.com CATHODIC PROTECTION DETAIL A2-6 LYTHERM FILLER STRIP 1/8" RADIUS 1/8" RADIUS ;�, PT. "A" pp t T=10 GA. � 1/4// NOTES 1. STEEL BONDING CLIP: MATERIAL SPECIFICATION ----- ASTM A36 (COMMERCIAL QUALITY) CUT LENGTH ------------ 2 1/2' t 1/16' WIDTH------------------ 1 1/4" t 1/16" 2. LYTHERM FILLER STRIP TO BE 1" x 1 1/2" WIDE TO OVERLAP SIDES OF CLIP. s 3. CRIMP JUMPER OVER FILLER AT 'A" TO COMPRESS FILLER CLOSE AT PT. 'A' AS MUCH AS POSSIBLE WITHOUT CUTTING FILLER PAD. 4. BONDING CLIP TO BE INSTALLED ON EXTERIOR OF PIPE. 5. ARRANGE BONDING CUPS ON TOP OF PIPE, 3 INCHES APART. 6. THREE REQUIRED PER JOINT (TYPICAL). BONDING CLIP r r LOPEZGARCIA GROUP __ CITY OF FORT WORTH,TEXAS 6850 Manhattan Boulevard (811)446.1800 RISINGER ROAD- SOUTHSIDE II WATER 201006.00 sLite3ao (811)4461113 Fax TRANSMISSION MAIN (CROWLEY RD.TO MCCART AVE.PUMP STATION 6 GROUND STORAGE TANK) E•HiEiT RT Fort Worth,Texas 76120 (817)429-9620 Metro WNW Jopuprdagroupcom CATHODIC PROTECTION DETAIL A2-7 #12 AWG STRANDED COPPER CABLE WITH THW INSULATION, WHITE, TO TEST STATION NON—SHRINK GROUT PLACED THERMITE BRAZED IN FIELD AFTER CONNECTION CONNECTION HAS BEEN MADE TYP. "L" BRACKET OVER CE OF PIPE PIPE EXTERIOR FACTORY HOLDBACK OR ° CHIP CONCRETE AS '6t v. CEMENT REQUIRED FOR WELDING ° e ° /�--�'A COATING MORTAR d. STEEL CYLINDER/STEEL PIP ° Q °'• ° CEMENT MORTAR v °•° °• ` • : 4.v • , LINING ° v • A' 10 GA. X 1-1/4" WIDE X 2-1/2" LONG BONDING CLIP (3 REQUIRED PER JOINT) ARRANGED 3" APART AND ON TOP OF PIPE "L" BRACKET BONDING 1IC.T T' LOP EZ GA R C I A GROUP CITY OF FORT WORTH,TEXAS 6850 Manhattan Boulevard (817)446.1800 RISINGER ROAD-SOUTHSIDE it WATER 201006.00 Suite 30D (e17)44tt113Fax TRANSMISSION MAIN Fort Wotth Texas 76110 (817)429-9620 Metro (CROWLEY RO.TO MCCART AVE,PUMP STATION 6 GROUND STORAGE TANK) E•HIEIT WWWJopezgarciagroupcom CATHODIC PROTECTION DETAIL A2-8 t" 11 NON-SHRINK GROUT PLACED, 04 IN FIELD AFTER CONNECTION TOP 4 \ HAS BEEN MADE 1/2-t CLEAR PIPE EXTERIOR OF PIPE O.D. _ LU I ° ° a' ° e STEEL CYLINDER/STEEL PIPE Q J W ° e ° e N _ d. ° ° 3/16 CEMENT MORTAR END VIEW LINING M NOTE: TYPICALLY TWO REQUIRED PER JOINT �'! "L" BRACKET LOP C Z G A R C I A GROUP CITY OF FORT WORTH,TEXAS cr T 6850 Manhattan kulevard (817)446-1800 RISINGER ROAD-SOUTHSIDE II WATER 201006.00 Suite 300 (817)44G1113Fax TRANSMISSION MAIN Fort Worth Texas 76120 (817)429-9620 Metro (CROWLEY RD.TO MCCART AVE.PUMP STATION a G°..UND STORAGE TANK) E• IFI wwwJopezgarcfagroupcorn CATHODIC PROTECTION DETAIL A2-9 REMWE PIPELINE COATING, FxE PIPE TO 8ROIT METAL AND DRY ANY MOISTURE WITH A TOWEL. 3" TO 4" GENERAL PROCEDURE 1. WHEN USING NO. 10 TO NO. 14 AWG SOLID OR STRANDED WIRE, R WILL BE NECESSARY TO INSTALL A COPPER SLEEVE OF ADEQUATE SIZE STEP 1 OVER THE BARE END OF THE WIRE AND CRIMP IN PLACE BEFORE ATTEMPTING TO MAKE THE CONNECTION. THE WIRE SHOULD PROTRUDE AT LEAST 1/8' FROM THE END OF THE SLEEVE. 2. INSERT THE CONDUCTOR INTO THE MOLD NOTING ANY SPECIAL INFORMATION UNDER 'POSITIONING' FOR APPLICATION TYPE IN THE MANUFACTURERS INSTRUCTIONS PACKAGED WITH THE WELDER. JEWAY WELDER FIRMLY 3. INSERT STEEL DISK IN BOTTOM OF CAVITY INSIDE MOLD. POUR THE �CONNECTION WELD METAL INTO MOLD BEING CAREFUL NOT TO UPSET THE STEEL SPARK GUN DISK. SQUEEZE THE BOTTOM OF THE TUBE TO LOOSEN ALL THE FROM OPERATOR STARTING POWDER AND SPREAD IT EVENLY OVER THE WELD METAL PLACE A SMALL AMOUNT OF STARTING POWDER ON THE TOP EDGE OF THE MOLD UNDER THE COVER OPENING FOR EASY IGNITION. 4. CLOSE COVER AND IGNITE WITH THE FLINT GUN. MOVE THE FLINT GUN AWAY QUICKLY TO PREVENT FOULING. IF FLINT GUN SHOULD BECOME STEP 3 FOULED, SOAK IT IN HOUSEHOLD AMMONIA. 5. AFTER IGNITION HOLD THE WELDER IN PLACE FOR A MOMENT TO ALLOW THE WELD TO SOLIDIFY. AFTER THE WELD HAS COOLED, REMOVE THE SLAG WITH A CHIPPING HAMMER OR WIRE BRUSH. 6. COAT CONNECTION AND THE ENTIRE PREPARED SURFACE. 7. CLEAN THE COVER EVERY 6 TO 10 WELDS. 8. WET OR DAMP MOLDS WILL PRODUCE POROUS WELDS. MOLDS MUST BE DRIED OUT BEFORE ATTEMPTING TO WELD. COAT CONNECTION WITH 9. CONNECTIONS ARE TO BE PLACED A MINIMUM OF 3' APART. BITUMINOUS COwPauNO J UNSUCCESSFUL WELDS ARE TO BE ABANDONED AND MOVED TO ANOTHER PREPARED SURFACE NOT LESS THAN 3' AWAY. STEP S REMOVE SLAG rWITH KAMMER STEP 4 STRIP INSULATION FROM WINE(SEE NOTE NO. 1) HANDLE STEP GRAPHITE MOLD fSTARTING POWDER WED METAL I METAL D19C COPPER WiiE PIPE SURFACE INSERT x THERMITE WELD CONNECTION L O P EZ G A R C I A GROUP _ _ CITY OF FORT WORTH,TEXAS LOPEZ RISINGER ROAD-SOUTHSIDE II WATER GAPC 1A 6850 Manhattan Boulevard (817)44&1800 TRANSMISSION MAIN zoloos.00 Suite 300 (817)44&1113 Fax ICROWLEY RD.TO MCCART AVE.PUMP STATION&GROUND STORAGE TANK) E-HIE iT Fort Worth,Texas 76120 (817)429.9620 Metro --- - wwwjopezgarciagroup.com CATHODIC PROTECTION DETAIL A2-10 WATER Mi m " 1 } T 1 .96"MAX 14317hd/1 Cove Gcp/✓. S/o�-�cbrd, Finished 2 •6. e rl CITY WATER DEPARTMENT FORT WORTH, TEXAS 11vrz-RSECT/ON CROSSING ,F/GUREA 3 f i �`" Rev. 9-/2-9p �� I IL. RIGHT-OF-WAY ---�`� -- 12 4' 5 r Roadway ` _T6 forCIass A Meter Bo x 4, Meter Box 1'2forClass'BMeter Box / {�—As show n on plans y Corp Cock}8 I Walk Service Coupling + + Storm Gas Line ° Sewer I Copper Service Line Water I pP Main ` ,'Sanitary Sewer NOTE: 1. On Initial Installation: No More Than One Splice Per Copper Service Line Will Be Allowed With No Splice under Pavement. 2. Service Line Installations Shall Include A Class "A" Or Class "B" Meter Box As Applicable For The Size Service Intended. 3. If Meter Box Is Not Installed At The Time Of 'Service Connection] A Strip Of Blue Vinyl Tape At Least 3" Wide And 10 MIL Thick Shall Be Fastened To The End Of The Service And Extended Through The Backfill At The Meter Box Location. UTILITIES SERVICE DETAIL 1-1-713 FIGURE I E2-17 Construction i 5-O" MIN. O "L 4, 0 0 MATERIAL LIST .. 3/4" or 1" as applicable - Standard corporation Stop QO - Standard Curb Stop E 90° Elbow. ©- Meter Box and Meter to be installed by Other (t] - Service Line Blue Vinyl Tape, 3" wide, 6" above ground EF - Area to be backfilled with sand 3/411 & I'I WATER SERVICE DETAIL F I G U R El•. 2 EI-17 Material 1-1-; '� E2-17 Constr- "nn 4 Paring Or other Surface Material .� :�., . .••. .. _ :,-• ,. :�.*:off... :•-., .p..O, .�.:.. . � � . ;Q�; • L T _1,.a Roadway Base—/ l I � If Valve Operating -Nut is More Than 3' Below Pave- ` r ment Surface - Provide Extension Stem To 1 ' Below l McKinley Iron and Steel Co. , Pavement Surface. No. YB5 three piece valve box _. or equal . Detail Pertains to All Gate Valve Gate Valve Sizes 4" Thru 12" - -. Torque bolts prior �-� I to backf i 11 . 41 Lie Lie LIV L Main 1 i TYPICAL GATE V LVE AND BOX, EXTENSION STEM DETAIL FIGURE 3 E 1-I0Material 1-1-78 E 2-10 Construct ion ew cillksic. TABLE CATE VALVE t.- V VALVE 11"': ;1 "It, Z*:6„5 e,••.•' t,1 2:•• Ir.2%•20., to- Z* 8• 11• 11- 26. 1 64 3/t, 1*1 6r, 8**i4r,jc,* is- ir* Or, Or, ja sit- r w-is--is•• ir• m.- w- % Or, go OW w. yz•• W is- Ir- 1z ]A- is- r 107 3/6- S.- 78.•241 IQ-34'W,-Z** 11 5/1 z 26*- z"A*,-a C 1 1w PI 34" 1-­ r'15" 1462 1/2- 113Z"1&1 12"66"%G` to pe-6-OrIS Off bead m Aaar;CaIn garli"TOO— -4"19- -0- Dr-9 10. 161197. 1.1.41 3-1.59, revised 6.11.70. le taro alrf dimon.iem. are based " t4t-l"-11- 10, "it, 10 old 21. gave 'al.. @,w.sia•s .,• 242.4 0* Nis- SZ-11159, dated 12-17-70. CONCRETE TOP VIEW. LESS MANHOLE COVER AND RIM INSTALLATION `0 Me • SEE NOTE 3 z E NOTE ♦ NO. 5 CARS, 02' (TYP.) JEE NOTE 1--\ 5 &A AS, is- me 1 24•-60• Fort wort- steward ))4 Its. ms-I C&• I-Coveit rr AMS, Ve .egad the Id"%&ftV'cast ;- I-Irch !0940". yp) .0. • S L 2. Val" aIIIIIt i#•",Is 1.411 be *,.Call *;.forces 1,11141. ime of The t"fas 0-6 frame 2,cove it •000" 1 C. CIOI P' (Typ.) 1.9 the of A.S.T.A. C-76. Class a,oral, .211.4 4—•11 abastit ".1. 00' L " sa he "First rtme ea as sCifiod M11\ c igh 6"c/c as,14 iw ­31[ir NOTI! 2 j 3 of :" ;4ocral c wtrag& 3o .ts 50"iliC.tiMS. ;I SEE NOTE 6 3. ^awhoje usI %IIx. at atw-STIP -100-2. of 11.4.1. -om •0all far;.r•"it.01,p@S -a largur. T or •000" AcilliF. coetc. he snal I Tic i..I.Liew 2.COVER — '1,J(TYP.) No. 4 9 AAA.6'41 at ic,II,�d car* st;;; CL 3 EAA1 112"6,%, core* :r* I'" at. ."of sate as $-chat. Cop rat i� OwIId"ris %ta, %;ass WIT be I" few Fla T 13 M` 7- 30": d*=tgfl as go, F Sh"d—1101, All ;as. Be, ;.." . , &I Occivest'CrYA) lot. U. %. I be or"100 II 12 24 111(TOP ald C-10 14"9. c.to too$ %I be Typ a or ►ipel .1 ..•40.80- 12-sart— the raw mag- rm Face of.&I K-t:—to".•j 11<1 I,y TO I SLOPE • .-T-- z S pal'-st..ft qc.sxi�0.4. of %wolled by t4I ;.Is IIII iorco... Fort worth, 6. tre%Ic k. —tat W 06 IAWAIDLJWEJWJP MO. • •AAW W See eIOTM -P.iq 7•p WAYS 14 9300" COINCIOCM SECTION A—A VAULT DETAIL FOR 16" AND LARGER GATE VALVE 186 1-1-78. FIGURE 4 E ;:i• CONSTRUCTION 6" Lead from Mains. 12" and Larger to Have Gate Valve Existing or Propased'Curb j Bottom Rest +•• I F Concrete _ Blocking o.'•• r' Concrete + .a Blocking ;o. L _.J Fire Hydrant Main :J. a Exercise care to avoid a : Plugging Drain Hole With � Concrete Existing or Proposed Curb Fir- Hydrant to Pavement or Other Sur;ace be Set Plumb - Trench 21-611 Base ` Pa r kwa'y _ Extension Barrel and Stem for Extra Bury Depth if Necessary Gate Valve Minimum j C.F. Grave' 6" Fire Hydrant Proportionally - ►nchor i ng Coup- Lead Around Base inc for Connec- .ion off of Con- Ma n + T . :rete Pipe 12" d°•. �- ►iametzr and "O ' Concrete Blockin; .arger I :d; �� r. - Ccncrete Rest 12" x 12" x o" Bury Depth; Q V-6" for Cast Iron Pipe Varies 2) 51 -(Y' for A-C Pipe Ref. Figure 6 STA DARD FIRE HYD RANT DETAIL r. r �► 10 c E1-12 Mat Butt and Electric Tack Weld One End. Tack Weld 4-1" Square Struts Max. 2" Long To Other End Cast Iron Closure Ring 2" Max. Gap I _ I Cast Iron Main Cast Iron Short Pattern Sleeve N0TEE Remove Weld Slag And Finish In Accordance With AWWA Specification C203 Prior To ' Installation Of Cast Iron Sleeve 1 Provide Struts On Mains Up Through 12" Only If Gap Exceeds 'Y": C. I . Closure Ring Is Not Required On Mains Up Through 12". Construct As Detailed On Mains Larger Than 12". CAST IRON CLOSURE RING FIGURE 7 V-7 Material 1-1-78 FZ-7 Construction { Water Main , t - Tee with Branch on 0.00° Grade Water Main over or � under as the case • Gate Valve I may be Ring Connect ion Lead Sleeve ` 90° Bend I ( Tee, Rotate Rotate Down �up or down or up as I as necessary necessary Provide Vertical Tie Down Block As Same size as smaller i Necessary main ff PLAN Tee Water Main i 900 Bend rotate as necessary Sleeve ( ` Ring Connection Lead \ / Tee rotate as necessary Provide tie down block as necessv SECTION 1 ary TYPICAL RING ONNECTION FIGURE S E2-25 Construction 1-1-78 NOTE: Bearing Areas shown are based on 150 P. S. I . G test pressure and 3000 P.S. F. soil bearing value. y e O O`� JO' 6 , Plug o P ..•._ O, 6 cos Tee 1500 Concrete : d �°' O��°s ••• -.Zit• '� t '�• .,• •1pr�•�•. er •�?':; -t:.� x Bend "Ell 1500; Concrete I I I HORIZONTAL BLOCKING TABLE *Dimension "X" May Vary If Necessary To Provide Bearing Against Undisturbed Trench Wall Pipe X- 110 - 15' I 220 - 310' 450 90' I Tee Plug Size Dim. � �n• �xJ in. Max. lMin. Max: Min. Max. Min. Max Ft. "A" A t 1 Ilq'1 Area 11C11 Area VO1 " i' Aroma V 1 .1 "F" r a Vol 14 I 1 .90 .8d .o5! .95 I .90 .051 .95 .901 -051 .91 I .821. .05 1 . 16 .5 .05 6" 1 1 . 5 1 .90 .8c� .051 .11 .90 .o 1 .o r 11 . 101 .051 1 . 31 1 .991 .051 t . l 1 .411 .05 Tr 8" j 1 . 5 .90 .801 .0;1 .95 1 .90 1 .051 1 .41 12.001 .OS 1 .861 3.471 .1 1 .57 2.4 . 1 lo" I . 5 1 .90 1 .801 -5; 1 .2611 .601 .051 1 .79 13.201 . 1 1 2. 1815.62 .2 1 .99 3.9 . 15 12" 1 . 5 1 1 . 10 1 1 .201 .0S 1 .4812. 301 . 1 1 2 . 1414.50 .2 1 2.8 1$•o0 .3 2.3815.65 .2 16" 1 2 1 1 .41 1 2.0 . i 1 2.00 14.00 . 1 1 2.83 18.00 1 .4 1 3.75 A. 101 .65 3. 161 10.0 2011 1 2 1 .77 3. l o .2 1 2.54 6..20 .3 1 3. 52 112.40 .6 4.70�2 .00 t . t 3.9415.55 •75 rp 24" 1 2 2. 14 14-501 .25 .00 .00 4.25 18.10 5� 5.65�?Z.oO 1 .85 4.76 .6 1.05 30" 1 2. 5 2.66 17. 101 -551 3.78 !1+-20 11 .D 1 5. 30 12&Z 0 1 .75 7 .05 i4aS" 3.4 5.91 61' 2. 5 1 3. 33 110-001 .75 4.50 10.4011 .4 1 6. 36 0.80 2.65 8.50172no1 5. 1 1 7.20 1 .0 2.95 1 421' 1 1 1 .72 113.8011 .2 S 1 7 ,L,1 4 c 67. 7 a 1 8.30 E9.0 4.75 48" 3 4. 38 18. 011.6 6.00 OO 2 . 1 8 .48 7.fl0 .4 1 1 . 14 I12r.~al 10.4 0 .0 6.1 c 54"' 4.0 4.00 2.5C14.001 6.7014soo 7.00 9.4o 188.00Mo.00l 13.00h62odt6.od 10.7 115DDItz.oC NOTES: Minimum areas shown are in square feet. Volumes shown are in cubic yards. Vertical di-rensions of all block bearing areas shall be Identical to the horizontal dimension shown. r HORIZONTAL BLOCKING DETAIL E-1- 20 Material 1-1 -7� FIGURE 9 E-2-2o Construction / NOTE : Trench width: to o� 1 . Pipe 24'' i .d. and smaller = 24" or Q o.d. + 12'' whichever is greater. o' 2• Pipe larger than 24" = o.d, of Pipe ' \\ F Cradle shall extend a min, of 61' d(--' each side of pipe. 9 Concreee�"�'~ >\ Bell Bell Bend �` ;°'y :l# ;;;,: :b�oy �:" f�®11. •�f:• t •~� as Type. RUBBER GASKET JOINT M.J. - M. J. Bend Main a a •r C. .9 ;=�'t ?,�;fr'••�'��_;,, 1500ju Concrete Typ• MECHANICAL J0INT Main o Bell-Sell o Bend \��. AZ 1$00" Concrete •:'.;; ;."'.r'" '';'`- ,.�• nr 21-011 Typ. _ �- Keep a min. of 1 '-0" BELL AND SPIGOT JOINT Note: When cradle i•s clearance between shown or specified conc. and. joints or for installation bo i is on -C. 1 . Pipe. on concrete pipe or in excess of P-0" the full as detailed. joint CRADLE DETAIL length of the pipe E or fitting shail � cradled. FIGURE 10 g_ E 1-20 Materials r 7_7n fnnerr,u-t inn Class B" 500#) Concrete - " 2 � I A ! I ##4 Steel Bar Keep concrete clear of .`r pipe joints and bolts N. Wrap pipe with 15# roofing fel t r Form as necessary '0� BENDS 900 450 221/2° 11 1/4' *Vol. Req 'd. C.F. 39. 99 21 .64 11 .03 5.54 A Ft. 2.50 1 .42 1 .0 0.75 6 B Ft. 4.0 3.88 3.36 2.75 -- C ` Ft. 4.0 3.88 . 3.36 2.75 C *Vol . Req 'd. C.F. 71 .09 38.47 19.61 9.85 A Ft. 2.83 1 .67 1 .5 1 .0 8 B Ft. 5.0 4.8 3.66 3.2 o C Ft. 5.0 4.8 3.66 3.2 *Vol . Req'd. C.F. 111 .07 60.11 30.65 15.40 A Ft. 3.25 1 .92 1 .75 1 .5 E 10 B Ft. 5.9 5.6 4.25 3.25 o C Ft. 5. 9 5.6 4.25 3.15 Z *Vol . Req'd. C.F. 159.94 86.56 44.13 22.17 a A Ft. 4. 17 2.42 1 .42 1.25 a 12 B Ft. 6.2 6.0 5.54 4.2 C Ft. 6.2 6.0 5.54 4.2 *Volume calculated on the basis of concrete reactina thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu. ft. of concrete. EXAMPLE A VERTICAL TIE - DOWN BLOCK DETAIL $ FIGURE I I E1-20 material , _, _ 7 E2-20 Construction fl NOTE = Quantities will be specified `, I on plans or directed by Engi- neer. Grout over exposed ., steel straps , • ''i' #4 Bar Steel Straps IIn variable quantity depending on thrust. Keep concrete clear of pipe joints and bolts I Form as INecessary 2500= concrete 4 bars both ways /"4 6" c/c ,! X% — (A a EXAMPLE B VERTICAL TIE -DOWN BLOCK _ FIGURE 12 E1-20 Material 1-78 c9-in Cnnstruction C� #4 Steel Bar Straps in Keep Concrete variable quantity depend- Clear of Pipe ing on thrust. Joints and - Bolts Provide Forming as ® Necessary 2500" Concrete / A. Bars Both Ways 6" c/c NOTE Quantities will be specified on detail - plans or directed by the Engineer EXAMPLE C VERTICAL TIE - DOWN BLOCK FIGURE 13 1-1-78 E 1-20 '-lateri al E 2.20 Construction 41-01 2 '-0" 2 '-0" - Form And Fill Void Wi th 2,500.9 Conc rete Casing Pipe h � I w Carrier Pipe ic1 Steel Solt 2" I .P. Plug on (L of Carrier Pipe _ 18" Blind Flange Gasket A. S.A. Class 125# Bronze Nut Manhole Ring and Cover inley Iron & Steel Co. PLAN A24AM with "Water" Brick To Surface Two � t in Lid, or equa 1 �. Or More Courses or precast Mortar concrete grade rings 2500 V Concrete :`" ^'.' ' — 811 1. H. Bars "T" 9" c/c ,; ''•' Necessary Lengths Of 48" 2"-0" 2 '-0" Reinforced Concrete Pi s. Manhole Steps At A. S.T.M. C 76) Class I1 �.i/c Staggered 12" " Or Equal To Be Set On Vault Walls. Seal Joints t. No. °O, or equal 18" Blind With Concrete. 3ars rte'► 12" c/c Flange See 3ars ;4 a 9" c/c Detail Wrap Pipe With Premold 3ars #4 18" c/c • 3ars # Material ^ 12" c/c - pipe with Prem 5?' Casing Pipe rial I ' ier Pipe r Dowel s C,' 18" c/c � s 8" Thick Eloor Slab Around Except In )f Pipe 4 Bars i 8" Both Ways 25001" Concrete Concrete Rest SECTION ACCESS MANHOLE DETAIL -� �8 Construction FIGURE 14 E 2-20 M a t e r i al E 1-20 1 O ILL -7--1 L 36111 MIN. •moo ,• 1 1 O 3 O1 1" air release valve, 2 ea. close nipples, 2 ea. 12" length copper or brass risers, 2 ea. gate valves, and 1 ea. tee. O2 L 14" x 14" x z" x 96" with 1 ea. 3/811 dia. U-clamp. Each end of angle to be bolted to floor slab with " 4 lag bolts. Angie to be treated with 2 coats of red lead primer prior to installation. �3 Water main with threaded insulator tap. Refer to Figures 16 and 17 for vault materials and dimensions. ! " AIR RELEASE VALVE DETAIL 1 1-11 MATERIALS 1-1-78 FIGURE 15 E 2_11 CONSTRUCT ION O Undisturbed �° 6 , Trench wall o a j•`-A , _,k-s_s •--- ----- � O O O D/2 ® REF: E 1-12 16" TYP. 6" MiN. O 2` O 12" MIN. 24" TYP. - NOTE: 24"X40" Shallow 6" MIN. Manhole type to be used if total depth less than 4 feet, McKinley iron Works NO. PM 2040 or lVarlable equal . Dlsmeter _ I MATERIALS 1 24" Std. Manhole cover equal to Standard Embedment McKinley I .W. No. A24AM;with "Water" cast in ltd. SECTION A-A Combination air S vac. Mortar, Ref. E 1-20 shape release valve, close to slab edge. Polyurethane cushion pad as nipples, tee, 2 ea.. OGrade adjustment, 8" in supplied by Tejas Plastics Gate Valves. Nipples St. R.O.W. or under Pvmt. Materials, Supply Co., Ft. to conform to E 1-9.4. ®Top b bottom slabs, Class Worth, Texas, or equal . Manhole steps equal to "F" (4000#) concrete w/#6 Q' Water main with flange PERMA-STEP #100-2, St. bars spaced 6" c/c access as applicable. Utility Prod. Inc., - each way. Steel bar cover Q7 Exhaust piping, fitted with San Antonio, Texas 2}'�t+" from bottom of each Dresser coupling, when slab. required. Pipe gap in (See Figure 17 for Coupling shall be min. D/2. Dimensions) - 2 a 3 " COMBINATION AIR AND VACUUM RELEASE VALVE DETAIL E )-I' MATFR IALS• _•,� FIGURE 16 ;E 2-;1 1 CONSTRUCTION �. o 12" TYP. rl f' `xii`,i? 't_� . I (48" R.0 L.P. Risers) :.; ;::•, r �' REF: E 1-12 ('" I -r X•. '�. aa 811_ •j V.r' C •• •� �tt).� 8'1 ► . ,• a +�7, r',fit•y~t• 1 (Continued from Fig. 16) No. 6 Bars SECTION B-B 6" c/c DIMENSIONS O1 When exhaust piping is required, min. dim. shall be length of vault riser tongue plus 1". 