Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 31892
I CITY SECRETARY alQ- OR'S CONTRACT NO. 3 BONDIN Cd. SPECIFICATIONS CONSTRUCTION'S COPY, & CLIENT DEPARTMENT CONTRACT DOCUMENTS FOR SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR — CONTRACT 1 a 5 D.O.E. No. 3295 SEWER PROJECT No. P170-070170410020 IN THE CITY OF FORT WORTH, TEXAS 2003 MIKE MONCREIF GARY W. JACKSON MAYOR CITY MANAGER ROBERT D. GOODE,P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DALE A.FISSELER,P.E. DIRECTOR OF WATER DEPARTMENT A. DOUGLAS RADEMAKER,P.E. DIRECTOR OF ENGINEERING DEPARTMENT Prepared by: TranSystems Corporation Consultants 500 West Seventh St., Suite 600 Fort Worth,Texas 76102 OF ....N. •,�r Kiv`1T«••LUNSKI ..� ,A-..... ••,• 84992 q/o'r(oy PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § "^AY Q 3 2005 THIS CONTRACT, made and entered into the _ day of , 2005and between the City of Fort Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and S.J. Louis Construction of Texas, Ltd.the City of Mansfield County of TARRANT and State of TEXAS, Party of the Second Part,hereinafter termed"CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part(Owner) to commence and complete certain improvements described as follows: Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector-Contract 1 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. IThe 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: 4 Party of the First part Marc A. Ott,Assistant City Manager City Secretary V (Seal) WITNESSES: S.J.Louis Construction of Texas,Ltd. 520 S.Sixth Avenue Mansfield,TX 76063 Contractor Rol e Title: Les V . Whitman , General Manager APPROVED: Approved as to Form and Legali A%of A.Douglas Rademaker,P.E.Director Asst. City Attorney Department of Engineering �l— Conttra t AUt:horizaitiox — 5—a—0�) I Bond No. 190-013-871 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) S.J. Louis Construction of Texas, Ltd. as Principal herein, and (2) Liberty Mutual Fire Insurance Company, a corporation organized under the laws of the State of (3) Massachusetts , and who is authorized to issue surety bonds in the State of Texas, Surety herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of: Three Million Nine Hundred Sixty-seven Thousand Six Hundred Fifty-nine and 93/100.............................. Dollars($3,967,659.93)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 _of ,2005 a copy of which is hereto attached and made a part hereof for all purposes,for the construction of: Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector-Contract 1 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, INT WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_day of 2005. w ATTEST: S.J.Louis Construction of Texas,Ltd. (Principa)Secretary PRINCIPAL 41 BY: (SEAL) Title: Les V. Whitman, General Manager n•• 520 S.Sixth Avenue V�IIJI/N Mansfield,TX 76063 Witness as to rincipal LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety BY• �= Name: Laurent R. Laventure ATTEST: (Attomey-in-fact) N/A Address: 4300 MarketPointe Drive 4Secretary Bloomington, MN 55435 kLezj— Telephone Number: 952-830-3000 Surety 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. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this Xq day of , 2005 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Pa nership. at'�Y BECKY JONES , �f =* *: MY COMMISSION EXPIRES Notary Public Y/f/ December 19,2006 to eal) 35;,4f cn ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this_aLr� day of A , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Seal) KATHLEEN SORENSON Notary Public-(Minnesota My Commission Expires Jan 31,2010 P f t Liberty Mutual Surety Bond Number 190-013-871 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety(referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM i The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1)of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES f The United States will reimburse the Issuing Sureties for ninety percent(90%)of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. I LMIC-6539 11115104 i THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 12797 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C. ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute,seal, acknowledge and deliver,for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100******************** DOLLARS($ 50,000,000.00***** )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: r ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'a attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their O signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be c Mas binding as if signed by the president and attested by the secretary. y By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: 4- Ad O Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby � authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and — _ deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. M 0H � That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W O— C j IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Compa�ny and the corporate seal of L 0 CL Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10thday of May 4- 2004 2004 Q Cl) O� O i LIBERTY MUTUAL FIRE INSURANCE COMPANY 10 0 i Byl9�4-•�- li✓- a M C O Garnet W. Elliott,Assistant Secretary 2 o L COMMONWEALTH OF PENNSYLVANIA ss a?u) COUNTY OF MONTGOMERY 14— On this 10th day of May 2004 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he a 4- E £ ai executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the eC direction of said corporation d O L V•• = v IN TESTIMONY WHEREOF I'haAe herehunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year *'04 M Nfirst above written �' � �� , E L Se. M L s - PJ 3 z 1t V O O �.1 CEp nft i - t i syBy V r Ter sa Pastella,Notary Public O � $r tS sr _ CERTIFICATE I, the undersigned, Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. I MAY 0 LiJi.a IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of By r lr David M.Carey,Assipt69t Secretary Liberty Mutual., Important Notice TO OBTAIN IN'FORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 This notice is for information purposes only and does not become a part of or a condition of the attached document It is given to comply with Section 2253.048, Government Code, and Secdon 53.202, Property Code,Effective September 1, 2001 Member of Liberty Mutual Group Bond No. 190-013-871 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Liberty Mutual Fire Insurance Company That we (1) S.J. Louis Construction of Texas, Ltd.as Principal herein, and (2) a corporation organized and existing under the laws of the State of(3)Massachussets ,as surety,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Three Million Nine Hundred Sixty-seven Thousand Six Hundred Fifty-nine and 93/100..............................Dollars ($3,967,659.93) 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: MAY 0, 9 2005 WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the_day of A.D. ,2005,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 Sanitary Sewer Main M244-A Village Creek Parallel Collector-Contract 1 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. MAY C 3 2005 SIGNED AND SEALED this_day of ,2005. M 6' S.J.Louis Construction of Texas Ltd. ATTEST- PRINCIPAL BY: �(Principal)'Secretary Name: Les V.Whitman Title: General Manager (SEAL) 520 S.Sixth Avenue Mansfield,TX 76063 Witness as to Principal LIBERTY MUTUAL FIRE INSURANCE COMPANY SURETY , ATTEST: By: N/A Name: Laurent R. Laventure Secretary Attorney in Fact (SEA Address: 4300 MarketPointe Drive Bloomington, MN 55435 Wi ess as to urety i Telephone Number: 952-830-3000 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this I,)b day of r41��I , 2005 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. C } Ell ECKY JONESNotary PublicMMISSION XPPIIREScember 19, ( aryeaI) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this 1ND day of J`J�� , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, �'� % �� (Notary Seal) �• ry-s,: r.� pv�! ` Notary Public tViinneso4a KW My Commission Expires Jan 31,2010 ,ftR�Mv2!..^l,tnM'N+R'.if3:A" Liberty Mutual Surety Bond Number 190-013-871 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"), Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1)of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent(90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. i i i I LMIC-6539 11/15/04 a I 1 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 12798 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. C€ LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C.ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver,for and on its behalf as surety and as its act and deed, anFy*and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS($ 50,000,000.00 )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such V attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their N signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be C Q- as binding as if signed by the president and attested by the secretary. d O By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: s� c Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. O IF_ 4) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. >,U)W O— C � j IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Compa�ny and the corporate seal of '' Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10thday of May c 2004 Q ce) a 0 0 M d LIBERTY MUTUAL FIRE INSURANCE COMPANY d O i L l c 0 Garnet W. Elliott,Assistant Secretary w o d ` COMMONWEALTH OF PENNSYLVANIA ss �U) COUNTY OF MONTGOMERY C On this 10th day of May 2004 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and ai O — acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he a 3 E Gi executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the j M direction of said corporation. N p = v IN TESTIMONY WHEREOF I haVe hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year * OC101 v, � y first above written,i ,-,-1' E c� i \ FNS ialseal Co `i i L `a5iQ1 a h�+eR r> TC14& 06 V c r vni amok County By 0 r x x0res Man 2B 20'05 : CO >` : ,>, v�mfaAasooia: n of r.ter€as Ter sa Pastella,Notary Public O , _'�Z"A' CERTIFICATE I, the undersigned, Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. MAY 0 � Lliti IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of By r David M.Carey,Assip-t6fit Secretary Liberty Mutual, Important Notice TO OBTAIN INIFORMATiON ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714-9104 This notice is for information purposes only and does not become a part of or a condition of the attached document. it is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code,Effective September 1, 2001 Member of Liberty Mutual Group Bond No. 190-013-871 MArNTTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: Liberty Mutual Fire Insurance Company That S.J. Louis Construction of Texas, Ltd.(Contractor), as principal, and , a corporation organized under the laws of the State of MA , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas,("City")in Tarrant County, Texas the sum of Three Million Nine Hundred Sixty-seven Thousand Six Hundred Fifty-nine and 93/100..............................Dollars ($3,967,659.93) 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 _day of 2005copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector-Contract 1 the same being referred to herein and in said contract as the Work and being designated as project P170- 070170410020and 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_day of ,A.D. 2005. ATTEST: MAY 0 3 20U..' (SEAL) S.J.Louis Construction of Texas,Ltd. Contractor l - By: A0i L («--- Secretary Name: Les .Whitman Title: General Manager ATTEST: N/A (SEAL) LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety gggr thess Name: Laurent R. Laventure Title: Attorney-in-Fact 4300 MarketPointe Drive Bloomington, MN 55435 Address r I I i I LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this ).r r) day of N\Nq , 2005 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. v, VFur�,.. 6ECKYJONES Notary Public *= MY COMMISSION EXPIRES ` December 19,2006 (N ry �Yal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this .,SID day of 1'1\f\q 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public,"-.. (Notary Seal) F SIV°., KAT HI,EEN 10RINSON �h Notary Public-Minnesota My Commission Expires Jan 31,2010 i Liberty Mutual Surety Bond Number 190-013-871 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1)of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent(90%)of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 i THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 12799 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C. ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE,KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute,seal, acknowledge and deliver,for and on its behalf as surety and as its act and deed, any*and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS($ 50,000,000.00 )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: f ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'a attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be a) as binding as if signed by the president and attested by the secretary. 13 By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: +� = Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company, is hereby � authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and = deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 0 vH T 4) That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. a>i W > IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of E E CL Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 10thday of May 4- 2004 Q M `0 O M d LIBERTY MUTUAL FIRE INSURANCE COMPANY O L IL C t Garnet W. Elliott,Assistant Secretary 0 O ` COMMONWEALTH OF PENNSYLVANIA ss - '� =Q �>y COUNTY OF MONTGOMERY c C t On this 10th day of May 2004 before me, a Notary Public, personally came Garnet W. Elliott, to me known, and 4-40i O — acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he a Gi executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the M direction of said corporation m 0 et = 0 IN TESTIMONY WHEREOF I have fte7eunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year *"� first above written 4 �¢ ? E N L OFi 00 `- By U r Ter sa Pastella,Notary Public O CERTIFICATE << §t Q I, the undersigned, Assistant Secretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who ( executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as 11 provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. �_�__„ f $. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company,this_�����•'-u �v,d��iQiof rN�� v B i \ David M.Carey,Assi . fit Seczretary ---r._ �. Liberty Mutual. Important Notice TO OBTAIN INIFORIVIATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at: P. 0. Box 149104 Austin, TX 78714-9104 This notice is for InformaWn purposes only and does not become a pert of or a condition of the attached document it is given to comply with Section 2253.048, Government Code, and Section 53.202. Property Code, Effective September 1, 2001 Member of Liberty Mutual Group Rome I Council f a x x. Directory t g ReportAds PAS I IT Online I Departments). 3 Print M&C COUNCIL ACTION: Approved on 5/3/2005 DATE: 5/3/2005 REFERENCE NO.: **C-20697 LOG NAME: 30M244A 3295 CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with S. J. Louis Construction of Texas, Ltd., for the Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector- Contract 1 (DOE 3295) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with S. J. Louis Construction of Texas, Ltd., in the amount of$3,967,659.93 for construction of sanitary sewer Main 244-A Village Creek Parallel Collector—Contract 1. DISCUSSION: On April 26, 2001 (M&C C-18571), the City Council authorized the City Manager to execute an engineering agreement with Transystems Corporation Consultants, to prepare plans and specifications for sanitary sewer Main 244-A Village Creek Parallel Relief study and design. This project is required as part of the settlement agreement with the City of Arlington, which terminated litigation related to the treatment of wastewater from the City of Arlington at the Fort Worth Village Creek wastewater treatment plant. The settlement agreement was executed on August 8, 1996, (M&C C-15593), and this total project will relieve overflows to the Arlington Rush Creek Collector. The total project, which is approximately four miles long between Highway 180 and the Village Creek Wastewater Treatment Plant, will serve as a relief main parallel to the existing sanitary sewer Main 244 to transport normal and wet weather wastewater flows in the Village Creek drainage basin. This project has been divided into four contracts of approximately one mile each in order to facilitate more competitive bidding. . Contract 1: Begins near Village Creek and I-30 and ends just south of Village Creek Wastewater Treatment Plant. It includes 1412 linear feet of 90-inch pipe, 2438 linear feet of 72-inch pipe, 815 linear feet of 60-inch pipe, 1220 linear feet of 42-inch pipe, 4 junction structures, 2 siphon boxes, 70 manholes and appurtenances. . Contract 2: Begins near Meadowbrook Drive and Meadowbrook Boulevard and ends near I-30 (Currently under design). . Contract 3: Begins near Meadowbrook Drive and Meadowbrook Boulevard and ends near west of park/bike trail entrance on Dottie Lynn Parkway (Currently under design). . Contract 4: Begins at the park/bike trail entrance on Dottie Lynn Parkway and ends at Hwy 180 interchange (Under design). The project was advertised for hid April 8 and 15, 2004. On October 21, 2004, the following bids were received: Bidder Amount Time of Completion S. J. Louis Construction of Texas Ltd. $3,967,695.93 250 Calendar Days Oscar Renda Contracting, Inc. $4,032,598.00 William J. Schultz, Inc. D/B/A Circle "C" Construction Company $4,348,822.98 In addition to the contract cost, $277,739.00 is required for inspection and survey. S. J. Louis Construction of Texas Ltd. is in compliance with the City's M/WBE Ordinance by committing to 19% M/WBE participation. The City's goal on this project is 18%. The project is located in COUNCIL DISTRICT's 4, 5 and 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds will be available in the current capital budget, as appropriated, of the State Revolving Sewer Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P272 541200 704170020683 $3,967,695.93 Submitted for City Manager's Office bv: Marc Ott (8476) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: A. Douglas Rademaker(6157) ATTACHMENTS BUSINESS ORGANIZATIONS INQUIRY - VIEW ENTITY Page 1 of 1 NT0 ,exas, Secretar of State oger --- UCC Business Organizations I Trademarks Account I Help/Fees Briefcase Logout BUSINESS ORGANIZATIONS INQUIRY-VIEW ENTITY Filing Number: 11291410 Entity Type: Domestic Limited Partnership (LP) Original Date of Filing: September 22, Entity Status: In existence 1998 Formation Date: N/A Tax ID: 00000000000 FEIN: Duration: Perpetual Name: S. J. LOUIS CONSTRUCTION OF TEXAS LTD. Address: 1209 ORANGE ST. Wilmington, DE 19801 USA REGISTERED FILING ASSUMED ASSOCIATED AGENT HISTORY NAMES MANAGEMENT NAMES ENTITIES Last Update Name Title Address September 22, S.J. LOUIS, LLC General Partner 1209 ORANGE ST 1998 Wilmington, DE 19801 USA Order Return to Search I Instructions: Qk To place an order for additional information about a filing press the 'Order' button. https://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:Spagefrom=&:Sfil... 5/16/2005 BUSINESS ORGANIZATIONS INQUIRY- VIEW ENTITY Page 1 of 1 UCC I Business Organizations I Trademarks ( Account I Help/Fees ( Briefcase ( Logout BUSINESS ORGANIZATIONS INQUIRY-VIEW ENTITY Filing Number: 800270310 Entity Type: Foreign Limited Liability Company(LLC) Original Date of Filing: November 18, 2003 Entity Status: In existence Formation Date: N/A Tax ID: 32013440253 FEIN: 364255290 Name: S.J. Louis, LLC Address: 520 S 6TH AVE Mansfield, TX 760632310 USA Fictitious Name: N/A Jurisdiction: DE, USA Foreign Formation August 6, 1998 Date: REGISTERED FILING ASSUMED ASSOCIATED AGENT HISTORY NAMES MANAGEMENT NAMES ENTITIES Last Update Name Title Address November 18, James Schueller Manager 3032 County Rd. 138 2003 Waite Park,MN 56387 USA ;Order Return to Search Instructions: Std To place an order for additional information about a filing press the 'Order'button. https://direct.sos.state.tx.us/corp_inquiry/corp_inquiry-entity.asp?spage=mgmt&:Spagefrom=&:Sfil... 5/16/2005 MAY-18-2005 16:25 FROM S J LOUIS CONSTRUCTION TX TO 8173927854 P.01 J. LOUIS CONSTRUCTION OF TEXAS LTD. 5M South 6th Ave., P.O. Box 834 817/477.0320 Office • 817/477-0552 Fax Mansfield, TexaA 76063 Equal Opportunity Employer/ Contractor Ma 18, 2005 Mr. Gopal Sahu City of Fort Worth,Texas Enj rineering Department 10 0 Throckmorton For Worth, Texas 76102 F : (817) 392-7854 Re Sanitary Sewer Main M244-A Village Creek Parallel Collector Sewer Project No.P170-070170410020,DOE 3295 City of Fort Worth,Texas Mr. Sahu: Please find attached a letter from our Bonding Company stating that our bonds are still valid on the above referenced project. We have reviewed the prices on the bid that was submitted on October 21, 2004 and will honor the contract amount bid. If you need additional information or have any questions please do not hesitate to call. Regards, S.1 LOUIS ONSTRUCTION OF TEXAS LTO. Pe e Stahl Senior Project Manager MAY-18-2005 16:25 FROM S J LOUIS CONSTRUCTION TX TO 8173927854 P.02 Ag"A 43UO MarkrtPointr.IMN'a 5tAitr 600 Bluumin5ton,MN SS435 Fast 95.3.630.3009 Mhr.urn►tlla.'ro s.Becky Jones S.I Louis Construction of Texas,Ltd. 20 South Sixth Avenue Mansfield,TX 76063 Bond No. 190.013-871 City of Fort Worth,TX $3,967,659.93 Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector--Contract 1 Dear Becky he performance and payment bond for the above referenced contract will be effective e date of the contract that is signed by the City of Fort Worth. Once the contract date is signed,please date the performance and payment bonds the same date. fyou have any questions,please feel free to contact me- ince;ely, rk� ter7cruntM utive irect Line: 952-563-0594 ax: 952-563-0529 A ells Fargo Company Mtn 4m J(Np�IpW Npn.pA TOTAL P.02 l i TABLE CONT'EN'TS Part A-Notice to Bidders Special Instructions to Bidders (Water Department) City of Fort Worth Minority/Women Business Enterprise Policy SRF Funding 0 Contract Conditions 0 Contractor's Act of Assurance 0 Contractor's Act of Assurance Resolution Part B -Proposal Part C - General Conditions Part C 1 —Supplementary Conditions to section C Part D - Special Conditions Part DA-Additional Special Conditions Part F-Bonds/Certificate of Insurance(City of Fort Worth) 0 Certificate of Insurance 0 Performance Bond G 0 Payment Bond 0 Maintenance Bond Part G- Contract(City of Fort Worth) Appendix A—Easement Documents/Permits Appendix B—Standards, Soil Borings G..U'00101884ISpecs 1100%FinaATC.doc TC-1 ;'' I NOTICE TO BIDDERS Sealed proposals for the following For: Sanitary Sewer Main 244-A Village Creek Parallel Collector, D.O.E. No. 3295 Sewer Project No. P170-070170410020 1412 LF 90-inch sewer pipe by open cut 2438 LF 72-inch sewer pipe by open cut 635 LF 60-inch sewer pipe by other than open cut 180 LF 60-inch sewer pipe by open cut 635 LF 42-inch sewer pipe by other than open cut 585 LF 42-inch sewer pipe by open cut 6 EA Special Concrete Structures 5 EA Typical Manholes Addressed to Mr. Gary W. Jackson, City Manager for the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, June 17, 2004 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a non-refundable fee of thirty dollars ($30.00). Additional sets may also be purchased for thirty dollars ($30.00)per set. There will be a pre-bid conference,Monday May 3, 2004 at 10 am, in the Transportation and Public Works Conference Room No. 270, 2nd floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must submit the complete specifications book or risk rejection of bid. The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". TWDB funding will be used on this project. Contractor must meet TWDB requirements. For additional information concerning this project, please contact Gopal Sahu, P.E., CITY Project Manager, at 817-392-7949, or Raul Pena III, P.E., Project Manager and Kent Lunski, P.E., Project Engineer, at 817-339-8950. Advertising Dates: April 8,2004 April 15, 2004 Fort Worth, Texas G:120010MMSpecsladdn 2-contract IWB addn 2.doc NB-1 f NOTICE "1 O BIDDERS Sealed proposals for the following For: Sanitary Sewer Main 244-A Village Creek Parallel Collector, D.O.E. No. 3295 Sewer Project No. P170-070170410020 1412 LF 90-inch sewer pipe by open cut 2438 LF 72-inch sewer pipe by open cut 635 LF 60-inch sewer pipe by other than open cut _ 180 LF 60-inch sewer pipe by open cut 635 LF 42-inch sewer pipe by other than open cut 585 LF 42-inch sewer pipe by open cut 6 EA Special Concrete Structures 5 EA Typical Manholes Addressed to Mr. Gary W. Jackson, City Manager for the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, May 13, 2004 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a non-refundable fee of thirty dollars ($30.00). Additional sets may also be purchased for thirty dollars($30.00)per set. There will be a pre-bid conference,Monday May 3, 2004 at 10 am, in the Transportation and Public Works Conference Room No. 270, 2nd floor, City Municipal Building, 1000 Throckmorton Street,Fort Worth,Texas 76102. ,- Bidders shall not separate, detach or remove any portion,segment or sheets from the contract document at any time. Bidders must submit the complete specifications book or risk rejection of bid. The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". For additional information concerning this project, please contact Gopal Sahu, P.E., CITY Project Manager, at 817-392-7949, or Raul Pena III, P.E., Project Manager and Kent Lunski, P.E., Project Engineer, at 817-339-8950. Advertising Dates: April 8,2004 April 15, 2004 Fort Worth, Texas C:iDocutnents and SettingslsahuglLocal Settings lTenrporat),Internet FilesIOLK7BINB.doe NB-1 i SPECIAL INSTRUCTION TO BIDDERS _ (WATER DEPARTMENT) 1. PREQUALIFICATION REQUIREMENT: 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 of 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. j (f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. i (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 3 the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. G:\200\01884\Specs\100% Final\SIB.doc -1- r i 2. BID-SECURITY: A cashier's check or acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5 %) 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 (10) days after the : contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do z business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) the total capital and surplus. 