0 When exhaust piping is not required, min. dim. shall be length of vault riser tongue plus l", (Approx. 5") 03 2" fittings, using close nipples, min. dim. shall be 1 ' 8-3/1611; 3" fittings, using close nipples, min. dim. shall be 2' 7/8". MIN. DIM. 4O Nominal Installation on Installation on C/L Pipe Size Blind Flange To Surface of Pipe Collar 2" * 1/2" 7-1/16" 3" /8" SYk 7-5/811 * Min. dim. based on recommended installation of close nipple. Min. dim. based on recommended installation of close nipple on fianoed outlet with insulated flange to thread kit . !�5 Off-set to be 6" from C/L opposite manhole step location when installation is required on blind flange of access outlet. Other installations shall be on top CA of main. 2 � a 3 COMBINATION AIR AND VACUUM RELEASE VALVE DETAIL ,_,_ FIGURE 17 E 2-11 0NETRVCT,VN ir Grade Ringsut in � � I rl I See Figure 3 2 2 Mortar Refs E 1-12 .;e.•. *;. Provide MJ Tee e:,• .°°. g..+.:f .o .t y:o: ::;�,•;•. :.; °-6.V0'4% for C. I . pipe or . •. .t•o_'o: ,:=•._:-:.b: .�. ,� • +,r . • :,.. -- M.) bell outlet 'I1 for conc. i I ••�o: .i, e'•'' `� I pipe U� �°• . °� � ;� i°� � with anchor coup- —�- �i ling in each case O :b �'• 111 '�•• ��� ® 0 Min. 2500# concrete Ref: E 2-•1-2 11� ': ;., d support Slope as •� Min. shown F Ledge 1 111 '�z°=+�"a o• •• ° '•' —r ' '•. "' ---t- e I o I� 1\� •' b Q. �Q�• •'+�� 601 1 2" MJ Gate Valve ® .� 12„ 16" Die. 6" Min. O1 Seal pipe to wall hole cut-out with non-shrink mortar equal to 1 part Alcrete, 1 part cement, 6 parts sand. 2 Details of construction shall conform to Figure 103 3 Class "F" 4000# concrete with No. 6 steel bars spaced 6" c/c each way. Steel bar cover to be 2" min... 3" max. from bottom of top slab and from top of floor slab. STANDARD BLOW - OFF INTO 4 ' DIAMETER SUMP MANHOLE DETAIL Ir FIGURE 18 E 1-20 Material 1-1_ E 2-20 Construction r i Stree: Surface 71,7 7-17,777 Concrete or " Crushed Stone Base ?ACKFILL : Compacted For Permanent Paving Mechanically or jetted r gee Special Documents Minimum Depth After :o Compaction Granular Embedment To Be Jetted or Tamped 11A11 111 . D. " "A11 Crushed Limestone Bedding ,.. . For Water Mains 16" Dia. �D and Larger and San. Sewer L "W" I lines (See El-3;E2-3) APPROA 1 I Pipe Siz Ditc.h Widtli Ditch Widt Ditch Width Ditch Wall "'d" "W" "W" Clearance "I . 0. " C. ! . Pi De Pretens i one PrestresseL "A" 2"11 2 '-011 - - 411 ; 1_Cr1 11 ; 1_�11 ( 8.611 81 1 '71-011 1011 1 2 '-011 - - 6.5" 12" _711 _ _ 611 1611 , 1_`11 21_11 _ 611 2011 1_1011 31-011 _ 611 2411 1_^11 31 -411 b.- 11�� _ 011 I - - µ' -611 ('" 3611 I - - 5 1 -011 C 11 421' _ _ 51_711 J1! 4811 - - 61 -211 9" Note: Granular embedment is to be included in the price bid Per linear foot of pipe. TYPICAL EMBEDMENT. DETAIL 1-1-78 FIGURE 19 E 1_2 Material Existing surface 'gackfill as specified m ail • •• r• is , lis �:�,, ,(?jfi;�7� r�•�. •.• fib.: 1� 6" min. dimension. 6" max. for pay purposes when bid per cubic yard. O611 min. dimension. Max. for pay purposes shall be 611 on main 24" and smaller, 911 on mains 30" and larger, when bid per cubic yard. Q411 min. dimension. 41' max. for pay purposes _ when bid per cubic yard. 4O Class 11E" 1500# concrete . Concrete encasement shall stop 1 ' either side of joint , and when - encasing concrete pressure pipe, full lengths of pipe shall be encased, joints excluded. �. CONCRETE ENCASEMENT DETAIL ` - 1-1-78 FIGURE 2 0 E 1-7 Material - 1 2-7 Construction Existing Surface 1 O 1 1 Existing Sewer Line 1 (D I 1 - _ 1 ' I Proposed Water Main 0 Variable trench width. Pipe length shall be measured as standard trench width, (Ref. E 2-2. 16), plus four feet. (4') . Mo joints will be allowed within this dimension. A minimum bearing of 24" shall be required on each side of the trench. O2 Sewer lines less than twelve inches (1211) in diameter shall be replaced with Class 150 cast iron pipe or supported and encased by a reinforced concrete beam per Fiqu're 24. Sewer, service lines shall be replaced with extra strength cast iron soil pipe. Q3 T%* joining of cast iron pipe to clay or concrete pipe shall be made with 4000# concrete collars per Fieure 112, or with approved adaptors. The entire area excavated to accomplish the replacement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Modified Density. OThe minimum clearance of sewer to water lines shall be six inches (6") . SANITARY SEWER PIPE y REPLACEMENT DETAIL -�-�8 FIGURE 23 E 2 -2 Construction Existing surface No. 4 Bars, O Existing sewer line each way A 4-, 11 TYp•� �3" Typ. 3 Typ. #6 gauge welded -- - '-- ;- 6,° I :��4''*: " '•�; __— _ Q wire mesh, length -- ---:ie -�,�, - of encasement '• ` minus 3" I " Typ. 6 Outside diameter of bell 6,, Min. L. , Ii" TYp•T,__A F•-11 c/c Typ. I 12? c/c Typ. Proposed Water Main • Section 11A"-"A" A f--� 0 Variable trench width. Class "B" 2500# reinforced concrete support beam and encasement length shall be measured as the standard trench width, (Ref. E 2-2.16), plus four feet (4'). A minimum bearing of 24" on undisturbed earth shall be required on each side of the trench. Q2 Class "B" 25no# reinforced concrete shall be used Ice construction of a support beam and encasement for sewer Iines twelve Inches (12") diameter and larger. Sewer lines less than twelve Inches (1211) diame:ter, with exception of sewer service Iines, shall Le replaced by Class 150 cast iron or supported by aforementloned concrete encasement, per Note 2, Figure 23. The entire area excavated to accomplish the construction of concrete support beam and encasement shall be completely backfHied with crushed limestone and thoroughly compacted to 90% Proctor Modified Density. SANITARY SEWER PIPE TRENCH CROSSING DETAIL FIGURE 24 .1E 1-20 Materials E 2-20 Construction } 2" X 3/4" Bushing 2" Gate Valve 3/4" Sampling Tap PII 2" Short Nipple c x 2" Tee _ After Sterilization Remove Piping o c and Install Plug ' N 111 N— Backfill 2" Coup] ing„to be plugged w/2 C. I . Plug after sampling •_ .. � ;i� .tip r •V: — i NOTE: Chlorination blowoff 1�” and Larger .Water Line r l�. and sample point for . �' deadend water piping. n !I#'. P P 9 } Contractor is to : . 1� ;:'� •i furnish all labor and materials Material will be removed and Embedment _ .. Plug after Sampling retained by the Con- - tractor after satis- factory ,samples have - been obtained. ,.Backf i l l l.. Concrete Blocking, per Fig. 9. " a -r Water the A 3 and SmaT'le _ •• _ � Embedment STANDARD DETAIL • END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT FIGURE 27 Ir n nl. ^- --�-••^r inn Cnar• NOTES: U1 6" blind flange tapped 2" with 2" brass plug. �2 125# pattern blind flange drilled and tap ed for 6" bl ind flange. 6" bl ind flange att ched with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-4. Lifting lugs shall be provided in quantities 4 sufficient to loft and handle the flange s a balanced load. Attach the 125# pattern blind flange with steel 3 bolts and bronze nuts then cover with , cement grout after installation. 2 ® 125# pattern flange, unless required othe wise. i Flanges and bl ind flanges to be designed -to withstand pressure rating of pipe. © Wye branch to be one size larger than, but tapered to standard run normal diameter unless otherwise specified. QStandard run` diameter. 5 6 r 7 45° 1 STANDARD CLEANING WYE DETAIL Material Spec ifi cat io, E 1-4 Construct io-i Specif icatio-- E 2-4 FIGURE 28 1-1 -,a 1 When a fire hydrant is located at end of Mains 6" and 8" in diameter, wye may be omitted Contractor will make a reasonable effort to prevent back-flow of purged water (See E2-24) EXTEND PIPE RISER ABOVE GROUND LEVEL 'Polly-Pig" CAP AFTER DITCH HAS BEEN DEWATERED J 1 . ' Install MJ Wye at terminal end of main 2. Closure on A-C pipe will require "Fling-Tight" to plain end adapter in addition to MJ Wye 3. Block Wye s tre i ght run end plug A. After cleaning with "Polly-Pig" install branch end plug. CLEANING WYE DETAIL FOR NON - LOOPED SYSTEM 12" AND UNDER FIGURE 29 El-7 Material 1-1-78 E2-7 Construction i t 5 1� 5 r ai 5 .Y. f 1 tY t � � 1"�,�• 1 t� 5 " 1{��e�� yS,'.,``y'1,511 tit�ey�� :•N � ."�"�f ��h�9'�Y ��9 r�M ti t,,s {�Xir �`j � :�4s �i. .. •1�.�fw��M�;tr.. /�Tr{7) � p••'ZJR. .�`�q HU {{({({(yyy��J��•`K'J•'({5,�.��p{ ���" 1, Ii�t��.�Yq �'t 1�.1�Y ' � �T-.�� i'� _ P psi` _i �+i.� � t r ti ��1r ♦.. �rrl�ertlF=7^•; r 1 ON' . Questions bit 11�f hl oet Fat A -0900:(Veelcdu :jib 04il', Y-0, 1 Z ' 7 , 1 A(le 1YR0i• oh 66-110 -�•ailt�r���iCi6 �cal1 ��i•,��p�r�r=;If rj r 4�v�T i� i r nJ • "'•t'. E '� �. ilk 1 .Yt .j.I�t tl IJ�� !/1!r if ['h IK /' l r r 3/4" LETTERING (RECESSED FLUSH) DU OT Kil WATER �— - ocl Q- 9 _ METER 13/16' 3m o [21mm FORT Woarn d — WAN UMM4 23 3/8' [594mm 14 7/16' 2 3/4' 7/16' 2 1/4' [367mm]� [70mm]— "I [lomm] [58mm] 3/8' CITY OF FORT WORTH COVER SECTION COVER SECTION [tomm] WATER DEPARTMENT 1000 THROCKMORTON ST t6 3/4' 26' FORT WORTH, TX 76102 16 35 Mj—' 1860mm 817-871-8240 2 7/16- FAX: 817-871-8195 4 13/16 1[378 m] [62mm] [603m CLASS 'A' 12 13/16" 15 5/8' I 21 3/4 STANDARD PLASTIC [326m ml— [39emm] [553mm METER BOX WITH CAST IRON LID FOR 3/4` do 1` METERS 27 S/IB'� I �2- 7 --i_31 3/18 SCALE A5 SHOWN [792mm] EllZZ ------- ---------- D /u. a s/1r ' a 1/r 1F 1,1/rE'[412-1 1-1 137-1- EM .S/1r 11Wmm1 PLAN VIEW COVER SECTION BOX SECTION as 1/u• (713-1 0 1e11i• a 1e/1r I 13L—) f3XII1 s lust COVER SECTION A EE A RMEWR FORT 1000 THROCKMORTON ST n 1ri• FORT WORTH, TX 76102 817-871-8240 s ur FAX: 817-871-8195 [7—) 1 1a/1r CUSS 'B [�7n.n1 STANDARD PLASTW METER BOX WITH CAST IRON LID FOR 1-1/2- do 2" METERS :.1/r (w7�1 BOX SECTION SCALE AS SHOWN Y Ix O 3 = I Ll F 1 W W O O [19mm 0_ 1"' WW [142mm] S J/B" 1 [560m ] � 5 PLAN VIEW I 3/4" F COVER SECTION (RECESSED FLUSH) 14 1/6' [J5Bmm]�' BOX SECTION 22 5/B' [575mm 1 13/18. CITY OF FORT WORTH [46mm] WATER DEPARTMENT COVER SECTION 1000 THROCKMORTON ST FORT WORTH, TX 76102 COVER SECTION 19 13/18 817-871-8240 2 9/16' (503mm] FAX: 817-871-8195 [65mm] 7/16' I 3/E- 1 13/18' [tlmm IIMI [tam] [46mm] CLASS 'C' STANDARD PLASTIC re a=E±=r:7ij METER BOX 24 JL 3/6' WITH (6 17 6/16' [10f111] [61 CAST IRON LID BOX SECTION FOR 2-3/4" METERS SCALE AS SHOWN 1 _ 6 1 4 STD, WATER AND SEWER SERVICE° LC]CATIQNS ,; ,,. P/L (FIGURE 2A) 3 i P/L P/L P/L HOUSE ( HOUSE I HL7USE' �' C.O. C.O. _ ------1 L--_---- ----J 1------- -----� -- -- - 6••°MIN. S S S 2 TYP t STREET w TlEil7i TYPE -C- LL SEE SPEC.BA E11CKFI-2.4 MINIMUM 6" INITIAL G.C.D. BACKFILL COVER SAND MATERIAL FILL BEDMENT C,EM INITIAL BACK SEE SPEC. E11-2.3 G.C.D. Ll MINIMUM 6 EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12" TEE YPE SPEC'C' BACKFILL S . E11-2.4 MINIMUM INITIAL BACKFILL COVE R: II— G.C.D. F_ WATER - 6" SEWER - 12* CRUSHED STONE OR SAND STORM DRAIN 12* MATVUAL INITIAL BACKFILL L SEE SPEC. El-2.4(b) OR CL E11-23 G.C.D. MINIMUM EMBEDMENT CRUSHED STONE Faf_11=f I atriff E' ' II=I 1-1 SEE SPEC. E11-23 WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES v LL c MATERIAL SPECIFICATIONS < a SAND GRADATION LL 9LESS THAN 10% PASSING c 0200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS v •P.I. - 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE E11-24(b) AND E11-2.3 OF THE G.C.D. AND SM. SPEC. ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET & STORM DRAIN CONSTRUCTION. ALL OTHER PROVISIONS OF THESE ITEMS SHALL APPLY. CRUSHED STONE GRADATION c SIEVE SIZE X RETAINED 1. 0-10 1/2' 40-75 WATER, SEWER & STORM DRAIN 318. 55-9D EMBEDMENT AND BACKFILL DETAILS LL J4 90-100 c #8 95-100 CITY OF FORT WORTH-CONSTRUCTION STANDARD v EE FIGURE A DATE.-2-19-02 PAVEMENT REPAIR F - - 1 REPLACE PAVEMENT TO NEAREST JOINT SEE LONGITUDINAL JOINT SPACING No-3 BARS ON 24' CENTERS BOTH WAYS WITH -- MIN. 2 BARS LONGITUDINAL IN DITCH. EXIST. CURB CLASS 'A' REINFORCED CONCRETE EXIST. CO PAVEMENT REPLACEMENT & GUTTER EXIST, GONG EXIST. CURB PAVEMENT PAVEMENT & GUTTER EXIST. ,NOT T z EXIST. J13LUT 6' MI 12 •�� 12 EXIST, ANYB BAS EXIST. D BASE (IF •,•�••' 2i 27 CONCRETE (IF ANY) REFER TO FIGURES 'A' AND 'B' Oa . ao ai 0 of 0°a NOTES, LONGITUDINAL JOINT SPACING _ REINFORCED CONCRETE PAVEMENT WILL DE REPLACED TO ORIGINAL DEPTH STREET OR TO A MINIMUM DEPTH OF 5', WHICHEVER IS GREATER WIDTH SPACING ® IF STEEL EXISTS IN CONCRETE PAVEMENT TO DE CUT, THE STEEL SHALL BE CUT AND SALVAGED AS POSSIBLE. A MINIMUM LAP SPLICE DISTANCE OF 12' WILL BE 28' & 30' ON E PROVIDED. pp C REINFORCED CONCRETE PAVEMENT WILL BE REPLACED AS SHOWN OVER TRENCH 36' & 40' O13ACREOF CURB IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT IS REMOVED. Q BEDDING OF PIPE TO MATCH ADJACENT SECTIONS OR SPECIFICATION 402, WHICHEVER 44' ON CL& 11' OFFLC IS GREATER. F I CURE 1 48' DN CL& 12' OFFLC TYPICAL SECTION — TRENCH REPAIR CONCRETE PAVEMENT _ 60' 6' & 10' OFFLC CITY [IF FORT VORTII TRANSPORTATION/PUBLIC WORKS DEPT. ENGINEERING DIVISION N13T TO SCALE FIG. 1 SEE NOT E(3 BELOW PROPOSED EXIST. CURB EXIST. H.M.A.C. H.M.A.C. REPLACEMENT 6 GUTTER SURFACE (2' MIN.) EXIST. H.M.A.C. EXIST. CURB SAW CUT SAW CUT SURFACE L GUTTER ?' 12' EXISTING GRAVEL DACE ••a• • EXISTING SOIL SUBDASE PRIME COA 2-27 CONCRETE O� rA o REFER TO FIGURES 'A' AND 'D' PROPOSED PIPE— DITCH WALL NOTES, i © 2.27 CONCRETE SHALL BE INSTALLED AMIN OF 8' BELOW BOTTOM OF EXISTING H.M. A.C. PAVEMENT 02 ALL EXISTING ASPHALT SHALL BE REPLACED TO THE ORIGINAL DEPTH. MINIMUM PAVEMENT REPLACEMENT SHALL BE 2' OF FINE GRADED SURFACE COURSE. 03 BEDDING OF PIPE TO MATCH ADJACENT SECTION OR SPECIFICATION 402, WHICHEVER IS MORE STRINGENT Oq ON MAJOR PROJECTS, THE PROJECT ENGINEER OR DESIGNER MUST EVALUATE THE FULL WIDTH OF EXISTING H.N.A.C. PAVEMENT AS TO THICKNESS, CONDITIONS AND ABILITY TO WITHSTAND CONSTRUCTION LOADING. IF APPROPRIATE, THE FULL WIDTH OF" SURFACE SHALL BE REMOVED AND REPLACED WITH APPROPRIATE TREATMENT TO EXISTING BASE OR SUBGRADE MATERIAL. FIGURE 4 ASPHALT PAVEMENT REPAIR DETAIL NOT TO SCALE ■ ] J _j Q R 1 :)TES ASPHALT PAVEMENT fHE FOUR SIDES OF THE CUT SHALL SPOT REPAIR c NEATLY SAWED WITHOUT ROUGH CURB & GUTTER 5'MIN. �- ANY REMAINING PAVEMENT BETWEEN 1 ?OT REPAIRS MUST BE A MINIMUM F 5'IN ALL DIRECTIONS. Z in / 5'MIN. UN LE � 5'MIN. — ASPHALT ALT 20' I 5'MIN. /I U , . E UN/ C ABLE CURB 6 GUTTER TYPICAL 28' WIDE PAVEMENT ZCOMMENDED Byl` DATE:7, IS 0 k FORTWOF�TH APPROVED BY c DATE: S �� EORGE A.BEHMANESH, =_ HUGO MALANGA SSISTANT DIRECTOR,TPW _�e` DIRECTOR,TPW CITY OF FORT WORTH, TEXAS Rev. TRANSPORTATION/PUBLIC WORKS ENGINEERING DIVISION FIG 2000-48 N rES 1 AE FOUR SIDES OF THE CUT SHALL E NEATLY SAWED WITHOUT ROUGH E GES %NY REMAINING PAVEMENT BETWEEN OT REPAIRS MUST BE A MINIMUM c VIN ANY DIRECTION. Long Services Long Services ❑ Short Services Short Services— Replace to edge of panel where the distance between cut Replace entire For area < 5': and edge al panel from For area < 5': o to curb & panel is < V. center 1 i ne to 9 go to curb & curb. square off, square off. 3— 3— 3— _ Asphalt Concrete F-1 Asphalt Concrete Emergency repair. -I PAVEMENT > 10 YEARS PAVEMENT < 10 YEARS I cCOMMENDED BY: /' C ATE:L_till-(<) _f Fo1ZTWQRTH APPROVED BY: ATE: Z- (4 p r--- RANK CRUMB, ��-- DALE FISSELER, %SSISTANT DIRECTOR,WATER DEPT. DIRECTOR,WATER DEPT. WATER DEPARTMENT Rev. CITY OF FORT WORTH,TEXAS FIG 2000-4W L F tVIDE ADEOUATE OVERLAP OF PLATE ON AS; 'LT TO ASSURE NO SLIPPAGE OF PL. : AND NO COLLAPSING OF TRENCH EXISTING M.H.OR GRA VALVE AT DE 2.1 TRENCH LENGTH IS LESS THAN S-FEET AN' STEEL PLATES WILL BE IN PLACE LESS STEEL. TH 48 HOURS.STEEL PLATES MAY BE PL ED DIRECTLY ON EXISTING ASPHALT WITHOUT STEEL PLATE GII •7G.PROVIDE TEMPORARY ASPHALT PLATE TP SITIONS EXTENDING 3-FEET BEYOND EDGE OF .TEEL PLATES. COLD MIX MILL I"FOR STEEL PLATE. COLD wx PACK JOINT WITH COLD MIX - ;`�- TYPE "A" MUST HAVE PRIOR TRENCH %` APPROVAL OF CITY !` TRENCH TYPE "A" PLATING STANDARD DETAIL FOR TRENCHING TYPE "e" PLATING DATE Sao I FRT WORT APPROVED D y� DATE J COMMENDED 811AA-L _ O Q� FORGE A.BEHMANESH• r HUGO MALANGA SSISTANT DIRECTOR,TPW T6 DIRECTOR,TPW CITY OF FORT WORTH,TEXAS TRANSPORTATIOW/PUBLIC WORKS °v ENGINEERING DIVISION FIG 2000-5 TXDOT PERMIT Form 1023(Rev.09-93) Pr ions Obsolete) APPROVAL - TO: Aft. Douglas Rademaker, P.E. Permit#220-W-053-03 City of FT WORTH Hwy. No. FM 731 1000 Throckmorton Street Maintenance Section No.03 Ft Worth,Texas 76102 County: Tarrant 817-871-7941 Date: March 12, 2003 Reviewed 8y: Clara Elliott The Texas Department of Transportation (TxDOT) offers no objection to the location on the right-of-way of your proposed 16" AND 36" WATER as shown by accompanying drawings and notice dated 12-5-02, except as noted below. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway: and it is further understood that the TxDOT may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty(30) days written notice. You are reauested to notify this office prior to commencement of any routine of periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming, topping,tree balance,type cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein,the State may take such action, as it deems appropriate to compel compliance. See special provisions titled'Specifications for Utility Installations', as applicable. A Additional requirements: Please notify CLARA ELLIOTT at 817-370-6585 48 hours prior to starting construction of the line in order that we may have a representative present. The spec sheets, state approved plans, and permit approval shall be kept on the job site through the duration of the installation. Texas D artment of Transportation-Fort Worth Marib Chavez, E. Distric ngineer y: P G. urnett District Right of Way Utility Supervisor Notice of Proposed Installation Utility Line on Non-Controlled Access Highway " C vers,On G50•EPC Word 97) D d p the Texas Transportation Commission Date December 5, 2002 c District Engineer MAR 0 7 2003 exas Department of Transportation Texas DIST. UTILITIES Formal notice is hereby given that the City of Fort Worth,Texas (Owner) proposes to place a 16"and 36"water line within the right-of-way of Crowley Rd. (F.M. 731) in Tarrant County Texas as follows: (give location, length, general design, etc.) _ The City of Fort Worth proposes to construct a new 16" water distribution main and 36" water transmission main within the Texas Department of Transportation right-of-way of Crowley Rd. (F.M. 731) at Risinger Rd. The proposed water mains cross the Crowley Rd. right-of-way at an approximate 90 deg. angle and will be installed by other than open cut to eliminate surface disturbances to TXDOT right-of-way. The City of Fort Worth project title is as follows: RISINGER RD. —SOUTHSIDE II WATER TRANSMISSION MAIN (Crowley Rd.to McCart Ave. Pump Station & Ground Storage Tank) Water Project No. PW77-060770140510 D.O.E. No. 2968 The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the -Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by Four (4) complete sets of drawings attached to this notice. Construction of this line will begin on or after the 1 st day of March 2003 . By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this permit. Owner City of Fort Worth,Texas By (Print) A. Douglas•Rademaker, P.E. Signature Title Director, Engineering Department Address 1000 Throckmorton Street Fort Worth,TX 76102 Phone No. (817) 871-7941 4003 9Gd MAR 14 Texas Department _ of Transportation _ Specifications _ for utiljty _ ,nstallations _ Fort Worth District SPECIFICATIONS for UTILITY INSTALLATIONS Fort Worth District TxDOT DIRECTORY FOR UTILITIES.....................................................3 UTILITYOFFICE.................................................................................3 TXDOT'S MISSION STATEMENT.......................................................... 