3. BONDS: A performance bond, a payment. bond and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas and as set forth in the contract documents must be paid on this project. 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. 5 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the State in which the nonresident's _ principal place of business is located. Nonresident bidder' means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. 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 contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. l 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 G:\200\01884\Specs\100% Final\SIB.doc -2- i l this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their employment, s discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, 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 subcontractors 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 fi 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 the ADFA'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 Policy concerning age discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort Worth Ordinance No. 11923 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. For a bid to be considered responsive the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FROM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the 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 nonresponsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE and/or, a 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 G:\200\01884\Specs\100% Final\SIB.doc -3- G , C 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 a negligent 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. { G:\200\01884\Specs\100% Final\SIB.doc -4- t PART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: For: Sanitary Sewer Main 244-A Village Creek Parallel Collector, D.O.E. No. 3295 Sewer Project No. P170-070170410020 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M., Thursday June 17 2004, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Documents will be provided to the prospective bidder for a non-refundable feet of thirty dollars ($30.00). Additional sets may be purchased on a nonrefundable basis for thirty dollars ($30.00)per set. All bidders will be required to comply with Provisions 5159a of"Vernon's Annotated Civil Statutes"of the State of Texas with pe respect to the payment yment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. There will be a pre-bid conference Monday May 3, 20042004 at 10 am, in the Transportation and Public Works Conference Room No. 270, 2nd floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. The major work on the above project shall consist of the following: 1412 LF 90-inch sewer pipe by open cut 2438 LF 72-inch sewer pipe by open cut 635 LF 60-inch sewer pipe by other than open cut 180 LF 60-inch sewer pipe by open cut 635 LF 42-inch sewer pipe by other than open cut 585 LF 42-inch sewer pipe by open cut 6 EA Special Concrete Structures 5 EA Typical Manholes Designated as Sewer Project No. P170-070170410020 located in the City of Fort Worth, Texas. Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The improvements included in this project must be performed by a.contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the"Special Instructions to Bidders(Water Department)". 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 one hundred and twenty(120) days from the date receipt of Texas Water Development Board (TWDB) documentation as appropriate is received by the City. The award of contract, if made, will be within one hundred and twenty(120) days GA200\01884\Specs\addn2-contract lWB2Ammend2.doc NB-1 ;1( ss'' 7 i PART A - COMPREHENSIVE NOTICE TO BIDDERS after this documentation is received, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. TWDB Funding ♦ This contract is contingent upon release of funds from the Texas Water Development Board. ♦ Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments,agencies,or employees are or will be a party to thisInvitation for Bids or any resulting contract. i ♦ Equal Opportunity in Employment-All qualified Applicants will receive consideration for employment without regard to race, color,religion; sex,age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246,as amended by Executive Order 11375, and as supplemented in Department of Labor i regulations 41 CFR Part 60. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding i the status of addenda may be obtained by contacting the Department of Engineering at(817) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders shall submit complete specifications book or risk rejection of bid. In accord with the City of Fort Worth Ordinance,No. 15530,as amended,the City of Fort Worth has goals for the participation of Disadvantaged Enterprise 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, PRIllTE CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must f be received by the contracting department no later than 5:00 PM,five(5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that Documentation was received by the City. K The Managing Department for this project is the Department of Engineering. E For additional information concerning this project, please contact Gopal Sahu, P.E., CITY Project Manager, at 817-392-7949, or Raul Pena III, P.E., Project Manager and Kent Lunski, P.E., Project Engineer, at 817-339-8950. Gary W. Jackson City Manager Sylvia Glover Acting City Secretary GA200101884\Specsladdn 2-contract INK Anmend 2.doc NB-2 F � PART A - COMPREHENSIVE NOTICE TO BIDDERS A. Douglas Rademaker, P.E., Director Department of Engineering By: ick Trice,P.E. 1U Manager,Consultant Services Advertising Dates: April 8, 2004 April 15,2004 i Fort Worth, Texas 1 I G:\200\018i4\Specs\addn 2-contract 1\NB2 Ammend 2.doc NB-3 s` SRF Funding WRD-004E(08/19/02) SUPPLEMENTAL CONTRACT CONDITIONS CWSRF Tier 3, and DWSRF Table of Contents Instructions to Bidders Conditions: 1. Minoiity and Women-Owned Businesses Goals 2. Contingent Award of Contract 3. Equal Employment Opportunity and Affirmative Action 4. Debarment and Suspension Certification 5. Bid Guarantee 6. Nonresident Bidder Forms to be submitted with bids (attached) • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • SMWBE Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) Construction Contract Supplemental Conditions Conditions: 1. Supersession 2. Privity of Contract 3. Definitions 4. Laws to be Observed 5. Review by Owner, and TWDB 6. Performance and Payment Bonds 7. Progress Payments and Payment Schedule 8. Workman's Compensation Insurance Coverage 9. Changes 10. Prevailing Wage Rates 11. Contract Work Hours Requirements (29 CFR 5.1, & 5.6) 12. Equal Employment Opportunity and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8, 4.2, and 4.3) 13. Debarment and Suspension (40 CFR 32, Appendix B) 14. Minority and Women-0,,Aned Business Enterprise Requirements 15. Archeological Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18. Proiect Sign 19. Operation and Maintenance Manuals and Training 20. As-built Dimensions and Drawings Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative (ED-104) • Prime Contractor Affirmative Steps Solicitation Report (WRD-216) • SMWBE Self-Certification (WRD-218) Forms to be submitted during construction: • Loan/Grant Participation Summary(WRD-373) EPA AND TWDB SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE GOALS -This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. This contract is subject to the EPA established Minority Business Enterprise(MBE}/Women's Business Enterprise (WBE) "fair share" goals: MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%; EQUIPMENT 5%. WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%; EQUIPMENT 7.6%. TWDB document Guidance on Utilization of Small,Minority and Women Owned Businesses, SRF- 52 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217) with the bid,to demonstrate the Prime Contractor's understanding and commitment to taking affirmative steps. The contractor must provide the Owner with the information required for SMTFBE Certification and Participation Summafy, TWDB document SRF-373 and provide sufficient documentation(TWDB WRD-216)that a"good faith effort" was made in offering fair opportunity for participation by qualified SMWBE firms. This information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding of this contract. 2. CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency(U.S. EPA.) Neither the State of Texas, or U.S. EPA nor any of its departments, agencies, or employees are or will be a parry to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment-All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. F, g The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) must be submitted with the bid. ✓ 4. DEBARMENT AND SUSPENSION CERTIFICATION- This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. 2 This contract is subject to the provisions the federal Debarment and Suspension requirements of 40 CFR Part 32, including but not limited to Appendix B as follows: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 4.1. By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. 4. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4.3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4.4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant,person,primary covered transaction,principal,proposal, and voluntarily excluded, as used in this clause,have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 4.5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 4.6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 4.7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 4.8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 4.9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred,ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1) The prospective lower tier participant certifies,by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2)Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 5. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183). If a bid bond is provided,the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1.Bond of Surety Company; Chapter 7 of the Insurance Code. 6. AWARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. (Source: Texas Government Code Chapter 2252 Subchapter A Nonresident Bidders, (§ 2252.002.) The bidder will complete form WRD-259 which must be submitted with the bid. Forms to be submitted with Bid: • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) Prime Contractor Affirmative Steps Certification and Goals (WRD-217) Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) F 4 Construction Contract Supplemental Conditions Conditions: 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. DEFINITIONS (a) The term Owner means the local entity contracting for the construction services. (b)The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representative thereof. 4. LAWS TO BE OBSERVED In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER, and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment,payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract,provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 6. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. 5 (c) The contractor shall utilize a surety company which is authorized to do business in Texas,in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN- The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c) Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the month and submit it, with the required number of copies,to the Engineer for his review. Except as provided in Paragraph (3) of this subsection, the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) of the total amount, as a retainage and(2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 6.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a Municipal Utility District, or Water Control and Improvement District. The retainage shall be ten percent of the amount otherwise due until at least fifty percent of the work has been completed. After the project is fifty percent completed, the District may reduce the retainage from ten percent to no less than five percent. (4) The five percent(5%) retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time o CX-. is $400,000 or greater and the retainage is greater than 5% and the Owner is not egg v 6 exempted from the condition(i.e certain types of water districts). The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. (d) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards) and other general and special conditions elsewhere in this contract. (e) Final Payment. (1)Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract,by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. _ (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown(if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of,retainage on the contract work. (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the f Contractor. 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. 7 (c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: (1) "Building or construction" includes: (A) erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; (B) remodeling, extending, repairing, or demolishing a structure; or (C) otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. CHANGES (a) The Owner may at any time, without notice to any surety,by written order, make any change in the work within the general scope of the contract, including but not limited to changes: (1) In the specifications (including drawings and designs); (2) In the time, method or manner of performance of the work; (3) In the Owner-fiimished facilities, equipment, materials, services or site, or (4) Directing acceleration in the performance of the work. (5) The original contract price may not be increased under this section by more than 25 percent. The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Government Code 271.060) (b) A change order shall also be any other written order (including direction, instruction, interpretation or determination) from the Owner which causes any change,provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. (c) Except as provided in this clause, no order, statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must, within 30 days after receipt of a written change order under paragraph (a)(I) or the fi.unishing of a written notice under paragraph (a)(2), submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30- day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. (f)No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g) Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. Lls' 8 fs1. 10. PREVAILING WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. The applicable provisions include, but are not limited to the following: § 2258.021. Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1)not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2)not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection(a) does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch. 165, § 18.01, eff. Sept. 1, 1997. § 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 2258.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.024. Records (a) A contractor and subcontractor shall keep a record showing: (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and (2) the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.025. Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. 11. CONTRACT WORK HOURS REQUIRMENTS (29 CFR 5.1, & 5.6)- This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water 9 Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, including but not limited to the following. Sec. 5.5 Contract provisions and related matters. (a) omitted. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph,the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in-which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The(write in the name of the Federal agency or the loan or grant Owner) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through(4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through(4) of this section. (c) In addition to the clauses contained in paragraph(b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or 10 i require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the(write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION- This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than $10,000. During the performance of this contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age,handicap, or national origin. Such action shall include,but not be limited to the following: Employment,upgrading, demotion,or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race,color, religion, sex, age,handicap, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules,regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated,or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of 11 September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a)through(g) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers (512) 229-5835. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13.DEBARMENT AND SUSPENSION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. 14. MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES -This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. 12 (a) The Contractor,shall, if awarding sub-agreements, to the extent appropriate for the goals,listed in the instructions to bidders make a good faith effort to use minority and women business when possible as sources of supplies, construction, equipment and services by taking the following steps: (1) Including qualified small, minority, and women's businesses on solicitation lists; (2) Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements,when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; (4) Establishing delivery schedules,where the requirements of the work permit, which will encourage participation by small, minority, and women's businesses; and (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (b)The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in SRF-052, Texas Water Development Board Guidance for Utilization of Small,Minority&Women-Owned Businesses in Procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned Business Participation. 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6 -41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Antiquities Committee, P.O. Box 12276, Capitol Station,Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 13 r k 16. ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB,the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 18. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings,product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted,noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 14 (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number,model, serial number, and location of parts and service centers. F (2) A list of recommended stock of parts, including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS-BUILT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints,marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative(ED-104) • Prime Contractor Affirmative Steps Solicitation Report(WRD-216) • SMWBE Self-Certification (WRD-218) Form to be submitted during construction: • Loan/Grant Participation Summary(SRF-373) z 15 i i ED-004 10/30/97 CONTRACT CONDITIONS 1. PRIVITY OF CONTRACT. This contract is expected to be funded in part with funds from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to regulations contained in 31 TAC Chapter 363 in effect on the date this contract is executed. 2. DEFINITION. The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representative thereof. 3. PROGRESS AND PAYMENT SCHEDULE. (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN - The Contractor shall submit to the Owner a breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner in at least the detail provided by form ED- 102. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. 4. PAYMENTS TO CONTRACTOR.. (a) Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the month and submit it, with the required number of copies, to the Engineer for his review. The amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) of the total amount, as a retainage and (2) ED-004 10/30/97 the amount of all previous payments. The total value of work completed to date shall be based on the estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved CY ,Y pursuant to section 3.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by . the Engineer. d (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payinents shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. _ (3) The five percent (5%) retainage of the progress payments otherwise due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized ID by the OWNER and the TWDB. (4) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5%. The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance. x (b) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and, if so elects, may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds famished under,this Contract. (c) Payments Subject to Submission of Certificates. ED-004 10/30/97 Each payment to the Contractor by the Owner shall be made subject to ` submission by the Contractor of all written certifications required of him and his subcontractors by general or special conditions elsewhere in this contract. (d) Final Payment. (1) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. Final payment to the Contractor shall be made subject to his furnishing the Owner with a release in satisfactory form of all claims against the Owner arising under and by virtue of this contract, other than such claims, if any, as may be specifically excepted by the Contractor from the operation of the release as provided under general and special conditions elsewhere in this contract. (2) The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed under this contract) and services to the Contractor, if the Owner deems the same necessary in order to protect the Owner's interests. The Owner; however, may if it deems such action advisable make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in no way impair the obligations of any surety or sureties furnished under this Contract. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. s (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Darriages," shall be deducted from the final payment due the Contractor. 5. REVIEW BY OWNER AND TWDB. (a) The Owner, authorized representatives and agents of the Owner, and the TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives r_ ED-004 10/30/9"7 or agents. (b) Any such inspection or review by the TWDB shall not subject the state of Texas to any action for damages. 6. FLOOD HAZARD INSURANCE. This provisions applies to any contract which will construct structures that are insurable under the National Flood Insurance Program of the Federal Emergency Management Agency. The Contractor shall apply for flood insurance on all insurable structures that will be built under this contract. A copy of the completed application must be provided to the owner before commencing construction of the project. The Contractor shall obtain the flood hazard insurance as soon as possible and submit a copy of the policy to the Owner. 7. OPERATION AND MAINTENANCE MANUALS AND TRAINING. (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) Each manual is to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. (2) A list of recommended stock of parts, including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. ED-004 10/30/97 (c) Operations and maintenance manuals specified herein are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. (d) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a . charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements or terms of the Contract. (e) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 8. AS-BUILT DIMENSION & DRAWINGS. (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. 