5 SAFETY..............................................................................................5 PROTECTION OF HIGHWAY FACILITIES..............................................5 USE OF EXPLOSIVES...........................................................................5 PROTECTION OF EXISTING UTILITIES................................................5 DEVIATION FROM APPROVED PLANS..................................................5 STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION............6 FULL-TIME SUPERVISION AND INSPECTION.......................................6 NOTIFICATION OF 30B START............................................................6 TxDOTLOCATES.................................................................................6 STOCKPILES ON TxDOT ROW.............................................................7 COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES........................................................7 WORK DAY RESTRICTIONS................................................................7 INCLEMENTWEATHER.......................................................................8 PITS..................................................................................................8 BORE AND TUNNELING OPERATIONS.................................................8 MARKERS..........................................................................................9 ABOVE-GROUND APPURTENANCES.....................................................9 BACK-FILL OF UTILITY TRENCHES......................................................9 SITECLEAN-UP................................................................................10 REPAIR AND REPLACEMENT OF RIP-RAP AND EARTH SLOPES.......... 10 SPECIAL PRECAUTIONS FOR EROSION CONTROL..............................10 SEEDING SPECIFICATIONS..............................................................11 AESTHETICS....................................................................................12 -� REQUIRED PRUNING PRACTICES.....................................................12 PRUNINGSUGGESTIONS..................................................................13 Speciliralian.fur 1 Wit% lrtsta0atimt, 2 Fort Worth District TXDOT DIRECTORY FOR UTILITIES UTILITY OFFICE PERRY BURNETT SUPERVISOR 817/370-6589 NEW UTILITY INSTALLATIONS (PERMITS) JOHN BAXTER N TARRANT, PARKER, PALO PINTO 817/370-6697 JACK, WISE CLARA ELLIOTT-GRAVES S TARRANT, JOHNSON, ERATH, HOOD 817/370-6585 SOMERVELL UTILITY INSPECTORS JIM VAUGHAN INSPECTOR for N. TARRANT MO. 817/307-1617 PAUL FIERRO INSPECTOR for S. TARRANT MO. 817/313-3873 UTILITY ADJUSTMENTS FOR HIGHWAY PROJECTS JEREMY TYSON NORTH TARRANT COUNTY 817/370-6590 CHARLES KITCHENS SOUTH TARRANT COUNTY 817/370-6583 ERATH, HOOD, SOMERVELL J.D. GREENHILL PARKER, PALO PINTO,-JACK,JOHNSON, 817/370-6588 WISE NORTH TARRANT COUNTYAREA OFFICE N. OFIH30 MARK SCHLUTER AREA ENGINEER 817/238-5902 OSCAR CHAVEZ ASSISTANT AREA ENGINEER 817/238-5903 ROBERT HOOKS NW MAINT. SUPERVISOR (MS10-W of I35) 817/232-1304 ZACH SESSIONS NE MAINT. SUPERVISOR (MS13-E of I35) 817/283-2731 SOUTH TARRANT COUNTYAREA OFFICE S. OF IH30 JOE FOSSETT AREA ENGINEER 817/370-6638 ALBERT DURANT ASSISTANT AREA ENGINEER 817/370-6803 GARY PHILLIPS SW MAINT. SUPERVISOR (MS3-W of I35) 817/370-6903 BOBBY ETHEREDGE SE MAINT. SUPERVISOR (MS4-E of I35) 817/275-1921 ERA TH HOOD&SOMERVELL COUNTYAREA OFFICES MARC M ENDREE AREA ENGINEER 254/965-3511 DAVID BULLARD ASSISTANT AREA ENGINEER 254/965-3511 ERATH ' JAMES PARKER MAINTENANCE SUPERVISOR (MS11) 254/965-3511 * VACANT UTILITY INSPECTOR 254/965-3511 HOOD/SOMERVELL .� WILLIAM GARTRELL MAINTENANCE SUPERVISOR (MS05) 254/897-2647 spccificrtions for Utility Io0a Ilia Iions 3 Fort Worth District * DARYL HELMS UTILITY INSPECTOR 254/897-2647 JACK& WISE COUNTYAREA OFFICES BILL NELSON AREA ENGINEER FOR 940/627-5353 CHAD DAVIS ASSISTANT AREA ENGINEER 940/627-5353 JACK WALLACE RENNELS MAINT. SUPERVISOR (MS08) 940/567-6611 *MARK OSTEEN UTILITY INSPECTOR 940/567-6612 WISE RICKY TOMPKINS MAINT. SUPERVISOR (MS02) 940/627-2545 *VACANT UTILITY INSPECTOR 940/627-2545 PALO PINTO& PARKER COUNTYAREA OFFICES JIMMEY BODIFORD AREA ENGINEER 817/594-3864 JOHN CORDARY ASSISTANT AREA ENGINEER 817/594-3864 PALO PINTO JOHN SHARPE MAINT. SUPERVISOR (MS09) 940/325-2414 * VACANT UTILITY INSPECTOR PARKER ALAN DONALDSON MAINT. SUPERVISOR (MS12) 817/596-9298 * BOB BARBEE UTILITY INSPECTOR 817/596-9298 1 -70HN50N COUNTYAREA OFFICE RONALD ROBINSON AREA ENGINEER FOR 817/645-2191 DAVID NEELEY ASSISTANT AREA ENGINEER 817/558-6294 ALLAN FARQUHAR MAINT..SUPERVISOR (MS01) 817/645-0181 * JAMES WHITEHEAD UTILITY INSPECTOR 817/558-6294 • * INDICATES THE FIRST POINTS OF CONTACT CONCERNING PERMITS • MAINTENANCE SECTION (MS) In cases of emergencies, lights and traffic control devices shall always be used, and will be in strict accordance with the guidelines of the TMUTCD. NOTIFICATIONS of work shall be given . within twenty-four (24) hours via facsimile (817/370-6566), telephone (817/370-6582), emall and/or U.S. Mail. 4 sl►e,irestion.for I.aillty Installations 4 Furl Worth District FAILURE TO ADHERE TO THE FOLLOWING SPECIFICATIONS WILL - RESULT IN THE IMMEDIATE SHUT DOWN OF JOB SITE AND REPAIR AT THE UTILITY'S EXPENSE. TXDOT'S MISSION STATEMENT: The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While working on TXDOT right of way hard hats and fluorescent safety vest are required at all times. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducterf in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. — USE OF EXPLOSIVES NQ explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. — Spcciricationn.Wr I'tllit% iaa2112r01 1. 5 Fort Worth District STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TOOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. NOTIFICATION OF JOB START 48 Hour notification is required for utility installations. Upon notification, the utility will receive a confirmation number. This number must remain on the job site with the Permit at all times. Please have the following information ready when you call: APPROVED PERMIT NO. STATE HIGHWAY NO. UTILITY COMPANY UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. GENERAL CONTRACTOR'S NAME �. NAME OF FOREMAN and MOBILE PHQNE NO. START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWAREH TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: Signals and lighting: Phone # (817) 370-6671 Traffic Management: Phone # (817) 370-6745 .%pccilicrtiom for l Why Installation% 6 Fort Worth District AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with police assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 4 p.m. with proper traffic control. - LANE CLOSURES 72 Hour (3 business-days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817/370-6697. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that `off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor Is required to have sufficient personnel and equipment on the job to efficiently 5pccit"iratiom fur Utility h1wtallation� 7 Fort Worth District execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by boring or tunneling, unless otherwise specifically authorized by TxDOT. Boring or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole Immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location 3 Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified In the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Spftificrtium for 1" 8 Fort Wurth District Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and �. one half (2'/Z) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less that six (6) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right-of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. 4 ABOVE-GROUND APPURTENANCES Above-ground appurtencances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along Specifications for Utility InAallatinos 9 Fort Worth District the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1'of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway �. 'occurs at any time,. the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or resodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully _ reimburse all costs incurred by TOOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to-avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. + %pcci6cetiun+for Utility 1nw1a1126011S 10 Fun Worth Uislrict SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangleton 0.7 To Sideoats Grama(El Reno)1.8 Sideoats Grama(Haskell or El Reno) 1.8 Sideoats Grama(Haskell) 2.2 May 1 Bermudagrass 0.8 Little Bluestem 1.1 Bermudagrass 0.9 Little Bluestem 1.1 Indiangrass(Lometa or Cheyenne) 1.5 Little Bluestem 1.4 K-R Bluestem 0.7 K-R Bluestem 0.7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass(Alamo or Blackwell) 1.2 Total 672 Total 6.9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE: In Pounds Pure Live Seed PLS Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 To Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.3 May 1 K-R Bluestem 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8.0 Total 11.1 Total 13.1 Total 3.9 TEMPORARY COOL-SEASON SEEDING RATE: In pounds,, Pure Live Seed PLS Dates All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 ` May 1 Wheat(Red, Winter) 30.0 Total 39.0 TEMPORARY COOL-SEASON LEGUME SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections Aug 15 Crimson Clover 7.0 to Nov 30 Total 7.0 TEMPORARY WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections May 1 Foxtail Millet 30.0 to Nov 30 Total 30.0 Note:Names In parenthesis O represent"improved"varieties of the species shown. spcciricrlions nor I tiiity lostaltotiwis 1 1 Fort Wurth District dW AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right- of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at.a fork with the remaining branch at least one- third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar'l still protrudes (about 1/z inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 14. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Sperifitrtiom for I tility I11.191I7tion\ 12 Furl Worth District PRUNING SUGGESTIONS lh,,No 1 0.so,21 go .j ........ .. ..-- 04 DESIRAELE TREE MODIFICATIONS Xi - 1. PRESERVING SYMMETRY. UNDESIRABLE TREE MODIFICATIONS Such ttes•line relationships as Illustrated verpelQ0161 high m*jnjenonCg Costs and right.af•way unsightlinesi. hft AA DESIR ABLE DESIRABLE UNDESIRABLE UNDES.IRAGLE DESIRABLE limb I Undercut 3 tv through Z* from rnb stl main star". rA) Remove stub � Fin.shed tut with on even, `.with no IrOCQ flush cut. s. of stub. DESIRABLE DESIRABLE UNDESIRABLE PROPER LIMB REMOVAL (2*diC. Of mc•@) 10 .%peCjrjCgljj)jj%fill'l'jjIjtV 11111211126M1% 13 Viii-I Worth District IF BNSF RAILROAD PERMITS BNSF Date: APPLICATION FOR PIPE LINE CROSSING OR LONGITUDINAL Staubach Global Services,Inc. 5650 N.Riverside Dr.,Ste. 101 Fort Worth,TX 76137 ATTN: Permit Services We submit for your approval the following specifications for a pipe line we propose to build across THE BURLINGTON NORTHERN AND SANTA FE RAILWAY COMPANY right-of-way,as shown on enclosed sketch. Legal name of company or municipality who will own the pipeline CITY OF FORT WORTH State in which incorporated TEXAS If not incorporated,correct name of owners or all partners: N/A Correct mailing address 1000 THROCKMORTON, FORT WORTH, T;hXA.S Zip Code 76102 Type of Encroachment:Crossing X Longitudinal Telephone — — Location of encroachment 1/4 Sec Twsp Rng MP 336.25 + Name of nearest town on Railroad FORT WORTH County TARRANT State TEXAS Name of nearest roadway crossing Railroad RISINGER ROAD Within limits of public road or street C9 Yes El No If yes,distance from center line of road or street 5 ft. Width of public road or street 28 ft. CARRIER CASING Contents to be handled through pipe WATER N/A Emergency Contact: CITY OF FORT WORTH Emergency Telephone: 1917-8'71-83W Length of pipe on Railroad Co. property (Plastic pipe must be encased full width of right of way) 100 ft. 100 ft. Inside diameter of pipe 16 in. 'T— in. Pipe Material D.I. STEFL Specification&grade(Min.yield strength casing 35,000 psi.) 42,000 40,000 �. Wall Thickness (Min.wall thickness of casing pipe under 14 in.-0.188 in. E-80 Loading) 0.58 in. 1/2 in. Actual working pressure 150 ^ psi Type of joint-(mechanical or welded type) MECHANICAL WELDED Longitudinal Joint Factor N/A Coating CONCRETE GROUT Distance Base of rail to top of pipe 101-9f# 10'—2" (Flammable,contents,steam,water or non-flammable-min. 5 1/2 ft. under main track.) (Uncased,gaseous products-min. 10' under track) Minimum ground cover on Railroad Co.property(min.3 ft.) 101—5" 91-10" Cathodic protection casing-(flammable substance) N/A N A Type of insulators or supports N/A Size N/A Space N/A Number of vents N/A Size N/A Height above ground N/A (Flammable substances require 2 vents) Method of crossing: Jacking Trench Dry Bore Only X (If trenched-Railroad furnish flagman at applicant's expense.) „+ (If bored or jacked-Jacking Pit location minimum 30 ft. from centerline of nearest track.)Pit must not be open more than 48 hours. Also,it must be protected when not in use. Does pipeline support oil or gas well? ❑ Yes ® No If yes,advise distance the well is from Railway property- N/A ft. Name of well N/A " Was this service requested by BNSF? Yes or No X if yes,who requested N/A Telephone#of Requestor N/A I agree that 1 have read the requirements for pipeline installations as detailed in the Utility Accommodation Policy. Signed: Print Name: Title: Telephone: If you would like confirmation of receipt of your application e-mailed to you,please PRINT your e-mail address: BNSF Date: APPLICATION FOR PIPE LINE CROSSING OR LONGITUDINAL Staubach Global Services,Inc. 5650 N.Riverside Dr., Ste. 101 Fort Worth,TX 76137 ATTN: Permit Services We submit for your approval the following specifications for a pipe line we propose to build across THE BURLINGTON NORTHERN AND SANTA FE RAILWAY COMPANY right-of-way,as shown on enclosed sketch. Legal name of company or municipality who will own the pipeline CITY OF FORT WORTH State in which incorporated TEXAS If not incorporated,correct name of owners or all partners: N/A Correct mailing address 1000 THROCKMORTON, FORT WORTH, TEXAS Zip Code 76102 Type of Encroachment:Crossing X Longitudinal Telephone 817-871-8900 Location of encroachment 1/4 Sec Twsp Rng MP 336.25 + Name of nearest town on Railroad FORT WORTH County TARRANT State TEXAS — Name of nearest roadway crossing Railroad RISINGER ROAD Within limits of public road or street ® Yes 0 No If yes,distance from center line of road or street ft. Width of public road or street 28 ft. CARRIER CASING Contents to be handled through pipe WATER N A Emergency Contact: CITY OF FORT WORTH Emergency Telephone: 817 Length of pipe on Railroad Co.property (Plastic pipe must be encased full width of right of way) 100 ft. 100 ft. Inside diameter of pipe 36 in. 54 in. Pipe Material RCCP STEEL Specification&grade(Min.yield strength casing 35,000 psi.) AWWA C-300 40,000 Wall Thickness (Min.wall thickness of casing pipe under 14 in.