9. ARCHEOLOGICAL DISCOVERIES. No activity which may affect a State Archeological Landmark is authorized until the Owner has complied with the provisions of the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. ED-004 0/30/97 If archeological sites or historic structures are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and ' not the Owner, the TWDB, and the Texas Historical Commission, (512-463-6096). The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the Texas Historical Commission and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. _ The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 10. ENDANGERED SPECIES. No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigative actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 11. LAWS TO BE OBSERVED. In the execution of the Contract, the Contractor must comply with all applicable Local, ` State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State; and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, the TWDB, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 12. EMPLOYMENT OF LOCAL LABOR. This condition applies only to construction contracts which receive funding from the TWDB's Economically Distressed Areas Program. The contractor shall to the maximum feasible extent employ local labor for construction i of the project. The Contractor and every subcontractor undertaking to do work on the project which is, or reasonably may be done as on-site work, shall employ, in carrying ED-004 10/30/97 out such contract work, qualified persons who regularly reside within the political subdivision boundary of the Owner and the economically distressed area where the project is located, except: a. To the extent that qualified persons regularly residing within the political subdivision boundary of the Owner and economically distressed area are not available. b. For the reasonable needs of any such Contractor or subcontractor, to employ supervisory or specially experienced individuals necessary to assure an efficient execution of the contract. C. For the obligation of any such Contractor or subcontractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that in,no event shall the number of non-resident persons employed under this subparagraph exceed twenty percent of the total number of employees employed by such Contractor and his/her subcontractors on such project. Every such Contractor and subcontractor shall furnish the Owner and the Local Texas Employment Commission Office with a list of all positions for which it may from time to time require laborers, mechanics, and other employees, the estimated numbers of employees required in each classification, and the estimated dates on which such employees will be required. The Contractor shall give full consideration to all qualified job applicants referred by the local employment service, but is not required to employ any job applicants referred whom the Contractor does not consider qualified to perform the classification of work required. The payrolls maintained by the Contractor shall contain the following information: The employee's full name, address, and social security number, and a notation indicating whether the employee does, or does not, normally reside within the political subdivision boundary of the Owner or the economically distressed area. Copies of the payroll records shall be provided to the Owner. The Contractor shall include the provisions of this condition in every subcontract for work which is, or reasonably may be, done as on-site work. 13. HAZARDOUS MATERIALS. Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain ED-004 10/30/97 hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 14. EQUAL EMPLOYMENT OPPORTUNITY. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to Pnsure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees.to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age, handicap, or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for-,enployment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, revelations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. ED-004 10/30/97 (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses ules, regulations, or orders, this contract of this contract or with any of the said r may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph 1. and the provisions of paragraphs 1. through 7. in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (8) The Contractor will comply with Executive Order 11246 based on its _ implementation of the Equal Opportunity Clause, specific affirmative action' . obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliances programs office or from federal procurement contracting officers (512) 229-5835. _ The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion ED-004 10/30/97 of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. ED 103 (2/22/93) CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME, , a Notary Public duly commissioned and qualified in and for the County of in the State of Texas came and appeared as represented by , the corporation's , who declares he/she is authorized to represent pursuant to provisions of a resolution adopted by said corporation on the day of , 19 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of , declares that assures the Texas Water Development Board that it will construct project at , Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. GIVEN UNDER MY HAND and seal of office this day of , 200 A.D. Printed Name My Commission expires ED-104 (9/19/94) CONTRACTOR'S ACT OF ASSURANCE RESOLUTION Name I hereby certify that it was RESOLVED by a quorum of the directors of the name of corporation meeting on the day of , 200_, that be, and hereby is, authorized to act on behalf of , name of corporation as its representative, in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this day of , 200_. Secretary (seal) CC�'my �� � Fa ornC w�wthl mfi lorcky/U omnl em BuoAffcaq ' rmie"wPrCR(c il)o)!R'cy L '..V JAL�•!f,,li FORT 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 18 % 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. SUFMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. 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) 392-6104. Rev. 5/30/03 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: t Check applicable block to describe prime PROJECT NAME: M/W/DBE J NON-MAN/DBE Sanitary Sewer MAIN 244-A Village Creek Parallel Collector BID DATE Qc4e bei- a l x004 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: 9,0 PROJECT NUMBER 18 % % P170-070170410020 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 M/WBEs 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 4 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 Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount r Telephone/Fax Tele T D W p R O B E E C T E A S. C�VZMAa Cvvsr-•,1NG. CONeAR-'JL}ior.J g�S� LAv,"E�, ANt4pr DR. Or CAST- 1 N- 00 t�At.t�As,Tx -11;;7-1-7 1 p%AGC- Cor.lc. *iALIO,oco. PHONE - Zi+309-3c SS STF-vC,T V P-6 FAX - 144.309 --ZASt, tm Mwmelat_s , WC, P.0.(�'Ox 4011e ��MEN� R Lvoa�,Tx -7L,7-2-9;7 1 X RvGk 93 C100. Pkv0E- CHO-Nz77-Z033 rA-X - 9qO-NZ-7--Z7'61 CROUTAt-j PtpE F,cLOpMa It-36- MISc• Pip& 3009 PIANO f �X 750 S � � � M�S • � 21-71�• � HONG 1=A•x - Z 45 l -S$3-`SSW C,-'s-l.v'jlS Cows''+-11Nc., i�v.stc►� GogAN_5 Co"41 RU It13q.> 1 �3� S50 00 WN%i-c- k9-ki IVlnl �113�-] X (uNN��PP1oJ i PµotJ--, - 3zo-Z53-9VI FAY, - 320-5z1-LI®Zo 1. LONG. �F,�VtGts�Ise• P.o. goY, (y3u RAJEN qK LeAlie C Ty,Tx prnN 115-7 CO �j OF 411otcno,ov P4OtJ6 - 5-17,-31-L SSBI CONG STR.v( VVII5 FA-)c U Nw�toNo�l �a-r1;a..wor�.S�lNc. X333 1��1N 131vc1 • N1ANHot� IZ�N� d� TK �Si�7 1 x Coven, ��d ID = T . MSc. Pik- Z1+L031 -9�Ico P FA'.- 7, �o01UQ) Rev. 5/30/03 ATTACHMENT 1A FORT WORTH Page 3 of 4 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 Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A ��ogas P,PE VSA, lr4 . 13 E lztc Hc-y R-61 LWE ►-1©LsAvN1 -t-K -7-70-7-7 1 Pipe PKoNc - Zit-�z i-Z2oo � IFA X — Z`-t'eZ(-7'l l S �7Z t j LM V"P` / Olf,�'iJ It0 �RuNti k �uO1Z 1 x PKomG7- u '33 0 tp - Q�1-►-3o3-G� �o,1 2 ,Go, ' } erc I Rev. 5/30/03 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ -7cO�pop , Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS (��ca �D 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. f /fnag__ Us V Whi Authorr_izeed11 Signature¢ Printed Signature &LtA 1 ma-.YlH 2.� %t46LY I Title Contact Name/Title(if different) I9Wis Gvks'��LAC b;"tip Q VkGtt LIJ. Company Name Telephone and/or Fax ,ave y Address E-mail AddressY f�.<<�1� ���A, �T���� ��s�r�,3 ocf&e �J ' aaay City/State/Zip Date Rev. 5/30/03 Part B - Proposal i 17:i 10/15,'2004 09:79 FAQ 81703622 17 TRANSYSTEDIS FTIV X 008 PART B-PROPOSAL (revised 1.0/14/04) TO: GARY W.JACKSON FROM: (Bidder's Name) CIT'y MANAGER S.3. Lows Ca%Ni ri FOR:[ WORTH,TE,CAS 57.o S (c�" Ye RJNI�as�i -i � 3 (Address) For: S,,nitary Sewer Main 244•-A Village Creek Parallel Collector,D.O.E.No. 329 Sewer Prcject No.P170-07017041 pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly eyamined the plans. specifications, and the site, understands the amount of work to be done and hereby propc ses to do all the work and famish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and apprc val of the Director, Department of Engineering of the City of Fort Worth. Uponacceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and comr leting the said work within the time stated and for the following sums to-wit: CP Sanitary Sewer Main 244-A village Creek Parallel Collector,D.O.E. No. 3295 Pa irrrate Description of Ind Item Prices Unit TTotalApproz 9 Item Q�dtS' writtLn in Words Price Price Sewer Improvements f 66 ° � 1412 LF 90" Sewer by Open Cut; All Depths S_T - -Ccnis per LT ov 2. 2438 LF 72" Sewer by Open Cut;All Depths $ 4L66S-ze I _Dollars& ,ry Y' Cents per LF *indicates tho item material is required on page B1-9. G:kMDL9841^,aR�nddnI-0mau IV.lUroocsvl IOIJrp dm B1.—I 10/15/2004 09:59 FAX 8173362217 TRANSYSTEIS FTIP 10009 Sanitary Sewer lain 244-A Village Creek Parallel Collector,D.O.E.No. 3295 Unit TOW aPProlimidc• DescripdoP of Bid Item Prices Price Pay written in Fords Price Item Quantity * LF 60"by Open Cut;All Depths 3 $ 180 he—,VA- rV��''FO ��4 & Cent per LF 4,* 635 LF 60"by Other than Open Cut; All Depths $ (�/Q $ / C �/vDolLlrs& { � Cents per Lf —� G 5,* 585 LF 42" Sewer by Open Cut;All Depths $ $ A5.9�� Cents per LF CIO 6. * 635 LF 42" Sewer by Other than Open Cut; All $ 2E Depths U L coil.& &/L; Cents per LF *indicates thel item material is required on page B1-9. G:uapaiea+�c�maeti,i.emvo c tMnort v�J�o��a BI-2 10/15/2004 09:59 FAX, 817z3-�2247 TRANSYSTEDMS TEV Sanitary Sewer Main 214-A Village Creek Parallel Collector,D.O.E. No. 3295 r Unit Total Pay Approximate Description of Bid item Prices price Price Y Written in Words ItrmCO Qaavtih r 1 LS Construct Special Structure for 7' Connection to M-244A at Sta. 1+82 IF t:! FiV I Nv�SAn1t� Dollars& !�O Cents per L4 -- 00 o� cco 8. 1 LS Construct Special Structure foz S I�Sttaoo'_ $ � '^ Connection to M-244A at,Sta. 15+94 OnME I{Vni wZeb EwN�` f---_ FwE FtOySAND Doll=& 00 Cents per LS co Construct Siphon Box at Sta.20+00 $ ISSS,CW $ 13S, .� 9. 1 LS ,,tt p UNE t1VN DIZC-D TH l R.T-5/ F1t1E TNOtJSAND Dollars& (Jv Cents per IS 10. LS Construct Siphon Box at Sta.28+15 1 ONE I-�uNp2Eb TH t2 ty 1"OV5A to D Douce& No Ccnty per IS, CO 60 I1. 1 LS Construct Special Structures at Sta. $ (40 Mo. � S 47+52 N6 qU iJbREr> lytOQ5ANI k Dollars& N p Cents per IS Q1Maol98Jl"9e<fWdn>..�n�nfu+UProprsi IOIaM.�ac 131-3 10/15/2004 09:59 F';kX, 8171362247 TRANSYSTE S FTW X011 t Sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E.No. 3295 Deuripdon of Isid Item Prices U Total ppprosirmtte Price Price Pity Written it)Words Item Quaudl) 00 12. 1 LS Construct Special Strictures within $ 1 $ ldS,CXXJ _ Waterchase Golf Course at Sta. 48+86 DuE ��rJt�2Ec� FIDE - TNaS A N ij Dollars Bc �p Ccnts per LS C1,gOD CO �)-7 SOD. 13.* 5 EA Consiluct Typical Manhole $_ fJ��E T��sANr� F��C �vm MC— Dollars& WO Gct1s per ZA 00 14.* 65 VF _ Extra Depth for Typical Manhole heet 13�� $ Sob. $ Riser Sections), see Details on S n E H�INI�Cb Doll=& WC, Cents per VF p0 15. 1 EA 60" Slide Gates at Siphon, Sta.20+00 $ EIE�E�.! TKo�SAND F�vE T19 N MueC> Daunts& NO Cents pa' EA * indicates M. tenial type is dependent on marked box on page B1-9. BI-4 Vii, 10/15/2004 09:29 FA1;3173362247 TRANSYSTEriS_FT1Y 10 012 Sanitary Sewer Main 214-A Village Creek Parallel Collector,A.O.E.No. 3295 Unit Totnl _ Description of Bid Item rricec Price Price ray Approximate Written in Words Item Quantity � pO 16. 1 FA 60"Slide dates at Siphon, Sta.28+15 y E��v6J TKot1SAND ��vE I�UN�wC� Dollars& (JU Cents per EA --- OU 17 1 EA 42"S tide Gates at Siphon, Sta. 20+00 $ 9,� $- �Ne TKOUSA04b Dollars& V Cents per EA 00 00 1& 1 EA 42" Slide Gates at Siphon, Sta.28+15 $ 000 $ 91 COO. N\rJE T1-adusAN� Dollars& z _` N O C nes per EA 00 OC) $ S .'_ 19. 110 SY Concrete Rip Rap Per Detail Sheet 28 $ So. - i Soa 3 l FTV Dolisra& 0c) Cents per CY p OO to 20. 794 SY Rock Rip Rap 19(1ZT,( t�jwe, DO=& 00 Cents pvr SY e;vuro,aa„sRrsuan t eiavwi t�>t�NR.,�toua aoe B1-5 1 10/15/2004 10:00 r'k'.Y 8173362247 'TRANSYSTMIS_M (M013 sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E-N6. 3295 Unit Total aPprog(matc Pa Description o[P.id Itun Plicas Price Price Y Written in'Words Item Qu2ntit7' 00 S Z3 21 290 Sy Construct Gabions &Gabion Mattresses $ a �t f�µT y Dollars& NU Crnts per SY cC� 22 20 LF 48"Storm Sewer Concrete Encasement at $ y4. 0_ Sta.42+32 Fpr_-rr Foy V_ Dollars& tJ d Cents per LF 00 OC 23_ 135 LF Sewer Concrete Encasement of 3-42" $ 190 ZO,ZSO. Pipe at Sta. 47+52 to Sta.48+87, Sheet 11. Nrc �- %)06tt,C—e Ft FDollats ,V U Cotta per LF 00 00 Z4,_ 5885 LF Post-Construction.Television Inspection $ � ONG- Doll=& No Cents per IF o( 25. 4363 LF Trench Safety System — �y Dollars& Vf�E Cents per T_F' F 4�.1'AltljllSy Eliot-covavarifledlt�opovdtot+a.ta BI-6 i 10/15/2004 10:00 F,> o17:�362247 TRANSYSTE S F719 10014 S 3nitary Sewer Main 2414-A.Village Creek Parallel Collector,D.O.E.No. 3295 Unit Total ,�pprosimtFte nescrlptian of Bid Item Prices Price Price PAY Written iu words Item Quantity d° ��aOOp 26 1 LS Restol-ation of Waterchase G.C. (Tee $ Boxes,Turf,lnigiition,Cart Path etc.) ISAQp D-'Iws8c O Ccnts per Is 27. 4030 LF Plydromulch Seeding _ THREE Donars& F Fry Ccnts per IF SO 28. 4030 SY 6"Topsoil S 00 Dallats& ower Cents per SY Op � 29 1 LS Abandon 54"M-244A, Structure No. 2 S + To Existing 96",Per Sheet 5. '� Etl�-�Iiioc/SAtJt� Dollars& A` 'vy Ccnu per Is 30. 1 LS Abandon M-238 and Remove Manholes $ $ 10,0 from M-238 (STA 10+75)to Existing M-2x14-A ff, I �FiN {dtl�JA�b Dallas& 00 Crnls per IS, - G�1ovn1 ' uddnFC®u.a lLaat,FiopoW lPtaPt,dat ��-7 10/15/2001 10:00 FAX`"8173`362247 TRANV�ISTI SMS FT1Y - 0015 Sanitary Sewer Main 244-A Village Creelt Parallel Collector,D-O-E-No.3295 _ Unit• Total Pay App�m-de Description orBid Item Prices ucm Quautit,r Written In Words Price Price �---. " S WPPP —' 31. 1 LS BeTE Ent1 HOV ANS Dollars& N p Cents per LS 32 5 EA Passive Odor Control for MIS vent Pipe O° G iE IudwSAN+> �UND1Zet> Dollars& 11�ey Cents per FA 00 L1G? 33. 10 EA Cut and Plug 54"M-244A,Per Sheet 5 litme 1 MouSAN6 Ek!C I��n1Dlzec� Doth& �y CCnwper EA 00 34. 2 EA Cut and Plug 30"M-238 $ 3,Sc�o 7,o00. 1 _ i NEC T��Us�N� ��.,t✓ �✓N D1i� Aoitars& Centsper EA 0035.* 1 LS Supplement Pipe Testing per DA.- 132 $QD000 �1tJGTv l HOJSAw1� nada»& �o Cents per LS From B14A,provide the Unit Price and Total Price from the appropriate Pay Item 35a,35b,or 35c. E , G r I C:l2lYYnIG14lSpaslnJdn •�+olntt IU,mNYaOccd 101401.dnt B 1.-+ f 10/15!2004 10:00 FAX 8173362247 TRAN5YSTEDfS_FT1V 2016 Sanitary Sewer Main 244-A.Village Creek Parallel Collector,D.O.E. No.3295 FOR B1p11ING PURPOSES ONLY (revised 10/14/04) YJnit Tout Approxhwite DrxcrlWrit o[in ord5 ices price puce J'aY Written in Words tom, Quantity Cboice ONL`_'one of the following liay items. This item must match the pipe material marked on 131-9. 35a- 1 LS Supplemental Pipe Testing per DA 132 90 000.00 S for Fiberglass/Mortar Pipe(ASTM D L 3262) - Ninety thousand Dollars & Zero Cents per LS OR 35b. 1 Supp'lemental Pipe Testing per DA 132 $ 57.000.00 $Alv for Reinforced Concrete Cylinder Pipe with 360 degree liner, (AWWA C 301) i IFifty seven thousand Dollars & Zero Cents per. LS IOR Supplemental Pipe Testing per DA 132 $ 51.000.00 $ AdI BSc. 1 PP P g for Reinforced Concrete Pipe with 360 degree liner, (ASTM C76) � I Fifty seven thousand Dollars & Zero Cents per LS The Contractor shall complete the above Pay Item that matches the pipe material box marked on B1-9. The appropriate supplemental testing program Pay Item (35a, 35b, or 35c) shall be added on Bl-8. Failure to properly coraplete the proposal is grounds for disqualifying the bid. o-tion+iea�up�na�itnnmia�re.rsinpw�epyei��M� Bl-8A ,� 'rih�Ul�i h✓1So lU/15/2UU4 lb;l:� FAX 8173362247 TRANSYSTjK5_FDV 2017 S anit2ry Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No. 3295 Unit NY gpproiimiite TuWI Description of Bid Item Prices Price Item Quan[iq' Written in Words Price Total $•--�—--T l The pipe m.iterials ;dtematives for Items 1 through 6 are listed below. The Contractor must mark the appropriate box to indicate the material used for this bid. Failure to mark a material type will disqualify the f bid. Fiberglass/Mortar Pipe(ASTM 3262) Reinforce Concrete Cylirider Pipe with 360 deg ee liner, (ANSVAW WA C301) Reinforce Concrete l?ipe with 360 degree liner, (ASTM C76). I l l l a�omotestisv� Q*�id� loeada BI-9 uy/Julxuu4 U8:.VU r'A. ?S173JGZ241 TRAINS Y STEM 5-,FTW 10007 F PART S-PI,.0P0S,%L, (Continued) z Within ten(it)) days zdter notification by the City,the undersigned will execute the formal contract and will deliver an ap?roved .Survey Bond and such other bonds as required by the Contact Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of th e City of Fort Worth, T(,xas, in the event the contract and bond or bonds are not executed and delivered witain the time above set forth, as liquidated damages .for the delay and additional work caused E thereby. The undersigned bidder certified that he has been fvznished at least one set of the General Contract Documents and Genu;ral Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific C ontract Documents and appurtenant plans. The undersigned asswes that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by city Ordinance No.7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete corstructiou within 250 calendar days (including supplemental pipe testing) 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 Staie of [] Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached- Nonresident ttachedNonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The Inrincipa.place of business of our company or our parent company or majority owner is in the State of Texas. - 6.�:m1010S4lSpenLld.'n7.Co =117opwal9pgDI-IO.dw ��-1Q 10/15/2004 10:00 FAX 8i1JJ*ZZ4/ tnatv�t�triu�stn h Receipt is acl--i lowlede ed of the following addenda: Addendum No . X Addendum No. 2 _S�19�O 4 Addendum.N).3 Addendum.No. 4 Addendum.No. 5 Addendum N o. 6Tk Addendum 1\o. Addendum r o. 8 (Seal)If Bidder Corporation Respectfully submitt, l, f �,�1GGf'v - .• By: L,ES � vlE-F�TM13►J - - _ Title: MA,44(;g-f7 Address: _S2a _,S S�xT►f Ave. M ftw6r-i4g,=n Tex yrs WO 3 f G.l2ppp14psS{pc111ddgf CwwmtlQaebFn+Dosl iayadcc $l-l.l _ . L ED-104 5/19/02 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE Les V . Whitman Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the S J Louis Construction of Texas Ltd . , meeting name of corporation on the day of Oct . 1, 2004, that Les V Whitman mana2r and be, and hereby is; authorized to act on behalf of S J Louis Construction of Texas L Ajasits nama of corporation i representative, in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this 21 s t day of October , 20 04QQ �kt Secretary (seal) ED-103 01/03/01 I CONTRACTOR'S ACT OF ASSURANCE TATE OF TEXAS — COUiN'TY OF TARRANT I BEFORE 1 FE, Becky Jones , a Notary Public duly commissioned and qualified `ul and for the County of Tarrant in the State of Texas came and appeared Les V . Whitman , as represented by , the ^orporation's General Manager , who declares he/she is authorized to _ Texas Ltd . represent S .J . Louis Construction of pursuant to provisions of a resolution dopted by said corporation on the 1st day of October A 9 a duly certified copy of such resolution is attached to and is hereby made a part of this document). Les V . Whitman , as the representative of S .J . Louis Construction of Texas Ltd Texas Ltd . s ieelares that S .J . L o u i s C o n s t r u c t i o n o f assures the Texas Water Development Village Creek Parallel Collector '3oard that it will construct S - S . Main 2 4 4 A n. project at Fort Worth , Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules )f the Texas Water Development Board. GIVEN UNDER yN y SND and seal of office this 21st day of I 200 4 A.D. �: BECKY JONES =+; 1 MY COMMISSION EXPIRES r � December 19,2006 Becky Jones Printed Name �Iy Commission expires December 19 , 2006 W'RD-708C Revised 9-l'---0' EPA AND TWDB CONSTRUCTION CONTRACT I' SUPPLEvtENTAL CONDITIONS � b SRF-404 (5/13/91) SRF Number CERTIFICATION REGARDING DEBARMENT, SUSPENSION,AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,bribery, falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State, or local)with commission of any of the offenses enumerated in paragraph(1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal [ or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Les V Whitman General Manager ITyped Name&Title of Authorized Rcpresentativ /A I5ignarive of Authorized apresentative Date [ I am unable to certify to the above statements. My explanation is attached_ l . _ E I 4, kk[[ E t t t i } 3 Y fi 8 E IPART C - GENERAL CONDITIONS . TABLE OF CONTENTS NOVEMBER, 1, 1987 f _ TABLE OF CONTENTS ICl-1 DEFINITIONS C1-1. 1 Definition of Terms C1-1 (1) C1-1. 2 Contract Documents Cl-1 (1) C1-1. 3 Notice to Bidders C1-1 (2 ) C1-1. 4 Proposal C1-1 (2 ) C1-1.5 Bidder C1-1 (2 ) C1-1. 6 General Conditions Cl-1 (2 ) C1-1. 7 Special Conditions CL-1 ( 2 ) C1-1.8 Specifications Cl-1 (2 ) C1-1. 9 Bond C1--1 ( 2) C1-1.10 Contract C1-1 (3 ) C1-1. 11 Plans Cl-1 (3 ) C1-1. 12 City C1-1 (3 ) C1-1.13 City Council C1-1 ( 3 ) C1-1. 14 Mayor C1-1 (3 ) C1-1.15 City Manager C1-1 (3 ) C1-1.16 City Attorney C1-1 ( 3 ) C1-1.17 Director of Public Works C1-1 ( 4 ) C1-1. 18 Director, City Water Department Cl-1 ( 4 ) C1-1. 19 . Engineer C1-1 (4 ) C1-1. 20 Contractor C1-1 (4) C1-1. 21 Sureties C1-1 (4 ) C1-1. 22 The Work or Project C1-1 (4) C1-1. 23 Working Day Cl-1 (4 ) C1-1. 24 Calendar Day C1-1 (4 ) C1-1. 25 Legal Holiday C1-1 (4 ) C1-1. 26 Abbreviations C1-1 (5) C1-1. 27 Change Order C1-1 (6 ) C1-1. 28 Paved Streets and Alleys C1-1 (6 ) C1-1. 29 Unpaved Streets and Alleys C1-1 (6) C1-1.30 City Streets C1-1 (6 ) C1-1. 31 Roadway C1-1 (6) -` C1-1. 32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2. 2 Interpretation of Quantities C2-2 (1) C2-2. 3 Examination of Contract Documents and Site C2-2 (2) _ C2-2.4 Submitting of Proposal C2-2 (3 ) C2-2.5 Rejection of Proposals C2-2 (3 ) C2-2. 6 Bid Security C2-2 (3 ) (1) C2-2.7 Delivery of Proposal C2-2 (4) C2-2.8 Withdrawing Proposals C2-2 (4) C2-2. 9 Telegraphic Modification of Proposals C2-2 (4) C2-2.10 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 OF DOCUMENTS C3-3. 1 Consideration of Proposals C3-3 (1) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3-3 (1) C3-3. 3 Equal Employment Provisions C3-3 (1) C3-3 . 4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3-3. 6 Return of Proposal Securities C3-3 (2) C3-3 . 7 Bonds C3=3 (2) C3-3 . 8 -Execution of Contract C3-3 (4) C3-3.9 Failure to Execute Contract C3-3 (4) C3-3 .10 Beginning Work C3-3 ( 4) C3-3.11 Insurance C3-3 (4 ) C3-3. 12 Contractor ' s Obligations C3-3 (7) C3-3 .13 Weekly Payroll C3-3 (7) C3-3.14 Contractor ' s Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4. 1 Intent of Contract Documents C4-4 (1) C4-4. 2 Special Provisions C4-4 (1) C4-4. 3 Increased or Decreased Quantities C4-4 (1) C4-4. 4 Alteration of Contract Documents C4-4 (2) C4-4. 5 Extra Work C4-4 (2) C4-4. 6 Schedule of Operations C4-4 (3) C4-4. 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5. 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) C5-5. 4 Cooperation of Contractor C5-5 ( 2) C5-5. 5 Emergency and/or Rectification Work C5-5 (3 ) C5-5. 6 Fidld Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5. 8 Authority and Duties of Inspectors C5-5 (4 ) C5-5.9 Inspection C5-5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 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) C5-5. 15 interruption of Service C5-5 (7) C5-5 .16 Mutual Responsibility of Contractors C5-5 (8) C5-5 .17 Cleanup C5-5 (8) C5-5.18 Final Inspection C5-5 (9) (2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) I C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (2) I C6-6. 5 Public Safety and Convenience C6-6 (2 ) C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6.7 Railway Crossings C6-6 (4 ) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4 ) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5 ) C6-6.10 Work Within Easements C6-6 (6 ) C6-6.11 Independent Contractor C6-6 (8 ) C6-6 .12 Contractor ' s Responsibility for Damage Claims C6-6 (8 ) C6-6.13 Contractor 's Claim for Damages C6--6 (10 ) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6.15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6 .16 Arrangement and Charges of Water Furnished by City C6-6 (11 ) C6-6 .17 Use of a Section of Portion of the Work C6-6 (11 ) C6-6 .18 Contractor ' s Responsibility for Work C6-6 (11 ) C6-6 .19 No Waiver of Legal Rights C6-6 (12 ) C6-6. 