-0.188 in. E-80 Loading) 2' 1/4 in. 3/4 in. Actual working pressure 150 psi Type of joint-(mechanical or welded type) !' WELDED WELDED Longitudinal Joint Factor N/A Coating CONCRETE GROUT Distance Base of rail to top of pipe 111-011 101-311 (Flammable,contents,steam,water or non-flammable-min. 5 1/2 ft. under main track.) (Uncased,gaseous products-min. 10' under track) Minimum ground cover on Railroad Co.property(min. 3 ft.) 101-7" 9'—10" Cathodic protection casing-(flammable substance) N/A N/A Type of insulators or supports N/A Size N/A Space N/A Number of vents N/A Size N/A Height above ground N/A ,. (Flammable substances require 2 vents) Method of crossing: Jacking Trench Dry Bore Only X (If trenched-Railroad furnish flagman at applicant's expense.) (if bored or jacked-Jacking Pit location minimum 30 ft. from centerline of nearest track.)Pit must not be open more than 48 hours. Also,it must be protected when not in use. Does pipeline support oil or gas well? [:] Yes ® No If yes,advise distance the well is from Railway property- N/A ft. Name of well N/A Was this service requested by BNSF? Yes or No X If yes,who requested N/A Telephone#of Requestor N/A I agree that I have read the requirements for pipeline installations as detailed in the Utility Accommodation Policy. Signed: Print Name: Title: _ Telephone: If you would like confirmation of receipt of your application e-mailed to you,please PRINT your e-mail address: NATIONWIDE PERMIT 12 NATIONWIDE PERMIT 12 Utility Line Activities Effective Date:June 7,2000 Activities required for the construction, maintenance, and repair of utility lines and associated facilities in waters of the United States as follows: (i) Utility lines: The construction, maintenance,or repair of utility lines, including outfall and intake structures _ and the associated excavation,backfill,or bedding for the utility lines, in all waters of the United States,provided there is no change in preconstruction contours. A "utility line"is defined as any pipe or pipeline for the transportation of any gaseous, liquid,liquefiable,or slurry substance,for any purpose,and any cable,line,or wire for the transmission for any purpose of electrical energy,telephone,and telegraph messages,and radio and television communication(see Note 1, below). Material resulting from trench excavation may be temporarily sidecast(up to three months)into waters of the United States,provided the material is not placed in such a manner that it is dispersed by currents or other forces. The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days,where _ appropriate. In wetlands, the top 6"to 12"of the trench should normally be backfilled with topsoil from the trench. Furthermore,the trench cannot be constructed in such a manner as to drain waters of the United States(e.g.,backfilling with extensive gravel layers, creating french drain effect). For example,utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the United States through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. (ii) Utility line substations: The construction,maintenance,or expansion of a substation facility associated with a power line or utility line in non-tidal waters of the United States,excluding non-tidal wetlands adjacent to tidal waters, provided the activity does not result in the loss of greater than 54 acre of non-tidal waters of the United States. (iii) Foundations for overhead utility line towers,poles, and anchors: The construction or maintenance of foundations for overhead utility line towers,poles,and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg(rather than a larger single pad) are used where feasible. (iv) Access roads: The construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the United States,excluding non-tidal wetlands adjacent to tidal waters,provided the discharge does not cause the loss of greater than %:acre of non-tidal waters of the United States. Access roads shall be the minimum width necessary(see Note 2, below). Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the United States and as near as possible to preconstruction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). ■ Access roads constructed above preconstruction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. The term "utility line"does not include activities which drain a water of the United States,such as drainage tile or french drains: however, it does apply to pipes conveying drainage from another area. For the purposes of this NWP, the loss of waters of the United States includes the filled area plus waters of the United States that are adversely affected by flooding,excavation,or drainage as a result of the project. Activities authorized by paragraphs(i)through (iv)may not exceed a total of acre loss of waters of the United States. Waters of the United States temporarily affected by filling,flooding,excavation,or drainage,where the project area is restored to preconstruction contours and elevations, are not included in the calculation of permanent loss of waters of the United States. This includes temporary construction mats(e.g.,timber,steel,geotextile)used during construction and removed upon completion of the work. Where certain functions and values of waters of the United States are permanently adversely affected,such as the conversion of a forested wetland to a herbaceous wetland in the permanently maintained utility line right-of-way, mitieation will be required to reduce the adverse effects of the project to the minimal level. 1 Mechanized landclearing necessary for the construction, maintenance,or repair of utility lines and the construction, maintenance, and expansion of utility line substations, foundations for overhead utility lines,and access roads is authorized,provided the cleared area is kept to the minimum necessary and preconstruction contours are maintained as near as possible. The area of waters of the United States that is filled, excavated,or flooded must be limited to the minimum necessary to construct the utility line,substations, foundations,and access roads. Excess material must be removed to upland areas immediately upon completion of construction. This NWP may authorize utility lines in or affecting navigable waters of the United States,even if there is no associated discharge of dredged or fill material (See 33 CFR Pan 322). r ..r Notification: The permittee must notify the District Engineer in accordance with General Condition 13,if any of the following criteria are met: (a) Mechanized land clearing in a forested wetland for the utility line right-of-way; (b) A Section 10 permit is required; (c) The utility line in waters of the United States,excluding overhead lines,exceeds 500 feet; (d) The utility line is placed within a jurisdictional area(i.e.,a water of the United States),and it runs parallel to a stream bed that is within that jurisdictional area; (e) Discharges associated with the construction of utility line substations that result in the loss of greater than'/so acre of waters of the United States; (f) Permanent access roads constructed above grade in waters of the United States for a distance of more than 500 feet;or (g) Permanent access roads constructed in waters of the United States with impervious materials. (Sections 10 and 404) - Note 1: Overhead utility lines constructed over Section 10 waters and utility lines that are routed in or under Section 10 waters without a discharge of dredged or fill material require a Section 10 permit;except for pipes or pipelines used to transport gaseous,liquid,liquefiable,or slurry substances over navigable waters of the United States,which are considered to be bridges,not utility lines,and may require a permit from the U.S.Coast Guard pursuant to Section 9 of the Rivers and Harbors Ac;of 1399. However,any discharges of dredged or ill material associated with such pipelines will require a Corps permit under Section 404. Note 2: Access roads used for both construction and maintenance may be authorized,provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work and the area restored to preconstruction contours,elevations,and wetland conditions. Temporary access roads for construction may be authorized by NWP 33. Note 3: Where the proposed utility line is constructed or installed in navigable waters of the United States(i.e.,Section 10 waters),copies of the PCN and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration,National Ocean Service,for charting the utility line to protect navigation. NATIONWIDE PERMIT GENERAL CONDITIONS The following general conditions must be followed in order for any authorization by an NWP to be valid: 1. Navigation. No activity may cause more than a minimal adverse effect on navigation. 2. Proocr Maintenance. Any structure or fill authorized shall be properly maintained,including maintenance to 4 ensure public safety. 3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date. —3— 4. Aquatic Life Movements. No activity may substantially disrupt the movement of those species of aquatic life indigenous to the waterbody,including those species which normally migrate through the area,unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 5. Eapi2ment. Heavy equipment working in wetlands must be placed on mats,or other measures must be taken to ° minimize soil disturbance. 6. Reeional and Case-BY-Case Conditions. The activity must comply with any regional conditions which may have been added by the division engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the State or tribe in its Section 401 water quality certification and Coastal Zone Management Act consistency determination. 7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation,or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management, U.S.Fish and Wildlife Service). 8. Tribal Rights. No activity or its operation may impair reserved tribal rights,including,but not limited to,reserved water rights and treaty fishing and hunting rights. 9. Water Quality. (a)In certain States and tribal lands an individual 401 water quality certification must be obtained Or waived(See 33 CFR 330.4(c)). (b) For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the State or tribal 401 certification(either generically or individually)does not require or approve a water quality management plan,the permittee must include design criteria mw and techniques that will ensure that the authorized work does not result in more than minimal degradation of water quality. An important component of a water quality management plan includes stormwater management that minimizes degradation of the downstream aquatic system,including water quality. Refer to General Condition 21 for stormwater management requirements. Another important component of a water quality management plan is the establishment and maintenance of vegetated buffers next to open waters, including streams. Refer to General Condition 19 for vegetated buffer requirements for the NWPs. 10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see Section 330.4(d)). 11. Endangered Species. (a)No activity is authorized under any NWP which is likely to jeopardize the continued PP existence of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act,or which will destroy or adversely modify the critical habitat of such species. Non- federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the Endangered Species Act have been satisfied and that the activity is authorized. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat, the notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of formal or informal consultation with the FWS or NMFS,the District Engineer may add species-specific regional endangered species conditions to the NWPs. ■ (b)Authorization of an activity by a nationwide permit does not authorize the'"take"of a threatened or endangered species as defined under the Federal Endangered Species Act. In the absence of separate authorization (e.g..an ESA Section 10 Permit,a Biological Opinion with —incidental take"provisions,etc.)from the U.S.Fish and —4— r� I Wildlife Service or the National Marine Fisheries Service, both lethal and non-lethal ''takes"of protected species are in violation of the Endangered Species Act. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. Fish and Wildlife Service and National Marine Fisheries Service or their world wide web pages at http:"Iww%%.fws.gov/r9endspp/endspp.himl and http://www.nfms.gov/prot_res/esahome.htmi,respectively. _ 12. Historic Properties. No activity which may affect historic properties listed,or eligible for listing, in the National i Register of Historic Places is authorized,until the DE has complied with the provisions of 33 CFR part 325,Appendix C. The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(8)), For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a)Timing: Where required by the terms of the NWP,the prospective permittee must notify the District Engineer with a preconstruc;ion notification(PCN)as early as possible. The District Engineer must determine if the PCN is complete within 30 days of the date of receipt and can request the additional information necessary to make the PCN complete only once. However,if the prospective permittee does not provide all of the requested information, then the District Engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the District Engineer. The prospective permittee shall not begin the activity: (1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with any special conditions imposed by the District or Division Engineer; or(2) If notified in writing by the District or Division Engineer that an individual permit is required;or(3)Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. Subsequently, the permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). _ (b) Contents of Notification:The notification must be in writing and include the following information: (1) Name,address,and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) Brief description of the proposed project; the project's purpose;direct and indirect adverse environmental effects the project would cause; any other NWP(s),regional general permit(s), or individual permit(s)used or intended to be used to authorize any part of the proposed project or any related activity; and (4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation of affected special aquatic sites, including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass beds),and riffle and pool complexes(see paragraph 13(f)); (5) For NWP 7,Outfall Structures and Maintenance, the PCN must include information regarding the original cesicn capacities and confi_ur3tior.� of!hose areas of the facility where maintenance dredeine or excavation is proposed. (6) For NWP 14, Linear Transportation Crossings, the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the United States and a statement describing how temporary losses of waters of the United States will be minimized to the maximum extent practicable. —5— (7) For NWP 21,Surface Coal Mining Activities,the PCN must include an Office of Surface Mining(OSM)or state-approved mitigation plan. (8) For NW P 27,Stream and Wetland Restoration, the PCN must include documentation of the prior condition of the site that will be reverted by the permittee. (9) For NWP 29,Single-Family Housing, the PCN must also include: (i) Any past use of this NWP by the individual permittee and/or the permittee's spouse; (ii) A statement that the single-family housing activity is for a personal residence of the permittee; (iii) A description of the entire parcel, including its size, and a delineation of wetlands. For the purpose of this NWP,parcels of land measuring ''/.acre or less will not require a formal on-site delineation. However,the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property. For parcels greater than '/.acre in size,a formal wetland delineation must be prepared in accordance with the current method required by the Corps. (See paragraph 13(f)); (iv) A written description of all land(including,if available,legal descriptions)owned by the prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel, in any form of ownership (including any land owned as a partner,corporation,joint tenant, co-tenant,or as a tenant-by-the-entirety)and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10) For NWP 31,Maintenance of Existing Flood Control Projects,the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)maintenance plan. in addition,the PCN must include all of the following: (i) Sufficient baseline information so as to identify the approved channel depths and configurations and existing facilities. Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii) A delineation of any affected special aquatic sites, including wetlands; and, (iii) Location of the dredged material disposal site. (11) For NWP 33,Temporary Construction,Access,and Dewatering,the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources. (12) For NWPs 39,43,and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization of losses of waters of the United States were achieved on the project site. • (13) For NWP 39,Residential,Commercial,and Institutional Developments, and NWP 42, Recreational Facilities, the PCN must include a compensatory mitigation proposal that offsets unavoidable losses of waters of the United States or justification explaining why compensatory mitigation should not be required. • (14) For NWP 40,Agricultural Activities, the PCN must include a compensatory mitigation proposal to offset losses of waters of the United States. (I5) For NWP 43,Stormwater Management Facilities,the PCN must include, for the construction of new stormwater management facilities, a maintenance plan(in accordance with State and local requirements, if applicable) and a compensatory mitigation proposal to offset losses of waters of the United States. • (16) For NWP 44,Mining Activities, the PCN must include a description of all waters of the United States adversely affected by the project, a description of measures taken to minimize adverse effects to waters of the United —6— States,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan (for aggregate mining activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining activities). (17) For activities that may adversely affect Federally-listed endangered or threatened species,the PCN must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the _ designated critical habitat that may be affected by the proposed work. (18) For activities that may affect historic properties listed in,or eligible for listing in, the National Register of Historic Places, the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. (19) For NWPs 12, 14,29,39,40,42,43,and 44, where the proposed work involves discharges of dredged or fill material into waters of the United States resulting in permanent, above-grade fills within 100-year floodplains(as identified on FEMA's Flood Insurance Rate Maps or FEMA-approved local floodplain maps),the notification must include documentation demonstrating that the proposed work complies with the appropriate FEMA or FEMA-approved local floodplain construction requirements. (c) Form of Notification:The standard individual permit application form(Form ENG 4345)maybe used as the notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)-(19)of General Condition 13. A letter containing the requisite information may also be used. a (d) District Engineer's Decision: In reviewing the PCN for the proposed activity,the District Engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. The prospective permittee may,optionally,submit a proposed mitigation plan with the PCN to expedite the process and the District Engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal,the District Engineer will notify the permittee and include any conditions the District Engineer deems necessary. Any compensatory mitigation proposal must be approved by the District Engineer prior to commencing work. If the prospective permittee is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously review the proposed compensatory mitigation plan. The District Engineer must review the plan within 45 days of receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment(after consideration of the compensatory mitigation proposal)are determined by the District Engineer to be minimal,the District Engineer will provide a timely written response to the applicant stating that the project can proceed under the terms and conditions of the nationwide permit: If the District Engineer determines that the adverse effects of the proposed work are more than minimal,then he will notify the applicant either: (I)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit: (2)that the project is authorized under the NWP subject to the applicant's submission of a mitigation proposal that would reduce the adverse effects on the i' aquatic ern ironmenr to he minimal level: nr(3)that the rroiec' is authorized under the NWP with specific 1 modifications or conditions. Where the District Engineer determines that mitigation is required in order to ensure no more than minimal adverse effects on the aquatic environment, the activity will be authorized within the 45-day PCN period,including the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or a mitigation plan is required under item(2)above,no work in waters of the United States will occur until the District Engineer has approved a specific mitigation plan. — 7— (e) Agency Coordination: The District Engineer will consider any comments from Federal and State agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse effects on the aquatic environment to a minimal level. For activities requiring notification to the District Engineer that result in the loss of greater than '/�acre of waters of the United States, the District Engineer will,upon receipt of a notification, provide immediately(e.g., via facsimile transmission, overnight mail,or other expeditious manner),a copy to the appropriate offices of the Fish and Wildlife Service, State natural resource or water quality agency, EPA,State Historic Preservation Officer(SHPO),and. if appropriate, the National ;Marine Fisheries Service. With the exception of NWP 37,these agencies will then have 10 .� calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they intend to provide substantive,site-specific comments. If so contacted by an agency,the District Engineer will wait an additional 15 calendar days before making a decision on the notification. The District Engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency,except as provided below. The District Engineer will indicate in the administrative record associated with each notification that the resource agencies'concerns were considered. As required by Section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act,the District Engineer will provide a response to National Marine Fisheries Service within 30 days of receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. (f) Wetlands Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps. For NWP 29 see paragraph(b)(9)(iii) for parcels less than %acre in size. The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14. Compliance Certification. Every permittee who has received a Nationwide permit verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter. The certification will include: (a)A statement that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; (b)A statement that any required mitigation was completed in accordance with the permit conditions; and(c)The signature of the permittee certifying the completion of the work and mitigation. IS. Use of Multitrle Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example,if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the United States for the total project cannot exceed—acre. 16. Water Surmly Intakes. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17. Shellfish Beds. No activity,including structures and work in navigable waters of the United States or discharges of dredged or fill material. may occur in areas of concentrated shellfish populations.unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. 18. Suitable Material. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.) ,. and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see Section 307 of the Clean Water Act). — 8— 19. Mitigation. The project must be designed and constructed to avoid and minimize adverse effects to waters of the United States to the maximum extent practicable at the project site(i.e.,on site). Mitigation will be required when necessary to ensure that the adverse effects to the aquatic environment are minimal. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) Compensatory mitigation at a minimum 1:1 ratio will be required for all wetland impacts requiring a PCN. a Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands to meet the Rminimum compensatory mitigation ratio,with preservation used only in exceptional circumstances. (b) To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes. Examples of mitigation that may be appropriate and practicable include, but are not limited to: reducing the size of the project: establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams: and replacing losses of aquatic resource functions and values by creating,restoring, enhancing,or preserving similar functions and values,preferably in the same I watershed; (c) The District Engineer will require restoration,creation,enhancement,or preservation of other aquatic resources in order to offset the authorized impacts to the extent necessary to ensure that the adverse effects on the aquatic environment are minimal. An important element of any compensatory mitigation plan for projects in or near streams or other open waters is the establishment and maintenance, to the maximum extent practicable,of vegetated buffers next to open waters on the project site. The vegetated buffer should consist of native species. The District Engineer will determine the appropriate width of the vegetated buffer and in which cases it will be required. Normally, the vegetated buffer will be 25 to 50 feet wide on each side of the stream, but the District Engineer may require wider vegetated buffers to address documented water quality concerns. If there are open waters on the project site and the District Engineer requires compensatory mitigation for wetland impacts to ensure that the net adverse effects on the aquatic environment are minimal,any vegetated buffer will comprise no more than—of the remaining compensatory mitigation acreage after the permanently filled wetlands have been replaced on a one-to-one acreage basis. In addition, .. compensatory mitigation must address adverse effects on wetland functions and values and cannot be used to offset y the acreage of wetland losses that would occur in order to meet the acreage limits of some of the NWPs(e.g., for NWP F 39, V.acre of wetlands cannot be created to change a '/2 acre loss of wetlands to a '/.acre loss;however, 'h acre of created wetlands can be used to reduce the impacts of a—acre loss of wetlands). If the prospective permittee is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed. (d) To the extent appropriate,permittees should consider mitigation banking and other appropriate forms of compensatory mitigation. If the District Engineer determines that compensatory mitigation is necessary to offset losses of waters of the United States and ensure that the net adverse effects of the authorized work on the aquatic environment are minimal,consolidated mitigation approaches, such as mitigation banks,will be the preferred method of providing compensatory mitigation,unless the District Engineer determines that activity-specific compensatory f mitigation is more appropriate,based on which is best for the aquatic environment. These types of mitigation are preferred because they involve larger blocks of protected aquatic environment, are more likely to meet the mitigation _ goals,and are more easily checked for compliance. If a mitigation bank or other consolidated mitigation approach is not available in the watershed,the District Engineer will consider other appropriate forms of compensatory mitigation to offset the losses of waters of the United States to ensure that the net adverse effects of the authorized work on the aquatic environment are minimal. 20. Spawning Areas. Activities, including structures and work in navigable waters of the United States or discharges of dredged or fill material. in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., excavate, fill,or smother downstream by substantial r turbidity)of an important spawning area are not authorized. h —9— _ 21. Management of Water Flows. To the maximum extent practicable, the activity must be designed to maintain preconstruction downstream flow conditions(e.g., location, capacity, and flow rates). Furthermore, the activity must not permanently restrict or impede the passage of normal or expected high flows(unless the primary purpose of the fill = is to impound waters)and the structure or discharge of dredged or fill material must withstand expected high flows. The activity must, to the maximum extent practicable,provide for retaining excess flows from the site,provide for maintaining surface flow rates from the site similar to preconstruction conditions, and must not increase water flows _ from the project site,relocate water,or redirect water flow beyond preconstruction conditions. In addition,the activity must, to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site, unless the activity is part of a larger system designed to manage water flows. a 22. Adverse Effects From Imyoundments. If the activity, includinS structures and work in navigable waters of the United States or discharge of dredged or fill material,creates an impoundment of water,adverse effects on the aquatic system caused by the accelerated passage of water and/or the restriction of its flow shall be minimized to the maximum _ extent practicable. 23. Waterfowl Breeding Areas. Activities, including structures and work in navigable waters of the United States or discharges of dredged or fill material, into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 24, Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 25. Desienated Critical Resource Waters. Critical resource waters include,NOAA-designated marine sanctuaries, National Estuarine Research Reserves,National Wild and Scenic Rivers,critical habitat for Federally listed threatened and endangered species,coral reefs, State natural heritage sites,and outstanding national resource waters or other waters officially designated by a State as having particular environmental or ecological significance and identified by the District Engineer after notice and opportunity for public comment. The District Engineer may also designate additional critical resource waters after notice and opportunity for comment. (a) Except as noted below,discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within,or directly affecting, critical resource waters,including wetlands adjacent to such waters. Discharges of dredged or fill materials into waters _ of the United States may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General Condition 7. Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 1 1 and the U.S. Fish and Wildlife Service or the National Marine Fisheries Service has concurred in a determination of compliance with this condition. (b) For NWPs 3,8, 10, 13, 15, 18, 19,22,23,25,27,28,30,33,34,36,37,and 38,notification is required in accordance with General Condition 13, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The District Engineer may authorize activities under these NWPs only after he determines that the impacts to the critical resource waters will be no more than minimal. 26. Fills Within 100-Year Floodolains. For purposes of this general condition, 100-year floodplains will be identified ■ through the Federal Emergency,Management Agency's(FEMA) Flood Insurance Rate Maps or FEMA-approved local floodplain maps. (a) Discharges Below Headwaters. Discharges of dredged or fill material into waters of the United States resulting in permanent,abo�e-grade fills within the 100-year floodplain at or below the point on a stream where the average annual flow is five cubic feet per second(i.e.,below headwaters)are not authorized by NWPs 29,39,40,42,43, and 44. For NWPs 12 and 14, the prospective permittee must notify the District Engineer in accordance with General Condition 13 and the notification must include documentation that any permanent,above-grade fills in waters of the United States within the 100-year floodplain below headwaters comply with FEMA or FEMA-approved local floodplain construction requirements. - 10- (b) Discharges in Headwaters(i.e.,above the point on a stream where the average annual flow is five cubic feet per second). + (1) Flood Fringe. Discharges of dredged or fill material into waters of the United States resulting in permanent,above-grade fills within the flood fringe of the 100-year floodplain of headwaters are not authorized by NWPs 12, 14,29,39,40,42,43,and 44,unless the prospective permittee notifies the District Engineer in accordance with General Condition 13. The notification must include documentation that such discharges comply with FEMA or + FEMA-approved local floodplain construction requirements. (2) Floodway. Discharges of dredged or fill material into waters of the United States resulting in permanent, .� above-grade fills within the floodway of the 100-year floodplain of headwaters are not authorized by NWPs 29,39,40, 42,43,and 44. For NWPs 12 and 14,the permittee must notify the District Engineer in accordance with General Condition 13 and the notification must include documentation that any permanent,above grade fills proposed in the floodway comply with FEMA or FEMA-approved local floodplain construction requirements. s r + — 11 — i NATIONWIDE PE M1TS The following is a list of the nationwide permits that are effective as of June 7,2000: i I. Aids to Navigation 2. Structures in Artificial Canals 3. Maintenance 4. Fish and Wildlife Harvesting,Enhancement,and Attraction Devices and Activities 5. Scientific Measurement Devices 6. Survey Activities 7. Outfall Structures and Maintenance S. Oil and Gas Structures 9. Structures in Fleeting and Anchorage Areas 10. Mooring Buoys 11. Temporary Recreational Structures 11 Utility Line Activities 13. Bank Stabilization 14. Linear Transportation Crossings 15. U.S.Coast Guard Approved Bridges r, 16. Return Water from Upland Contained Disposal Areas 17. Hydropower Projects 18. Minor Discharges 19. Minor Dredging 20. Oil Spill Cleanup 21. Surface Coal Mining Activities 22. Removal of Vessels 23. Approved Categorical Exclusions 24. State Administered Section 404 Programs 25. Structural Discharges 27. Stream and Wetland Restoration activities 28. Modifications of Existing Marinas 29. Single-Family Housing 30. Moist Soil Management for Wildlife 31. Maintenance of Existing Flood Control Projects 32. Completed Enforcement Actions 33. Temporary Construction,Access andDewatering 34. Cranberry Production Activities 35. Maintenance Dredging of Existing Basins 36. Boat Ramps 37. Emergency Watershed Protection and Rehabilitation 38. Cleanup of Hazardous and Toxic Waste 39. Residential,Commercial,and Institutional Developments 40. Agricultural Activities 41. Reshaping Existing Drainage Ditches 42. Recreational Facilities 43. Stormwater Management Facilities 44. Mining Activities a r • , EASEMENTS WATER LINE PE 1 DOE NO. aq�g 8801 MC CART AVE. TRACT lA3 J. H. DUNCAN SURVEY A-398 TRACT 2A J. W. HAYNES SURVEY A-781 THE STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WEA, / ,2�– hereinafter referred to as "Grantor", for and in consideration of ne Nflar ($1.00) and other valuable consideration paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in _ accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. _j It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Watez Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And I/we do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to _ maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. WITNESS our h nd(s) this, the —#j� -- day of 20_gA_. ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANTT Before me, 4f , the undersig ed authorit , a n o t ai public in and for the State of _,on this day personally appeared , known to me to be the person whose name is subscribed to the foregoing instrument and acknowledge to me that he/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the_I Day of 20.!!�J. r�$6 SUSAN LEE 7EDDE•I Notary Public in and for the State of Texas Notary ptic My Commission Expires: * * STATE OF i�EXA d C OF FAr Cuncn.Ezp. 10/ 07/0 �W V = 200.' Joe RI�I NGER 193 RO Q CITY OF FORT WORTH. P.j?.J•C,�J P. 9B '1 p-84.22'59" VO1.1�917. P.29 R-90.00' O.R.T.C.T. L-132.55' p-O8'08'42" T-81.58' R-3492.10' L.C.-N62'22'08"E L-496.43' 120.89' T-248.63' L.C.-579'30'36"E 30.0' 496.01' 51.35AB�`11 A-02'41'44" 56�w 1 p-08.08'47" S28.15'35"W R-4889.01' R-3522.10' 32.30' L-230.00' L-500.77' T-115.02' 30.0'- T-250.81' HULEN MEADOWS L.P. L.C.-N21'31'24"E A-02'56'03" L.C.-N79'18'50"W VOL-11318. P.1835. 229.98' R-4919.01' 500.35' D.R.T.C.T. L-251.90' T-125.98' L.C.-S21'25'02"W a RISINGER CORP. � p +� 2$1.87' �ry VOL-14676, P.92 ryti.� ��p� WATER LINE ESM'T. D.R.T.C.T. 0.731 AC. (31 .852 S.F. ) 5/8 F CITY OF FORT WORTH. ry0 VOL.14917. P.17 6 19 h 31. 11 578'06125" O.R.T.C.T. N78.06,25"w BEARING SASEggg.47 / CITY OF FORT WORTH. 