20 Personal Liability of Public Officials C6-6 (12 ) C6-6.21 State Sales Tax C6-6 (12 ) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1 ) C7-7. 2 Assignment of Contract C7-7 (1 ) C7-7. 3 Prosecution of the Work C7-7 (1 ) C7-7. 4 Limitations of Operations C7-7 (2 ) C7-7.5 Character of Workman and Equipment C7-7. (2 ) C7-7.6 Work Schedule C7-7 (3 ) C7-7.7 Time of Commencement and Completion C7-7 (4 ) C7-7. 8 Extension of time of Completion. C7-7 (4 ) C7-7.9 Delays C7-7 (4) C7-7. 10 Time of Completion C7-7 (5 ) C7-7.11 Suspension by Court Order C7-7 (6 ) -i C7-7.12 Temporary Suspension C7-7 (6 ) C7-7.13 Termination of Contract due to National Emergency C7-7 (7 ) C7-7. 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7 ) C7-7.15 Fulfillment of Contract C7-7 (9 ) C7-7.16 Termination for Convenience of the Onwer C7-7 (10 ) C7-7.17 Safety Methods and Practices C7-7 (13 ) C8-8 MEASUREMENT AND PAYMENT C8-8 .1 Measurement of Quantities C8-8 (1) C8-8 . 2 Unit Prices C8-8 (1 ) (3 ) C8-8. 3 Lump Sum C8-8 (1) C8-8.4 Scope ;of, .Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) 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 ) C8-8.13 Record Documents C8-8 (5 ) (4 ) I PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , -plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to - the General Contract Doc-uments and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1 ) C1-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1 . 5 BIDDER : Any person , persons , firm, partnership , company, association, corporation, acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure , the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS : Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. ' C1-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall 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 the prompt and C1-1 (2 ) i I faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3. 7) b. Payment Bond (see paragraph C3-3. 7) C4. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions Ito Bidders, Part A and C2-2. 6) C1-1 . 10 CONTRACT: The Contract is the formal signed agreement I between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. - C1-1 .11 TLANS : The plans are the drawings or reproductions therefrom made by the Owner 's representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY: The City of Fort Worth, Texas , a municipal corporat on, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties . Responsibility for Final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1 -1 . 13 CITY COUNCIL : The duly elected and qualified governing body of the City of Fort Worth,_ Texas. ` C1-1 . 14 MAYOR : The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative.. C1-1 (3 ) C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 18 DIRECTOR, CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1 . 19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. - C1 -1 . 20 CONTRACTOR : The person , persons , partnership , company, firm, association , or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor , supplying labor and materials or only labor, for work at the - site of the project. C1-1 . 21 SURETIES : The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes_ therein. C1-1 . 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed and serviceable project. 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 . 25 LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: C1-1 (4 ) 1 I1. New Year ' s Day January 1 2. M. L. King, Jr. Birthday. Third Monday in January 3 . Memorial Day Last Monday in' May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one o the above named holidays -or a special hol-jday is declared by the City Council , falls on Saturday, the holiday shall .be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R Radius ASA - American Standards Association I.D. ---- Ins.ide Diameter HI - Hydraulic Institute O. D . - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I. - Ductile Iron C1-1 (5 ) C1 - 1 . 27 CHANGE ORDER : A " Change Order " is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All " Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor . C1-1. 28 PAVED STREETS- AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2 . Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5 . Any combination of the above. C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys. " C1-1 . 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1 . 31- ROADWAY: The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb 1-ines- or Four ( 4 ' ) fee-t back of the average edge of pavement `where no curb exists. C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which. has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. C1-1 (6 ) I SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount-of bid security ,,and state the basis for entering into a.7formal contract. The Owner will furnish forms for the Bi'dder ' s " xperience Record, " "Equipment Schedule, " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1 ) year old . In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firin 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 Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2 . 2 INTERPRETATION OF QUANTITIES : The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 . 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on fi-le with the Owner shall constitute all of the information which the Owner will—furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time requited for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon thei .r - own --estimates , ` investigation , research, tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct . Neither the C2-2(2 ) f fOwner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , I written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals , the price most advantageous to the City shall govern. - If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must .be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders " and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other . disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2 (3 ) C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders . " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals . actually £i-led with the City Manager cannot be withdrawn prior to the time 'set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have bean properly filed may, at the option of the Owner , be returned unopened. C2-2 . 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals , provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48 ) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 . 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been ` properly filed and For which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 . 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any kind. However , the C2-2( 4 ) f Owner reserves the right to waive any and all irregularities I and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2 - 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work -q_ontemplated. _ C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement , experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one i under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer , is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(5 ) f f I PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS I SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF -PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as -may be established in the. Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE ) and or a a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that- will substantiate the actual work performed by thee -MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6 ) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1 ) The Contractor shall post the required notice to that effect on the project site , and, at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant . he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3-3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time , not to ex-teed forty-five ( 45 ) days after the date o-f opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. . . The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its . judgment, would not be considered for the award . All other proposal securities, usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 . 7 BONDS : With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND : A, good and sufficient performance bond in an amount not less -than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or the use of inferior materials . This performance C3-3 (2 ) I I - bond shall guarantee the payment for all labor , materials, equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8 .10. - C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the -owner . All bond-s 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 the Contractor shall immediately provide a i C3-3 (3 ) 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 be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10 ) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and such bonds as .may be required in the Contract Documents. No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form- and Legality by the City Attorney, and executed for the Ownerr by either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten ( 10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal , and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated Ln the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) I certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or riot his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include. the coverage Iof all sub-contractors. a. COMPENSATION INSURANCE : The Contractor shall f maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project I under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract -Contractor ' s Comprehensive General Liability Insurance ( Public Liability and Property Damage Insurance ) in an amount not less than $ 500 , 0-00 covering each occurrence on account of bodily injury, including death, and in an amount not less than $ 500 , 000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY : The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage,., the following insurance: 1. Contingent Liability (covers General Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ( if excavations are to lie performed adjacent to same) . 4. Damage to underground utilities for $500, 000. C3-3 (5 ) 5. Builder ' s risk (where above-ground structures are involved) . 6. Contractual Liability ( covers all indemnification requirements of Contract) . d� AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain, during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $ 500 , 000 on account of one accident , -and automobile property damage insurance in an amount not less than $100, 000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in.. thes.e Contract Documents in -amounts and by carriers satisfactory to the Owner . ( Sample attached . ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime Contractor ' s insurance not cover the sub-contractor' s work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance, payment , maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 ( 6 ) I City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have I authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, - the Fort Worth-Da-11as area . The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3 . 12 CONTRACTOR ' S OBLIGATIONS : Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven ( 7 ) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 . 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a -person , persons , partnership , company , firm , association , corporation or other who is approved to do ` business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge, delegate , or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact . all business actions required in the performance of the Contract . This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 (7 ) matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all 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 C-Dntract as though bound 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 requirement is imposed on insurance and surety coverage. Should the Contractor 's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3 -3 . 15 VENUE : Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8 ) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK IC4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to I 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 wor-k 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, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4 . 