1/2"IRF VOL-14626. P.399 D.R.T.C.T. OF TF ............................. WILLIS CAREY DARBY IU a .wywww..wswwws.wwuwws..pes °.A 4622 o ���wCSIR�F-�Q o 000590E1 .FNS WATER LINE PE 1 DOE # 8801 MC CART AVE. TRACT lA3 J. H. DUNCAN SURVEY, A-398 TRACT 2A J. W. HAYNES SURVEY, A-781 EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the J. H. Duncan Survey, Abstract No. 398 and the J. W. Haynes Survey, Abstract Number 781, Tarrant County, Texas, as described to the City of Fort Worth and recorded in Volume 14917, Page 19 and Volume 14917, Page 17 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: BEGINNING at a 5/8 inch iron rod found in the east right of way line of Mc Cart Avenue as recorded in Volume 388-193, Page 98 of the Plat Records of Tarrant County, Texas and for the southwest corner-of said City of Fort Worth tract; Thence North 27 Degrees 13 Minutes 48 Seconds East, 226.97 feet with said east right of way line to the beginning of a curve to the left; Thence 230.00 feet with the arc of said curve to the left and said east right of way line through a central angle of 02 Degrees 41 Minutes 44 Seconds, with a radius of 4889.01 feet and a chord which bears North 21 Degrees 31 Minutes 24 Seconds East, 229.98 feet to the beginning of a curve to the right; Thence 132.55 feet with the arc of said curve to the right and said east right of way line through a central angle of 84 Degrees 22 Minutes 59 Seconds, with a radius of 90.00 feet and a chord which bears North 62 Degrees 22 Minutes 08 Seconds East, 120.89 feet to a point in the south right of way line of Risinger Road for the beginning of a curve to the left; Thence 496.43 feet with the arc of said curve to the left and said south right of way line through a central angle of 08 Degrees 08 Minutes 42 Seconds, with a radius of 3492.10 feet and a chord which bears South 79 Degrees 30 Minutes 36 Seconds East, 496.01 feet to the northeast corner of said City of Fort Worth Tract; Thence South 28 Degrees 15 Minutes 35 Seconds West, 32.30 feet with the east line of said City of Fort Worth tract and a west line of a tract of land described by deed to Risinger Corporation as recorded in Volume 14676, Page 92 of said deed records to the beginning of a non-tangent curve to the right; Thence 500.77 feet with the arc of said curve to the right through a central angle of 08 Degrees 08 Minutes 47 Seconds, with a radius of 3522.10 feet and a chord which bears North 79 Degrees 18 Minutes 50 Seconds West, 500.35 feet; Thence South 67 Degrees 13 Minutes 48 Seconds West, 57.55 feet to the beginning of a curve to the right; ThanrrP ).Si gn fPPt with the arc of said curve to the right through a central WATER LINE PE 2 DOE NO p2q�c D MC CART AVE. TRACT 1 A J. W. HAYNES SURVEY A-781 THE STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WE/I, ary zv=ziar hereinafter referred to as "Grantor", for and in consideration of One Dollar ($1.00) and other valuable consideration paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Water Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and ... singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And Uwe do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. WITNESS our hand(s) this, the 7� day of ADDRESS OF GRANTEE: City of Fort Worth Real Property Management ACKNOWLEDGEMENT ' STATE OF TEXAS COUNTY OF Before me, , the undersigned authority, a notary public in and for the State of 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/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the Day of ,20 . Notary Public in and for the State of Texas ' My Commission Expires: : _L TEDDLEE * ,y pUbC+c OF vi{ 10/30!0 . .._.... Tipp(.•., iPgAgY�4 SU5RN♦�L.E,,C TEUDER ! * Notary STATE OF TEXAS QFI F.9q Crnam.Exp. 10/30/03 t0.J'i:F.•.-L Rn+gA7C^SC. S O N 1 " = 100' . CITY OF FORT WORTH. VOL-14917. P-29 D.R.T.C.T. n=00'56'38" 6229471/ WATER �-1 NE ESM' T. T=31.47' 0.038 AC. ( 1 .648 S.F. ) L-C.=583.43'24"E 62.94' RI,l'OL R o. R, Tf C3'T P 98 !'J,,;0 - ---------------------- a �S09.48'35"w ia h 14.64' z° -- _ P.0 ti' B. h p to A=00.38'04'�"'I RISINGER CORP. R=3432.16' VOL.14676. P-92 ----- L=38.00' 0 R.T.C.T. T=19.00' L.C.=184'17'24"w CITY OF FORT WORTH. 38.00' VOL.14917, P.17 d 19 D.R.T.C.T. 4 ry0 y. ABSTRACT ha. ehUR ,A) h OF TF T 5/8' IRF 578530.5-,E try �P� G1 Rf� 9� . BEAR/NC BASE WILLIS..CAREY.DARBY•111 a ........0.....u....-��.• 1/2"1RF 4622 Ess10?`O� a' 000590E1 .FNS WATER LINE PE 2 ' DOE # MC CART AVE. TRACT lA J. W. HAYNES SURVEY, A-781 EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the J. W. Haynes Survey, Abstract Number 781, 4' Tarrant County, Texas, as described to the City of Fort Worth and recorded in Volume 14917, Page 29 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: BEGINNING at the southeast corner of the right of way of Risinger Road as recorded in Volume 388-193, Page 98 of the Plat Records of Tarrant County, Texas and for the most southerly corner of said City of Fort Worth tract; Thence North 06 Degrees 25 Minutes 09 Seconds East, 75.00 feet with the east right of way line of said Risinger Road to the beginning of a non-tangent curve to the left; Thence 62.94 feet with the arc of said non-tangent curve to the left and said east right of way line through a central angle of 00 Degrees 56 Minutes 38 Seconds, with a radius of 3820.71 feet and a chord which bears South 83 Degrees 43 Minutes 24 Seconds East, 62.94 feet to a point in an east line of said City of Fort Worth tract and a west line of a tract of land described by deed to ' Risinger Corporation as recorded in Volume 14676, Page 92 of said deed records; Thence South 09 Degrees 48 Minutes 35 Seconds West, 14.64 feet with said common line to the beginning of a non-tangent curve to the right; Thence 38.00 feet with the arc of said non-tangent curve to the right and said common line through a central angle of 00 Degrees 38 Minutes 04 Seconds, with a radius of 3432.16 feet and a chord which bears North 84 Degrees 17 Minutes 24 Seconds West, 38.00 feet; Thence South 28 Degrees 15 Minutes 35 Seconds West, 64.72 feet with said common line to the POINT OF BEGINNING and containing 0.038 acres (1,648 square feet) of land more or less. WATER LINE TCE 3 �9 DOE NO 29U0 2301 W. RISINGER RD. TRACT 1 J. H. DUNCAN SURVEY A-398 TRACT 1 & 2A T. O. MOODY SURVEY A-1070 TRACT 2A J. WILCOX SURVEY A-1743 TEMPORARY CONSTRUCTION EASEMENT THAT UWE, RISINGER CORPORATION, hereinafter referred to as Grantor for and in consideration of One Dollar($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas receipt of which is hereby acknowledged, do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas,in accordance with the plat hereto attached,to-wit: TEMPORARY CONSTRUCTION EASEMENT (See attached Exhibit A ) It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for t he p urpose o f t he c onstruction o f s aid w ater 1 ine. Upon completion of said water line and its acceptance by the City of Fort Worth, Texas, all rights granted within the above described Temporary Construction Easement shall cease. a, TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns, until the completion-of construction. And Uwe do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to construct the described improvements,with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. IN WITNESS WHEREOF, Grantors have caused t strument to be executed on this the 'day of 0 Owner(s) 3 Owner(s) RISINGER CORP. VOL.14676. P.92 RISINGER CORP. D.R.T.C.T. VOL.14676. P.92 D.R.T.C.T. T. 0. MOODY GURVEY A68TRACT NO. 1070 ------ - --- e e MATCH LINE I e e Z e 1 " = 300' RISINGER CORP. ; VOL.14676. P.92 D.R.T.C.T. e e e e pie P 1 � e 1c fa 8 J. NI. DGUNCANI SURVEY fa 81 I ABBTU;IACT NO. 398 AB � 8� �a N B e 9 ' WATER LINE ESM'T. I 30' TEMPORARY 3.076 AC.1 133.994 S.F. CONSTRUCTION ESM'T. 2.951 S.F.) RISINGER CORP. VOL.14676, P.92 D.R.T.C.T. I I I ;h CITY OF FORT WORTH. i I .10 D.R.T.C.T. - VOL.14917, P.29 D.R.T.C.T. P.O.C. Oq 1/2-IA 1 Q'a I i � I I rq j�: j CITY AF FORT WORTH. CA RT STRE i voL.1¢9R.T.C.T7. d 19 e � 4 tD fV WATER MAIN / �^ TCE-3 + o 11f1C AI.'9 RISINGER ROAD 1 � 1 1 I I 1 1 BURLINGTON NORTHERN SANTA FE RAILROAD RAILROAD SPIK 1 FOUND 11 11 11 rl II 11 II 1I II TRINITY AIRPORT EOUIPMENT. INC. VOL-10262- P.604 D.R.T.C.T. 11 11 II 11 RISINGER CORP. z i I VOL.14676. P.92 11 D.R.T.C.T. II 11 1 " = 300' II 11 II 11 J. WILCOX SURVEY ABSTRACT CIO. 17-63 1 r 1 I 1 I 1 1 1 1 1 - I 1 1 I I I 1 1 I T. MOODY SURVEY ABSTRACT NO. 1070 E.B. DUSHMAN SURVEY ; ABSTRACT NO. -607 I 1 PULTE HOMES CORP. OF TEXAS VOL.13600. P.62 1 D.R.T.C.T. I 1 1 1 1 1 I 1 I I 1 I I I I RISINGER CORP. 1 VOL.14676. P.92 D.R.T.C.T. CONSTRUCTION ESM'T. 2."1 AC.(120.635 S.F.) RISINGER CORP. VOL.14676. P.92 RISINGER CORP. O.R.T.C.T. VOL.14676. P.92 O.R.T.C.T. T. 0. MOODY SURVEY ABSTRACT NO. 1070 Q 0 c WATER LINE PE 3 DOE#2968 2301 W. RISINGER RD. TRACT 1 J.H.DUNCAN SURVEY A-398 TRACT 1&2A T.O.MOODY SURVEY A-1070 TRACT 2A J. WILCOX SURVEY A-1743 STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT I/WE, RISINGER CORPORATION, hereinafter referred to as "Grantor", for and in consideration of One Dollar($1.00) and other valuable consideration set forth herein, the receipt of which is hereby acknowledged, paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, hereinafter referred to as "Grantee" does hereby GRANT, BARGAIN, SELL AND CONVEY unto Grantee, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with the plat hereto attached, to wit: SEE ATTACHED EXHIBITS "A" (pages 1 of 2,and 2 of 2) & `B" & "C" As additional consideration, as referenced above, for Grantor granting Grantee this easement, Grantee shall not charge "City of Fort Worth water front foot charges or water per acre charges or any other water pro rata charges other than normal tap or impact fees otherwise required by the City Ordinances" to Grantor and its successors in interest when the water lines are extended from the water main to serve Tract 1 of the J.H. Duncan Survey, Abstract 398, a 206.56 acre tract,Tract 1 of the T.O. Moody Survey, Abstract 1070, a 121.44 acre tract,Tract 2A of the T.O. Moody Survey, Abstract 1070, a 16.89 acre tract and Tract 2A of the J. Wilcox Survey, Abstract 1743, a 6.42 acre tract conveyed to Risinger Corporation as recorded in Volume 14676 Page 92 of the Deed Records of Tarrant County Texas. It is further agreed and understood that Grantee shall be permitted the use of the tract of land for the purpose of the construction, maintenance, relocation, inspection, operation, replacement and substitution of a water main, and for legal uses of both publicly and privately owned utilities and for any other legal purpose the Grantee is required to allow by law. Grantor also GRANTS Grantee an ingress and egress easement in order that access may be gained to the above- described tract of land. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and assigns, • forever, and Grantor does hereby bind himself, his heirs, successors and assigns, to warrant and forever defend, all and singular the said premises unto Grantee, its successors and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof. IN WITNESS WHEREOF, Grantor(s) have caused this instrument to be executed on the tm day of_, u.a�ey , 2003. GRANTOR(S): RISINGER C P ATION BY: TITLE: ACKNOWLEDGEMENT THE STATE OF TEXAS § ''�u� yy£� sf�4RT•`I,i LISA HIGHFILL Notary Public.State of Texas My Commission Expires ,,,,,,,,� 006 COUNTY OF TARRANT § `1'''"'"�° November 1 b, BEFORE ME L i s - �7� "/ a Notar Public in and for the State of Texas, on this day personally appeared Gt r� / , (President) (Vice-President) (Attorney-in-Fact) of c r 6IM_-/i' a corporation, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same in the capacity indicated, as the act of and deed of said corporation, and for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE, this the 9day of l Zi7ez 4ea.rc2 , 20, ,g Notary Pub ' , State of T Vas My Commission expires on the day of,4/tie',,n 6�/' , 20 Z)l- e� RISINGER CORP. VOL.14676. P.92 RISINGER CORP. D.R.T.C.T. VOL.14676, P.92 D.R.T.C.T. T. 0. 24.:387VIt qm MATCH LINE ' A-05.16'37" R•4015.00' _ A-05°;16'37" Z A L-369.78' R•398Q 00' T-185.02' L•366155' L.C.-N87.29'37"E T•183..41' 369.65' L.C.-587'29'37"W 1 " = 300 ' 1 366.42' RISINGER CORP. VOL.14676. P.92 D.R.T.C.T. W ; • �cp �Q � c e Q ' Z N 3.07 AC.1137.994 S.F.1 t1a� I *' A-d9.05'23" R-3855.71' w ae L-611.68' T-306.49' ' L.C.-S89.24'00"W A-10'56'57" 611.04' R•3820.71' ■ L-730.14` T-366.18' RISINGER CORP. L.C.-S89'40'13"E VOL.14676. P.92 729.03' v, I O.R.T.C.T. J W ' r 4.6q 8,35-E No ' A-00'38'0 p o! R-3432.16' ` L-38.00' 7-19.00' ^, P. B. L.C.-S84'17'24" d 9ee11 38.00' .gyp,9S H s CITY OF FORT WORTH. �F ?o D.R.T.C.T.VOL.14917. P.29 F D.R.T.C.T. 1 ss P.O.C. O 1/2'IRF ch Mc cgRT 0o it VOLT 149 T.0P 1706 19 D.R.T.C.T. ST ��Q l 1 R��T ��-0 F T� ' STERf' ;f �'•� 0%*6 . ........ ..... .. .S-. W1LLI5 CAREY DARBY 111 = rL ..%.....................%.. WATER I ��SIIRVF-�Q� E-3 - RISINGER ROAD LER 1 I � 1 I 1 S02.00'34~w 25.23, BURLINGTON NORTHERN SANTA FE RAILROAD RAILROAD SPIKEI FOUND I � I I r I I I t 1 TRINITY AIRPORT EOUIPMENT. INC. 1 VOL-10262. P.604 D.R.T.C.T. 1 t I 1 ' RISINGER CORP. Z i VOL.14676. P.92 1 D.R.T.C.T. I 1 1 " = 300' dp I I 1 _ 1 QI Q NI , .1 .-1 M MI v NI N I 1 W,' v l 11'1 Nt N tn; N• t OI CE m 21 2 op I 1 PULTE HOMES CORP. OF TEXAS VOL.13600. P.62 t D.R.T.C.T. I I t I 1 I I t 1 elr ' I t I I I S00'14'24'E i RISINGER CORP. VOL.14676. P.92 16.19' ' D.R.T.C.T. W O M • l0 N 11'1 N OI t1p m N RISINGER CORP. VOL.14676. P.92 RISINGER CORP. D.R.T.C.T. VOL.14676. P.92 D.R.T.C.T. T. 0. MOODY BURVfEY ADISTRACT M0. 1070 a � __._ _ .• to N Q1 WATM uelnl o O0O590E3 .FNS WATER LINE PE 3 DOE # 2301 W. RISINGER RD. TRACT 1 J. H. DUNCAN SURVEY, A-398 TRACT 1 & 2A T. 0. MOODY SURVEY A-1070 TRACT 2A J. WILCOX SURVEY A-1743 EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the J. H. Duncan Survey, Abstract Number 398, the T. 0. Moody Survey, Abstract Number 1070 and the J. Wilcox Survey, Abstract Number 1743 Tarrant County, Texas, as described to Risinger Corporation and recorded in Volume 14676, Page 92 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at 1 / 2 inch iron rod found--for the southeast corner of a tract of land described by deed to the City of Fort Worth as recorded in Volume 14917, Page 17 and Page 19 of said deed records: Thence North 28 Degrees 15 Minutes 35 Seconds East, 512.70 feet with the east line of said City of Fort Worth tract and a west line of said Risinger Corporation tract to the POINT OF BEGINNING; Thence North 28 Degrees 15 Minutes 35 Seconds East, at 44.58 feet pass the southeast corner of the right of way of Risinger Road as recorded in volume 388- 193, Page 98 of the Plat Records of Tarrant County, Texas, continuing in all - 109.30 feet with an easterly line of a tract of land described by deed recorded in Volume 14917, Page 29 of said deed records, to the beginning of a non-tangent curve to the left; Thence 38.00 feet with the arc of said non-tangent curve to the left and a common line of said Risinger Corporation tract and said City of fort Worth Tract, through a central angle of 00 Degrees 38 Minutes 04 Seconds, with a radius of 3432.16 feet and a chord which bears South 84 Degrees 17 Minutes 24 Seconds East, 38.00 feet; _ Thence North 09 Degrees 48 Minutes 35 Seconds East, 512.70 feet with a common line of said tracts to the beginning of a non-tangent curve to the left; Thence 730.14 feet with the arc of said non-tangent curve to the left through a central angle of 10 Degrees 56 Minutes 57 Seconds, with a radius of 3820.71 feet and a chord which bears South 89 Degrees 40 Minutes 13 Seconds East, 729.03 feet; Ono Thence North 84 Degrees 51 Minutes 19 Seconds East, 421.49 feet to the beginning of a curve to the right; ., Thence 369.78 feet with the arc of said curve to the right through a central angle of 05 Degrees 16 Minutes 37 Seconds, with a radius of 4015.00 feet and a chord which bears North 87 Degrees 29 Minutes 37 Seconds East, 369.65 feet; 000590E3 .FNS the south line of said Trinity Airport Equipment, Inc. tract to a railroad spike found in the west right of way line of the Burlington Northern Santa Fe Railroad for the north east corner of said Risinger Corporation tract; Thence South 02 Degrees 00 Minutes 34 Seconds West, 25.23 feet with said right ,. of way line; Thence North 89 Degrees 52 Minutes 05 Seconds West, 2843.14 feet to the beginning of a curve to the left; Thence 366.55 feet with the arc of said curve to the left through a central angle of 05 Degrees 16 Minutes 37 Seconds, with a radius of 3980.00 feet and a chord which bears South 87 Degrees 29 Minutes 37 Seconds West, 366.42 feet; Thence South 84 Degrees 51 Minutes 19 Seconds West, 421.49 feet to the beginning of a curve to the right; Thence 611.68 feet with the arc of said curve to the right through a central angle of 09 Degrees 05 Minutes 23 Seconds, with a radius of 3855.71 feet and a chord which bears South 89 Degrees 24 Minutes 00 Seconds West, 611.04 feet; Thence South 73 Degrees 55 Minutes 09 Seconds West, 221.89 feet to the POINT OF BEGINNING and containing 3.076 acres (133,994 square feet) of land more or less. WE IM �XNIBIT SIC I� CD CL D v Mc m a�Ave � N b! Z m yO � o o.a CD c� J Wilcox Su ey A-1743,T LI T O Mody Survey J Wilcox Survey A-1070 Tr-2A A-1743,Tr-2A q, WATER LINE PE 4 DOE NO. ggo0 CUNNINGHAM RD. TRACT 2B E. B. DISHMAN SURVEY A-407 THE STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WE/I, PULTE HOME CORPORATION OF TEXAS, hereinafter referred to as "Grantor", for and in consideration of One Dollar ($1.00) and other valuable consideration paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, In accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. It is further agreed and understood that the City of Fort Worth will be permitted the use of Im the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Water Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And I/we do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. WITNESS our ha n (s) this, the %� day of _ 0`1 ��� � , 200 3.-• (1` ADDRESS OF GRANTEE: City of Fort Worth Real Property Management 1000 Throckmorton Street ACKNOWLEDGEMENT STATE OF TEXAk� COUNTY OF .m Before me, , the under 'gi ed ri notary public in and for the State of exas, o day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument and Anowl0ged to me that 'he/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the / Day ,200J. Notary Public in and for the State of My Commission Expires: Vol ZELDA L. MCGRIFF Notary Public State of Texas N� o,�4*� Comm. Expires 6-15-2006 -.�� RISINGER ROAD I � 1 I I BURLINGTON NORTHERN SANTA FE RAILROAD P.O.C. +� RAILROAD SPIKES 1 Z FOUND I I 1 1 . I t pl 1 1 " = 300 ' "•� �I 1 l 1 TRINITY AIRPORT EQUIPMENT. INC.r VOL.10262. P.604 i D.R.T.C.T. i Al 1 I •• 31 I I 1 QI I RISINGER CORP. VOL.14676. P.92 U•�1 1 D.R.T.C.T. • I I �I I pl 1 V)1 I I I SOO-00'23"W 1 1 P.O e. J. WOLCOX RURVI-5T AMSTRACT me. M1 1 1 I ti Ip cliO Ip 1 . m Ip� IN 1 r• 1 1� In V N 11� � IIf1 • I• Q' 1 Oa co Go Ln I 4 PULTE HOME CORP. OF TEXAS 1 Is VOL.13600. P.62 j D.R.T.C.T. 1 . 1 i I WATER LINE ESM'T. 0.416 AC. ( 18.112 S.F. ) 1 I I 1 1 I 1 N00'14'24"W i VOL 114676 C PR 92 D.R.T.C.T. 1 1 1 I 1 ABSTRACT me. 1070 1 I I 1 I I 1 I 1 I 1 1 1 1 1 RISINGER CDRP. OF j VOL.14676. P.921 I P: 14TER*-,+ D.R.T.C.T. I 1 t �E0 f� %. 1 1 (7 Tom? ............................. WILLIS CAREY DARBY III � .•yssss•ss•••..•s•..•.y. a 4622 Iv WATER MAIN s�OF 1®;.•' nor N(1 ��D•$(I R v�t'yO iv 000590E4 . FNS WATER LINE PE 4 DOE # i CUNNINGHAM RD. TRACT 2B E. B. DISHMAN SURVEY, A-407 EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the E. B. Dishman Survey, Abstract No'. 407, Tarrant County, Texas, and being a portion of that tract of land described by deed to ' Pulte Home Corporation of Texas and recorded in Volume 13600, Page 62 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a railroad spike found in the west right of way line of the Burlington Northern and Santa Fe railroad for the northeast corner of a tract of land described by deed to Risinger Corporation as recorded in Volume 14676, Page 92 of said deed records and the southeast corner of a tract of land described by deed to Trinity Airport Equipment, Inc. as recorded in Volume 10262, Page 604 of said deed records; i Thence South 69 Degrees 57 Minutes 04 Seconds West, 752 .24 feet with a common line of said tracts to the southeast corner of said Pulte Home tract, the POINT OF BEGINNING; Thence South 89 Degrees 57 Minutes 04 Seconds West, 1279.00 feet with the south _ line of said Pulte Home tract and a north line of said Risinger, Inc. tract; Thence North 00 Degrees 14 Minutes 24 Seconds West, 16.19 feet with a west line of said Pulte Home tract and an east line of said Risinger, Inc. tract; s Thence South 89 Degrees 52 Minutes 05 Seconds East, 1279 .07 feet to a point in the west line of said Trinity Airport Equipment, Inc. tract; Thence South 00 Degrees 00 Minutes 23 Seconds West, 12.16 feet with said west line to the POINT OF BEGINNING and containing 0.416 acres (18, 112 square feet) of land more or less. Y WATER LINE PE 6 DOE NO. 2200 W. RISINGER RD. TRACT 4C E. B. DISHMAN SURVEY A407 - THE STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WEA, RRR MANAGEMENT CO., hereinafter referred to as "Grantor", for and in consideration\of One Dollar ($1.00) and other valuable consideratica paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Water Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And Uwe do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. WITNESS our hand(s) this, th a � - day of ADDRESS OF GRANTEE: _ ' JULIE YOUNG City of Fort Worth MYOSSIOdV EXPIRES ';...... Real Property Afanageneent ` Mri24,Zoos 1000 Throckmorton Street y R ACKNOWLEDGEMENT STATE OF TEXAS - COUNTY OF rc7 Before me, the undersigned authority,a notary public in and for the State of Texa ,on this personally appeared eJGt FuSSe- I 1 ,known to me to be the person whose name is subscribed to the foregoing instrument abd acknowledged to me that he/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the -�9-tom Day of 20 3 Notary Public in and for the State of Texas My Commission Expires: V�V1. JULIE YOUNG MY COMMISSION EXPIRES = ,f Apit 24,2W6 i S R Q I 1 04, O 1 1 1 1 Fii 1 1 I 1 1 1 I I I 1 " = 200' • _ ¢ N d 6. Gv1QRTON SSURVE 1 4 ABSTRACT NO. 11,027-14 I WILLIAM K. HAWKINS. VOL.6127. P.40 1 D.R.T.C.T. O ' A.S. d J. BAUMGARDNER. q VOL-14124. P.371 O Q O.R.T.C.T. a lz Iz I1 1 r HOMAS D. GIBBS.I � G." L.14355. P.1991 I 1 gr��• D.R.T.C.T. I : I 1 I P.O.C. II 1/2' 1RF X ; PAMELA L. ANDERSON. P.O.B:,�� N90`00'00"W 26.22 -�-�'---I 142' IRF - OA I ph�'hh I PAMELA L. ANDERSON. E.B. UUSUJ t1Qa SMG°3d[Ey m ABSTRACT Ul 0. 5763 /�1o �4G°�Q64 MnOO . 1907 I mm RRR MANAGEMENT CO. s 1A'.- VOL.127 @4. P-121 tn o wN WATER LINE ESM'T. 0.R.T.C.T. ° ° pal- 0.074 AC. (3.233 S.F. ) N O c •U Ln O 4o O+ O co 01 V1Q V1 z Q O I a I NO2.00'34-E 7.19' t�•••..F••.TE` BURLINGTON NORTHERN SANTA FE RAILROAD A,?:•�,G`STEa�•.,+ .. ........... ................ TRINITY AIRPORT EQUIPMENT. INC. ' ZLLIS CAREY DARBY III ZE$ VOL.10262. P.604 i R I S I NGER CORP. .•Y..................... ti•' D.R.T.C.T. VOL.14676. P.92 �:� 4622 r WATER MAIN D.R.T.C.T. �F `aA•� v E-6 DOE NO. ��'© S U R,4 Q 000590E5 . FNS WATER LINE PE 6 DOE # 2200 W. RISINGER RD. TRACT 4C E. B. DISHMAN SURVEY, A-407 EXHIBIT B _ LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the E. B. Dishman Survey, Abstract No. 407, Tarrant County, Texas, and being a portion of that tract of land described by deed to RRR Management Co. and recorded in Volume 12784, Page 121 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 1 / 2 inch iron rod found in the center line of Risinger Road as recorded in Volume 5168, Page 278 of said deed records for the southeast corner of said RRR Management Co. tract; Thence North 90 Degrees 00 Minutes 00 Seconds West, 26.22 feet with the south line of said tract and said center line to the POINT OF BEGINNING; Thence North 90 Degrees 00 Minutes 00 Seconds West, 495.75 feet with said line to a point in the east right of way line of the Burlington Northern and Santa Fe _ Railroad; Thence North 02 Degrees 00 Minutes 34 Seconds East, 7.19; Thence South 89 Degrees 52 Minutes 05 Seconds East, 489.47 feet; Thence South 44 Degrees 52 Minutes 04 Seconds East, 8.55 feet to the POINT OF BEGINNING and containing 0.074 acres (3,233 square feet) of land more or less. C WATER LINE TCE 7 DOE NO. Rqq y W. RISINGER RD. TRACT 3F1 + S.A. & M.G. RR CO. SURVEY A-1462 TEMPORARY CONSTRUCTION EASEMENT THAT I/WVE, THOMAS D. GIBBS, hereinafter referred to as Grantor for and in consideration of One Dollar ($1.00) and other valuable consideration paid by the City of + Fort Worth, a municipal corporation of Tarrant County, Texas receipt of which is hereby acknowledged, do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County,Texas, in accordance with the plat hereto attached, to-wit: TEMPORARY CONSTRUCTION EASEME NT (See attached Exhibits A It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for t he p urpose o f t he c onstruction o f s aid w ater 1 ine. Upon completion of said water line and its acceptance by the City of Fort Worth, Texas, all rights granted within the above described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns, until the completion of construction. And I/we do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singu)ar, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to construct the described improvements, with the usual rights of ingress and egress in the + necessary use of such right-of-way, in and along said premises. IN WITNESS WHEREOF, Grantors have caused this inst ment to be executed on this the day of JA 4,1 , 20 !� ,. Owner(s) "IWO An QS �r, Owner(s) N, I I Ori. O I 1 j N I I IJ--1 I I I 1 I � I I I I I I I 1 • -` 1 Z A V I Z 1--I 1 " = 200' U) 5/8'IRF 1/2' IRF d C. MARTON SM ° yVEM ABSTRACT NO . 9022 I WILLIAM K. HAWKINS. I VOL.6127. P.40 D.R.T.C.T; N� i A.S. & J. BAUMGARDNER. Q VOL-14124. P.371 D.R.T.C.T. I b i gip,Q 112' IRF PK NAIL 13/4' IRF 0. •Qf j I ((�� m I I �'p� Z;c� i o-F 15`—►i t Inv¢ i I 0b oJC it z0 1 TEMPORARY ~� 30' CONSTRUCTION ESM'T. , ,' PAMELA L. ANDERSON. 0.229 AC. (9.960 S.F. I s , I 1 2' IRF I1 -- ---- WATER LINE ESM'T. 0.253 AC. ( 11 .032 S.F. ) DoommAm SURVEY ABSTRACT mo. kW co 1 RRR MANAGEMENT CO. ( i wN Q[L C�' OQ { S''U) I° M��\Y VOL-12784% P.121 I D.R.T.C.T. 1 6°, o 84g1%04 IM 00 517764 ,23 1 1 o�F PAMELA L. ANDERSON. I i �'^o� I1 vo0 II ' a I � I BURLINGTON NORTHERN SANTA FE RAILROAD P. TRINITY AIRPORT EOUIPMENT, INC. 1 a VOL.10262. P.604 I CORP. m D.R.T.C.T. �RISINGER 14676. P.92 WATER MAIN D.R.T.C.T. TCE-7 C° o DOE NO. N WATER LINE TCE 8 DOE NO. aq�g a 2201 W. RISINGER RD. TRACT 2 & 2C J. W. WILCOX SURVEY A-1743 TEMPORARY CONSTRUCTION EASEMENT THAT I/WE, PAMELA L. ANDERSON, hereinafter referred to as Grantor for and in consideration of One Dollar($1.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas receipt of which is hereby acknowledged, do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with the plat hereto attached, to-wit: `TEMPORARY CONSTRUCTION EASEMENT (See attached Exhibits A and C) It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for t he p urpose o f t he c onstruction o f s aid w ater 1 ine. Upon completion of said water line and its acceptance by the City of Fort Worth, Texas, all rights granted within the above described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns, until the completion of construction. And I/we do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the saw City of Fort Worth to construct t he d escribed i mprovements, w ith t he u sual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. IN WITNESS WHEREOF, Grantors have caused this instrument to be executed on this the Q2 day of J c.1 nl a A A_q , 20 0d. Owner(s) Owner(s) w Q C' � tt � tt t . � t 1 f t t z 1 1 " = 200' 5/8'IRF w 1/2' IRF t a 1 6. G�QaS>°OG�J �UaMf��7 ABSTRACT TOO . 9022 6 t WILLIAM K. HAWKINS. VOL.6127. P.40 D.R.T.C.T. A.S. d J. BAUMGARDNER. i VOL.14124. P.371 QO ' D.R.T.C.T. �Q��O• i t Q�Q PK NAIL �o P � 112' IRF ^_-- �� 3/4 IRF----------- N� I I1 b tea~ I �i .0 I t t 8,n I i; 0 Iii ; PAMELA L. ANDERSON. ~� X t, :t 1/2' IRF .' % REMAINDER IRVING WALLERSTEIN. TRUSTEE VOLUME 4884. PAGE 114 D.R.T.C.T. zi . 1/2' IRF WATER LINE ESM'T. 1 30' TEMPORARY CONSTRUCTION ESM'T. 0. 164 AC (7.132 S.F. ) ABSTRACT T MOO . 401 e t RRR MANAGEMENT CO. VOL-12784. P.121 Lj t J. MIA Od6 ? N 8U ° l!%!4- V D.R.T.C.T. ' I t tea Q o IS413nC�S(' a0. 5)7763 Q co ; PAMELA L. ANDERSON.tE t ` to it I t EMAINDER v •� 1 IRVING WALLERSTEIN. TRUSTEE m> i VOLUME 4884. PAGE 214 a IL � t t NO2.00'34'E 30.68' BURLINGTON NORTHERN SANTA FE RAILROAD TRINITY AIRPORT EOUIPMENT. INC. ; o VOL.10262. P.604 t RISINGER CORP. Lo D.R.T.C.T. VOL-14676. P.92 N WATER MAIN D.R.T.C.T. TCE-B o DOE NO. . n.wr.w.-n nn lv O O WATER LINE PE 9 DOE NO. R-10 9740 CROWLEY RD. TRACT 1A C. MARTIN SURVEY A-1022 r THE STATE OF TEXAS § _ COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WE/I, ALLEN S BAUMGARDNER and JUDY BAUMGARDNER, hereinafter referred to as "Grantor", for and in consideration of One Dollar ($i.00) and other valuable�consideration paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Water Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And Uwe do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in th&necessary u ke of s right-of-way, in and along said premises. WITNESS hand(s) this, the .-15/-'04 day of ADDRESS OF GRANTEE: City of Fort Worth JAMIE E FAFtAM Real Property Management Notary Public State of Texas 7 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT - Before me, 7&m l e' � Ft R-rk-1 , the undersigned authority, a notary public in and for the State of Texas, on this day personally appearec ' LCn6 S. umG UL�known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the 24 Day of ,20 Notary Public in and for the State of Texas My Conunission Expires: JAMIE E FARAM Notary Public State of Texas 10 My Commission Expires November 30,2005 STATE OF TEXAS i COUNTY OF TARRANT Before me, _l Q m'I r_ C. r-Lt,r 10, , the undersi ned authority, a notary public in and for the State of Texas, on this day personally appeared Twr fi. e`uHy6,Q4VA known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that lie/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the Z4 Day of , 200 Notary Public in and for the State of Texas My Cormission Expires: JAMIE E FARAM Notary Public State of Texas My Commission Expires November 30,2005 1 1 DIY � 1 1 1 1 � 1 1 1 1 1 1 1 1 1 1 Z 200' R-14192 40'.. �Ny L-30.08' 5/8'IRF F-ti T-15.04' L.C.•544.08'04"W 10.31' 30.08' 1/2' IRF a c C. G�11R R TON SURVEY In % M ABSTRACT Mn OO . W22 p M WILLIAM K. HAWKINS. 'VOL-6127. P.40 - vl D.R.T.C.T. ®��7 .S. & J. BAUMGGARDNER. v' ^ VOL-14124. P.371 ® D.R.T.C.T. V tJ' N00.07'061 m EXISTING RIGHT WATER LINE ESM'T. �0 20.95' OF WAY LINE 0.179 AC (7.807 S.F. ) 1 1 PK NAi 1/2' IRF P NAIL _---- _'__`--- — 3/4 g, I 1 1 y j ; NOO-97'06'E 1 1 m r I 1 1 1 1 �' Oyyr I 1 1 0 0 II 1 PAMELA L. ANDERSON. r0 I I 1 X 1/2' 1 F .' �' REMAINDER IRVINC WALLERSTEIN. TRUSTEE �'––– VOLUME 4884. PACE 214 D.R.T.C.T. 112' IRF I N44.52'05'W 1 ii 4b•52' Ivlll iv J. V OL COW SURVEY E. o . DOOO NAN SURVEY ABSTRACT W0. i -?6 3 Q o STRAC T No. 40-1 101:1 I 11 1 RRR MANAGEMENT CO. IEOD loll .n VOL.12784. P.121 wey 101 1 0 D.R.T.C.T oa►= BCD IO1 PAMELA L. ANDERSON. owl- Iv�'li Z iO In� I u •o I it EMAINDER IRVINC WALLERSTEIN. TRUSTEE UME4T84. PAGE 214 D R C a I n n OF NO2.00'34`E 30.68' •••"'••• l BURLINGTON NORTHERN SANTA FE RAILROAD �P.4G15TC;;'- ± 1 • ' WILLIS CAREY DARBY•III a TRINITY AIRPORT EOUIPMENT, INC. 1 I 1 ..v..e..ou...w.w....S•• r.. VOL.10262. P.,604 I RISINGER CORP. :4 4622 Q WATER MAIN D.R.T.C.T. VOL-i4676,D R T C.D.R.T.C.T. 92 %'�oe to?40 o DOE NO. _ ���•SUR`IE{o N 000590E9 . FNS WATER LINE PE 9 DOE # 9740 CROWLEY RD. TRACT lA C. MARTIN SURVEY, A-1022 • EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the C. Martin Survey, Abstract No. 1022, Tarrant County, Texas, and being a portion of that tract of land described by deed to Allen S. Sr. and Judy Baumgardner and recorded in Volume 14124, Page 371 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: ■ COMMENCING at a PK nail found in the south right of way line of Risinger Road; ■ Thence North 00 Degrees 07 Minutes 06 Seconds East, 8.25 feet with a west line of said tract to the POINT OF BEGINNING; Thence North 00 Degrees 07 Minutes 06 Seconds East, 20.95 feet with said west line to the northwest corner of said Baumgardner tract; Thence South 89 Degrees 45 Minutes 52 Seconds East , 376 .69 feet with the north ■ line of said tract to a point in the west right of way line of Crowley Road for the northeast corner of said tract and the beginning of a non-tangent curve to the left; r Thence 30.08 feet with the arc of said curve and said west right of way line through a central angle of 01 Degrees 09 Minutes 17' Seconds, with a radius of 1492.40 feet and a chord which bears South 44 Degrees 08 Minutes 04 Seconds West, ■ 30.08 feet; Thence North 89 Degrees 38 Minutes 54 Seconds West, 355.79 feet the POINT OF ■ BEGINNING and containing 0.179 acres (7,807 square feet) of land more or less. ■ WATER LINE TCE 10 = DOE NO. 2/68 CROWLEY RD. TRACT 1 C. MARTIN SURVEY A-1022 TEMPORARY CONSTRUCTION EASEMENT THAT IIWE, B. N. DEVELOPMENT COMPANY, INC., hereinafter referred to as Grantor for and in consideration of-One Dollar ($1.00) and other .valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas receipt of which is hereby acknowledged, do grant, bargain and convey unto said City, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with the plat hereto attached, to-wit: TEMPORARY CONSTRUCTION EASEMENT (See attached Exhibit A) It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for t he p uupose o f t he c onstruction o f s aid w ater 1 ine. Upon completion of said water line and its acceptance by the City of Fort Worth, Texas, all rights granted within the above described Temporary Construction Easement shall cease. _ TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging unto the said City of Fort Worth, its successors and assigns, until the completion of construction. And I/we do hereby bind myself/ourselves, my/our heirs, successors, and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to construct the described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. IN WITNESS WHEREOF, Grantors have d this instrument to be executed on this the 91day of , 20 03 . O wine r(s) Owner(s) 3/4"IRF s z 1 " = 200' ABSTRACT' HMO . t=2 O W Z SOUTH SEMINARY ADD. Y 1--1 TEMPORARY P.R.T.C.T. VOL.386-1. P.33 CONSTRUCTION ESM' T. � r-1 H �A 0.029 AC ( 1 .253 S.F. ) A 1 1 - n 1 Of �� WATER L INE ESM' T. LI 0.442 AC ( 19.258 S.F. ) TEMPORARY 1 CONSTRUCTION ESM'T. ; 0.105 AC (4.557 S.F. ) 20 F00T TEMPORARY CONSTRUCTION ESM'T. 0.212 AC (9.252 S.F. ) Y 1/2" IRF B.N. DEVELOPMENT COMPANY, INC.. 1 VOL.15346. P.311 { � 1 D.R.T.C.T. ,) 1 5/8'IRF 112' IRF 1 1 1 I 1 1 1 1 I . 1 1 I 1 1 1 1 I � I 1 1 112' IRF PK NAIL - 3/4 RF m WATER MAIN 6i TCE-10 c> nnr •�n N 000590E10 .FNS WATER LINE PE 10 DOE # CROWLEY RD. TRACT 1 C. MARTIN SURVEY, A-1022 EXHIBIT B ® LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the C. Martin Survey, Abstract No. 1022, Tarrant County, Texas, and being a portion of that tract of land described by deed to B. N. Development Company, Inc. and recorded in Volume 15346, Page 311 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 1 / 2 inch iron rod found in the south right of way line of Risinger Road at its intersection with the east right of way line of Crowley Road; _ Thence South 53 Degrees 16 Minutes 06 Seconds West, 25.75 feet with said east right of way line to the POINT OF BEGINNING; Thence South 89 Degrees 38 Minutes 54 Seconds East, 299.87 feet; Thence North 00 Degrees 21 Minutes 06 Seconds East, 16.01 feet to a point in said south right of way line; Thence South 89 Degrees 44 Minutes 50 Seconds East, 44.98 feet with said south right of way line; +� Thence South 00 Degrees 21 Minutes 06 Seconds West, 26.09 feet; Thence South 89 Degrees 38 Minutes 54 Seconds East, 47.98 feet; A. Thence South 00 Degrees 18 Minutes 00 Seconds West, 35.00 feet; Thence North 89 Degrees 38 Minutes 54 Seconds West, 452.39 feet to a point in - said east right of way line; Thence North 53 Degrees 16 Minutes 06 Seconds East, 74.63 feet with said east s right of way line to the POINT OF BEGINNING and containing 0.442 acres (19,258 square feet) of land more or less. r I. WILCOX ram L75• TR ic FAW46 Y I SURVEY A-- 17 4_3 TFL a Joe 72'1 s sc A2D c TR 2DU TIL im 2JV4 AC lam Ac a TL 77 TL 2m C I. aim Ac c') z 7RJJ m J73 A* MM DL 2m 7R.2L :2.% TPL 2A i4t 2J79 A 1 2324 AC t!2 J141 . ., All TR Z, Usl AC TL Ic M AG TOL 2EI IR 2.305 c A .1c ADZ TL 2m AG ts Ac m 20 3M AD M n TL 20 23■AC 3A5 AC ROQ 25 27 21 i 20 is TIL 31MA 1 3 3AI AC WATER LINE PE 11 DOE#2968 CROWLEY RD. TRACT 1 C.MARTIN SURVEY A-1022 STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT UWE, B.N. DEVELOPMENT COMPANY, INC., hereinafter referred to as "Grantor", _ for and in consideration of One Dollar ($1.00) and other valuable consideration set forth herein, the receipt of which is hereby acknowledged, paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County,Texas, hereinafter referred to as "Grantee" does hereby GRANT, BARGAIN, SELL AND CONVEY unto Grantee, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with the plat hereto attached, to wit: SEE ATTACHED EXHIBITS "A" & `B" & "C" _ As additional consideration, as referenced above, for Grantor granting Grantee this easement, Grantee shall not charge "City of Fort Worth water front foot charges or water per acre charges or any other water pro rata charges other than normal tap or impact fees otherwise required by the City Ordinances" to Grantor and its successors in interest when the water lines are extended from the water main to serve Tract 1 of the C. Martin Survey, Abstract 1022, a 149.36 acre tract conveyed to B.N. Development Company, Inc., as recorded in Volume 15346 Page 311 of the Deed Records of Tarrant County Texas. It is further agreed and understood that Grantee shall be permitted the use of the tract of land for the purpose of the construction, maintenance, relocation, inspection, operation, replacement and substitution of a water main, and for legal uses of both publicly and privately owned utilities and for any other legal purpose the Grantee is required to allow by law. Grantor also GRANTS Grantee an ingress and egress easement in order that access may be gained to the above- described tract of land. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and assigns, forever, and Grantor does hereby bind himself, his heirs, successors and assigns, to warrant and forever defend, all and singular the said premises unto Grantee, its successors and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a Permanent Easement unto Grantee to maintain, repair and construct the above improvements and for any other legal purpose with the usual right of ingress and egress in the necessary use of such Permanent Easement, in and along said premises. s. GRANTOR(S): B.N. DEVELOPMENT Y, INC. BY: TUM: Y?' ACKNOWLEDGEMENT THE STATE OF TEXAS § �~� ,o�.%«.;., LISA HIGHFILL • `�= Notery Public.State of Texan My commission Expires COUNTY OF TARRANT November 16,2006 BEFORE ME, Zi3'4 �� l�,f°s'�� a N tary Public in and for the State of Texas, on this day personally app ed s le'." G r- ' (President) (Vice-President) (Attorney-in-Fact) of a corporation, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same in the capacity indicated, as the act of and deed of said corporation, and for the purposes and consideration therein expressed. GIVEN UNDER MY HAND AND SEAL OF OFFICE,this the ` ' day of c2.�auar-�_ —, 200 Notary Pub , State of as My Commission expires on the �day of cr� r 20 D� . AFAm kEweplN& tETU" 7'0 3/4"IRF U Z 200' ABSTRACIF MOO . 9U3p. O cq m w N St z SOUTH SEMINARY ADD. VJ VOL-388-1. P.33 n P.R.T.C.T. I--1 c. im. W m Al, v°°i+ ,,pp C� SS o op•oo"w AN 26 0921'06"W S89.44'S0"E WATER LINE ESM'T. 44.98' 0.442 AC ( 19.258 S.F. ) Q N00.21'06"E co y k,� ��• 16.01' ; rn R �_al� (•r� O N < i n B .N. DEVELOPMENT COMPANY. INC.. �l VOL.15346. P.311 D.R.T.C.T. fi) v) z P.O.C. m V- 1/2" IRF O 5/8-IRF 1/2" IRF 1 I i 1 1 1 1 1 1 I 1 E 1 1 1 �..•0 F i �P C,%s J?F0+.Y 1/2' IRF 1 PK NAIL �. s /4 IRF WILLIS CAREY DARBY III a .. ..y.....................`.. m Va 4622 WATER MAIN C•',p 0°E S 510+.4,q- iv nnc Nn WATER LINE PE 16% DOE NO. 2201 W. RISINGER RD. TRACT 2 & 2C J. W. WILCOX SURVEY A-1743 THE STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WE/I, IRVING WALLERSTEIN, TRUSTEE, hereinafter referred to as "Grantor", for and in consideration of One Dollar ($1.00) and other valuable consideration paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. It is further agreed and understood that the City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction and maintenance of a water main. An ingress and egress easement shall be granted in order that access may be gained to the above described Permanent Water Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And I/we do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. WITNESS our hand(s) this, the _7 ''�t day of , 200 i ADDRESS OF GRANTEE: City of Fort Worth i Real Property]Management 1000 Throckmorton Street Furl Worth TX 76102 r rACKNOWLEDGEMENT STATE OF TEXA§ Giu.td COUNTY OF T4WUVWT Before me, [.C/G a undersigned authority,a notary r public in and for the State/of Texas, on this day personally appeared V25 ,known to me to be the person whose name is subscribed to the foregoing instrument aud acknowledged to me that he/she executed the same for the purpose and eonsideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the Day of Notary Public in and for the State of Texas �. My Commission Expires: � T '="Y``! ; CAROLS SHAFFER += MYcoww-'-'iq omm February 1.+, 2006 Y f i _ Q � II � II II II I I . � I I Z z 1 " = 200 ' U) 5/8'IRF X 1/2' IRF A C. MARTON SURVEY Q o 0- IrRAC T H(D . 9022 WILLIAM K. HAWKINS. i VOL-6127. P.40 ' D.R.T.C.T. �•� ' A.S. d J. BAUMGARDNER. VOL.14124. P.371 .. ' D.R.T.C.T. S00.46'15'E _ 24.20' o� ' PK NAIL 1/2' IRF ---------------- 3/4 ^ �. & NQ�1 - I 6.70' !'✓! � V m N I � 1 OI 1 ID •In c V1 Q RI: 1 n 1 I O 0 Zi ; co•; x O 1.4 Z PAMELA L. ANDERSON. P.O.B. PT 2 �r N 31.62`1.623'05'W S00.04'24'E ,�� �f N89.59.00-E 49.68'/*' 9.68', , 137.57' 1/2' IRF 26,38'I ,� i�Lyl REMAINDER ; N44.52'05'W _' _,�,o��_) ME IRVING MALLERSTEIN. TRUSTEE - ^- —- 37.22'-,-- i �- VOLU . PAGE 214 60.04'14'• O.R.T.C..T T. 138.42 I P'0'97- P.O.C. PART 1 d 2 ' N44T52'05'W 1/2' IRF I i 66.52' pp �(�(�n ^��J ���� )�// Ivlj iv N1. Vll 0LSC0 W 2%'Ufi V 11`1 ooV)o§W&H SURVEY A1G35 IP ° thC� l`� WK 00 . 4071 I°� .� WATER LINE ESM'T. _ PART 1 0.358 AC ( 15.601 S.F. ) RRR MANAGEMENT CO. ti ja PART 2 0. 154 AC (6.TO1 S.F. ) _ VOL-12T84. P.121 W^+ l01 o D.R.T.C.T. dal= I& ` oD F �o i PAMELA L. ANDERSON. iO In ae I� •0 I EMAINDER IRVING MALLERSTEIN. TRUSTEE pOLRC UME4884. PAGE 214 IL II I OF NO2.00'34"E 30.68' t :••••'•••• T BURLINGTON NORTHERN SANTA FE RAILROAD A,P.��1S7ERFO'•+•r �r .s TRINITY AIRPORT EOUIPMENT. INC. ..%. . CARiY•DA....%. X. VOL.10262, P.604 1 RISINGER CORP. 4622 15± D.R.T.C.T. VOL-1467T6. P.92 * .p WATER MAIN D.R.T.C.T. <'•••'oFfSS1�?`•O� E-8 4�.�•• ..... --A jo+ DOE NO._..... �. .... �, SURD / iN 00059OE8 .FNS WATER LINE PE 8 DOE # 2201 W. RISINGER RD. TRACT 2 & 2C J. WILCOX SURVEY, A-1743 EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT PART 1 BEING an easement situated in the J. W. Wilcox Survey, Abstract No. 1743, Tarrant ®' County, Texas, and being a portion of that tract of land described by deed to Irving Wallerstein and recorded in Volume 4884, Page 214 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 1 / 2 inch iron rod found in the center line of Risinger Road as recorded in Volume 5168, Page 278 of said deed records and being an ell corner in the north line of said Wallerstein tract; Thence North 00 Degrees 04 Minutes 24 Seconds West, 138.42 feet with an east line of said tract and said center line to the POINT OF BEGINNING; Thence North 44 Degrees 52 Minutes 05 Seconds West, 66.52 feet; Thence South 89 Degrees 52 Minutes 05 Seconds West, 476.12 feet to a point in the west right of way line of the Burlington Northern and Santa Fe railroad; Thence North 02 Degrees 00 Minutes 34 Seconds East, 30.68 feet with said east right of way line to the center line of said road; Thence South 90 Degrees 00 Minutes 00 Seconds East, 495.75 feet with said center line; Thence South 44 Degrees 52 Minutes 05 Seconds East, 37.22 feet to a point in an r, east line of said Wallerstein tract and the center line of said road; Thence South 00 Degrees 04 Minutes 24 Seconds East, 49.68 feet with said east _ line and said center line of said road to the POINT OF BEGINNING and containing 0.358 acres (15,601 square feet) of land more or less. PART 2 BEING an easement situated in the J. W. Wilcox Survey, Abstract No. 1743, Tarrant County, Texas, and being a portion of that tract of .land described by deed to Irving Wallerstein and recorded in Volume 4884, Page 214 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 1 / 2 inch iron rod found in the center line of Risinger Road as _ recorded in Volume 5168, Page 278 of said deed records and being an ell corner in the north line of said Wallerstein tract; Thence North 89 Degrees 59 Minutes 00 Seconds East, 137.57 feet with a north line of said tract and said center line to the POINT OF BEGINNING; Thence North 89 Degrees 59 Minutes 00 Seconds East, 298.92 feet with said north 1�.�.. --A --3.1 It-- -- - --ter -- "I- -- -., , _L „.a , _1 .._111 _. . WATER LINE PE /.f DOE NO. c2 I(T _ W. RISINGER RD. TRACT 3F1 S.A. & M.G. RR CO. SURVEY A-1462 THE STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT WATER MAIN EASEMENT THAT WEA, THOMAS D. GIBBS, hereinafter referred to as "Grantor", for and in consideration of One Dollar ($1.00) and other valuable consideration paid to Grantor by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, the receipt of which is hereby acknowledged, do grant, bargain, and convey unto said City of Fort Worth, its successors and assigns, the use and passage in, over, across, below and along the following parcel or tract of land situated in Tarrant County, Texas, in accordance with Exhibits A and B attached hereto and incorporated herein by reference as to the permanent water main easement described therein. It is further agreed and understood that the City of Fort Worth will be permitted the use of _ the above described strip of land for the purpose of the construction and maintenance of a water inain. An ingress and egress easement shall be granted in order that access may be gained to the above described Pennanent Water Main Easement. TO HAVE AND TO HOLD the above described premises, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. And I/we do hereby bind myself/ourselves, my/our heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain, construct and repair the above described improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said premises. i WITNESS our hand(s) this, the f�r day of Vift&"K , 20 03 � i ADDRESS OF GRANTEE: City of Fort' Worth Real Property Alanagernent 1000 Throckmorton .Street c..... ry �t T n`j ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF T Before me,_ ./P,oaQper /fR,�S , the undersigned authority, a notary public in and for the State of Texas, on this day personally appeared -ypfl G/Bd5 , known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purpose and consideration therein expressed and in the capacity therein stated. Given under my hand and seal of office this the—1G Day of jAvu ,20L Notary Public in and for the State of Texas My Commission Expires: ROBERT H. HUMPHREYS Notary Pr�llo ' STATE OF TEXAS c° w Comm.Ew,08W/U pow ""`. i 1 1 1 1 O I 1 � 1 1 1 1 ► s � I Z z 1 " = 200' U) 5/9'IRF w 1/2''IRF �l C. MAR TON BURY 'l Alp ABSTRACT fNOO . 100212 4 I 1 WILLIAM K. HAWKINS. VOL.6127. P.40 •GG,,11� D.R.T.C.T. A.S. d J. BAUMGARDNER. VOL.14124. P.371 Q Q S00'46'14"E D.R.T.C.T. 1/9' IRF 1 PK NAIL ---- -- ------- --- - S' I 1 3/4' IRF �•� � V;001, „I WATER LINE ESM'T. ' �ea tat- W1 ; ;, 0.253 AC. ( 11 .032 S.F. ) • N Ln I 1 O O; Ln QM M cy,N m =OO N► 1 VI ~� '�' 1 PAMELA L. ANDERSON. .Oh• I ' O P.0.g• .h`41 S00'04'24"E pp�p'� '^ N44'S2'OS"W �, I 195.25' 26.38' _ ___1 _ t 1 2' IRF P.O.C. 'F49.1/2 IRF --'24"W ���� V , Ic.,; ; 'y lo-; i 1=;.(h3. I[i)U��l)�Iru�l/.^�NtJ ��ll1JG°3VvC l7 G^\�3 1rG;3nCc;If' l\'!(t�). /,^\1, II'll , r,,'If' Ik4)Co). 6 0 7 PAMELA L. ANDERSON. I �w RRR MANAGEMENT CO. 1 W`i VOL.12T84. P.121 I ar D.R.T.C.T. •U I 1 a0 I 1 VOC] I 1 1 a)> I 1 � II a 1 BURLINGTON NORTHERN SANTA FE RAILROAD %STER� �,+ �:' ° 9n - .......... 1 WILLIS CZY•DARBY III TRINITY AIRPORT EQUIPMENT. INC. ; 1 ..Y....................• ... VOL•10262. P.604 ► RISINGER CORP. i•0 4 6 2 2 �.� 1^ O.R.T.C.T. VOL.14676. P.92 1.•p E-7ER MAIN D.R.T.C.T. qr re 55'�s�0 i nnr Nn O S U R\l l° 000590E7 .FNS WATER LINE PE 7 DOE # W. RISINGER RD. '�• •. TRACT 3F1 S.A. & M.G. RR CO. SURVEY, A-1462 EXHIBIT B LEGAL DESCRIPTION PERMANENT WATER LINE EASEMENT BEING an easement situated in the S. A. and M. G. Railroad Company Survey, Abstract No. 1462, Tarrant County, Texas, and being a portion of that tract of land described by deed to Thomas D. Gibbs and recorded in Volume 14355, Page 199 of the Deed Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 1 / 2 inch iron rod found in the center line of Risinger Road as recorded in Volume 5168, Page 278 of said deed records and in the west line of said tract; Thence South 00 Degrees 04 Minutes 24 Seconds East, 26.38 feet with said west line and said center line to the POINT OF .BEGINNING; Thence South 44 Degrees 52 Minutes 05 Seconds East, 247.20 feet; Thence South 89 Degrees 38 Minutes 54 Seconds East, 261.84 feet to a point in the east line of said Gibbs tract; Thence South 00 Degrees 46 Minutes 14 Seconds East, 10.81 feet with said east line to the center line of said road; Thence South 89 Degrees 59 Minutes 00 Seconds West, 298.92 feet with said center line of said road; Thence North 44 Degrees 52 Minutes 05 Seconds West, 195.25 feet to a point in the west line of said Gibbs tract and the center line of said road; Thence North 00 Degrees 04 Minutes 24 Seconds West, 49.68 feet with said west line and said center line of said road to the POINT OF BEGINNING and containing 0.253 acres (11,032 square feet) of land more or less. PAVEMENT CORING TEST HOLE RESULTS - - - " 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: SOUTSIDE 2 WATER TRANSITION MAIN (RISINGER RD. ) DOE NO. : 2968 FUND CODE: 01 HOLE # 1 LAB NO: 11747 LOCATION: S/4 OF RISINGER RD. 13' EAST OF WEST DEAD END 2. 00" HMAC 4 . 00" LIGHT GRAY SANDY CLAY W/GRAVELO 14 .00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 41. 9 PL: 22. 9 PI: 19. 0 SHRKG: 9. 0% MUNSEL COLOR CHART: 4/2 DARK YELLOWISH BROWN CLAY UNIT WEIGHT: 133. 0 # /CFT HOLE # 2 LAB NO: 11748 LOCATION: S/4 OF RISINGER RD. 160' WEST OF BNSF RAIL ROAD 2.50" HMAC 4 .50" LIGHT GRAY SANDY CLAY W/GRAVEL 91 5. 00" DARK GRAY CLAY W/GRAVEL 8.00" DARK BROWN CLAY ATTERBURG LIMITS: LL: 39. 8 PL: 12. 1 PI: 27 . 7 SHRKG: 12 . 0% MUNSEL COLOR CHART: 5/3 BROWN CLAY UNIT WEIGHT: 13.5. 0 # /CFT HOLE # 3 LAB NO: 11749 LOCATION: S/4 OF RISINGER RD. 48' EAST OF BNSF RAIL ROAD 4 . 00" HMAC 16. 00" LIGHT GRAY SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 26.2 PL: 13. 9 PI: 12 . 3 SHRKG: 6. 0% MUNSEL COLOR CHART: 7/1 LIGHT GRAY SANDY CLAY UNIT WEIGHT: 146. 0 # /CFT HOLE # 4 LAB NO: 11750 LOCATION: W/4 OF RISINGER RD. @ LYNWOOD 1. 00" HMAC 9. 00" BROWN SANDY CLAY W/GRAVEL 9. 00" DARK GRAY CLAY ATTERBURG LIMITS: LL: 31 . 5 PL: 17 . 8 PI : 13. 7 SHRKG: 8 . 0% MUNSEL COLOR CHART: 4/2 DARK GRAYISH BROWN SANDY CLAY UNIT WEIGHT: 130. 0 # /CFT • 2 DOE # 2968 HOLE # 5 LAB NO: 11751 LOCATION: S/4 OF RISINGER RD. 120' WEST OF CROWLEWY RD. 10. 50" HMAC ., 7. 50" BROWNISH GRAY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 49.2 PL: 33. 5 PI : 15. 7 SHRKG: 5 . 0% MUNSEL COLOR CHART: 6/3 PALE BROWN CLAY UNIT WEIGHT: 146. 0 # /CFT HOLE # 6 LAB NO: 11752 LOCATION: S/4 OF RISINGER RD. 333' EAST OF CROWLEY RD. 7. 00" HMAC 5. 00" BROWN SANDY W/GRAVEL 5. 00" BROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 26. 9 PL: 13. 8 PI : 13. 1 SHRKG: 7 . 0% MUNSEL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN SANDY CLAY UNIT WEIGHT: 146. 0 # /CFT APPPROVAL#01-30-03 I ROUTING DATE TEST JOSEPH GAGLIARDI DATE REPORTED: 02-03-03 ABE CALDERON TESTED BY: SOIL LAB RAKESH CHAUBEY FILE City of Fort worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/28/2003 DATE: Tuesday, October 28, 2003 LOG NAME: 30RISING—CONATS REFERENCE NO.: **C-19830 SUBJECT: Award of Contract to Conatser Construction, Inc. for Construction of Risinger Road — Southside II Water Transmission Main RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Conatser Construction, Inc. in the amount of $1,934,471.50 for Risinger Road — Southside II Water Transmission Main from Crowley Road to the proposed site of the McCart Avenue Pump Station and Ground Storage Tank. DISCUSSION: On October 31, 2000 (M&C C-18321), the City Council authorized the City Manager to execute an engineering agreement with Garcia Associates Engineering, Inc. for Risinger Road — Southside II Water Transmission Main from Crowley Road to the proposed site of the McCart Avenue Pump Station and Ground Storage Tank. The proposed improvements consist primarily of the installation of 7,700 feet of 36-inch water pipe and 6,700 feet of 16-inch water pipe. The project is located as shown on the attached location map. This project will provide increased water service delivery capabilities to satisfy current and future demands in the far southern sector of the City. The project was advertised on July 31 and August 7, 2003. On September 18, 2003, the following bids were received: Bidder Amon Time of Completion Conatser Construction, Inc. $1,934,471.50 180 Calendar Days S.J. Louis Construction of Texas, Ltd., LLP $1,988,832.12 William J. Schultz, Inc. d/b/a Circle ,C"Construction Company $1,994,809.90 Rodman Utilities, LP $2,075,016.00 Jackson Construction, Ltd. $2,199,432.50 Gin-Spen, Inc. $2,243,456.00 John Burns Construction Company of Texas, Inc. $2,372,152.00 AUI Contractors, LP $2,476,476.03 Risinger Road from Crowley Road to the dead end west of the Crowley Road intersection, will be reconstructed with asphalt, after the 36-inch and 16-inch water mains are installed. T nonnmP- 10P TCTNC; MN A TC In addition to the contract costs, $136,000 is required for associated construction inspection and survey services and $58,000 is required for project contingencies. Conatser Construction, Inc. is in compliance with the City's M/WBE Ordinance by committing to 4% M/WBE participation and documenting good faith effort. Conatser Construction, Inc. identified subcontracting and supplier opportunities. However, the M/WBEs contacted in the areas identified did not submit the lowest bid. The City's goal on this project is 20%. This project is located in COUNCIL DISTRICT 6, Mapsco 103V, 104S and T. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P162 541200 060162141120 $1,934,471.50 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) T n,.,,oma• '10D 14ZTAT(: COO A TQ pnnn 7 �f 7