3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to -extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal ; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work. " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as C4-4 (1 ) waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, 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 -Ehe project as a whole . Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of (1 ) labor, ( 2 ) rental of equipment used on the extra work for the time so used at Associated General Contractors of .America current equipment rental rates ; ( 3 ) materials entering permanently into the project , and ( 4 ) actual cost of insurance , bonds , and social security as determined by the Owner , plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in ( 1 ) , ( 2 ) , ( 3 ) , and ( 4 ) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 ( 2 ) I suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. INo "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work , prio-r to beginning such work. _ Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for ' extra work' whether or not iniitiated by a 'change order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4-4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4-4 ( 3 ) shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten ( 10 ) days prior to submission of first monthly progress payment , the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities_( including -procurement of materials, plans,--and equipment ) and the contemplated dates for completing the same . The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer . The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer . Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 ( 4 ) I ' I C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the Iduration of each activity. d. One critical path shall be shown on the Iconstruction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest I start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of .either the Contractor Ior the Owner. _ f. . Thirty days shall be used for submittal .review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals . 2. Submittal review periods. ` 3 . Shop fabrication and delivery. 4 . Erection or installation. 5. Transmittal of manufacturer ' s operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner 's operator instruction (if. applicable) . 8. Final inspection. C4-4 (5 ) 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 Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 ( 6 ) I PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND r MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS I C5-5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnished , work performed, rate of progress of the-work, overall sequence of the construction , interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations, and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract . The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such ~ matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5 . 2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements . otherwise described in the Contract Documents . Any deviation from the approved Contract Documents required by the ' Engineer . during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. 1�, C5-5 (1) u��f C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections , which , taken together , are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract Documents , and the Owner shall be permitted is make such corrections or interpretations -As may be deemed necessary for the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract , the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5 . 4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent , -English-speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendgnt and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner , the Engineer, or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) adequately provide for the safety or convenience of the traveling public or the owners of property across which the i project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. f C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the Owner or Engineer , a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , &hall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night, whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with the requirements of the project specifications or plans , the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition . In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours , the City may take such remedial action with City forces or by contract . The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor on the project. C5-5 . 6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate fieldoffice for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed,, well heated , air conditioned , lighted, and weather-proof , so that documents will not be damaged by the 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 operations to avoid delay . Such stakes or markings as may be established for the Contractor ' s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer , any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5 - 5 . 8 AUATHORITY AND DUTIES OF CITY INSPECTORS :- City Inspectors will be authorized to inspect all work done and to be done and all materials furnished . Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents , and to call the attention of the Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer . The City Inspector will not , however, be authorized to revoke, alter ,. enlarge, or release any requirement of these Contract Documents, nor -to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents . He will in no case act as superintendent or foreman or ,perform any other duties for the Contractor , or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided, however, should the Contractor object to any orders or instructions of the City Inspector , the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 (4 ) 1 C5-5 . 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not f the work as performed is in accordance with the requirements I of the Contract Documents . If* the Engineer- so requests , the Contractor shall , at any time before acceptance of the work, I remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the-parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of I all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection. C5-5 . 10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials , or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specifically provided, or 'any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner . Work so done may be ordered removed at the Contractor ' s expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor . Failure -to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5 - 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal s4stance to that specified and be suited to the same use and c*)able of performing the same function as that specitied; . and, identifying all variations of the proposed C5-5 (5 ) substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without the written ,approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages, losses and expenses ( including-attorneys fees) arising .out of the use of substituted materials or equipment. - C5-5 . 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates , design minimum, and .the s mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete , using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. C5-5 . 13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the C5-5 (6 ) I • ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5 . 14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities . The location of many gas mains , water mains , conduits , sewer lines and service lines for all utilities , etc . , is unknown to the Owner , and the Owner assumes no responsibility for failure to show any-.or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities , structures and service lines . Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary . All verification --of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution : In the normal prosectuion of work where the interruption ofservice is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department ' s Distribution Division as to location , time , and schedule of service interruption. 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) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs , notice shall be as above,but immediate. C5-5 . 16 MUTUAL RESPONSIBILITY OF CONTRACTORS : If , through acts or neglect on the part of the Contractor , any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim. C5-5 . 17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer . Twenty-fours fours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the C5-5 (8 ) 9 unsatisfactory Procedure. the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25% of such costs , shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials , temporary structures, and debris of every kind. He shall leave the site of all work in a neat and or-derly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean , polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 . 18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. , C5-5 (9 ) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC r RESPONSIBILITY I SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations , and shall observe and comply with all orders, laws, ordinances and regulations which ,exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation , or order , whether it be by himself or his employees. C6-6 . 2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses , pay all charges , costs and fees , and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6 . 3 PATENTED DEVICES, MATERIALS AND PROCESSES : If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design . It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design , device , material or process , or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by, the design , type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner , and to hold the Contractor harmless on account of such suits. C6-6 (1) C6-6 . 4 SANITARY PROVISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private , and such regulations as are required by Law shall be put into immediate force and effect by the Contractor . The necessary sanitary conveniences for use of laborers on the work , properly secluded from public observation , shall be constructed and maintained by. the Contractor and their use shall be strictly enforced by the Contractor . A11- such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6 . 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required 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 during actual trenching or pipe installation operations , at all driveway crossings . Such provisions may include bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. - Such other means may include the diversion of , driveway traffic, with specific approval by the Engineer . If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic , and shall , at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes , police call boxes , water valves , C6-6 (2 ) gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to I its attention , after twenty-four hours notice in writing to the Contractor , save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor , after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer , and PQ lice Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS , ALLEYS,--AND • RIGHT-OF-WAY: For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If .the street is occupied by railway tracks, the work shall be C6-6 (3 ) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc . Other contractors of the Owner may, ,for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6 . 7 RAILWAY CROSSINGS : When the work encroaches upon any right-of-way of any railway , the City will secure the necessary easement for the work. Where the railway tracks are to be crossed , the Contractor shall observe alr. the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public . Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 . 8 BARRICADES , WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street , alley , or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades , fences , lights and danger signals , shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricadesshall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the 111980 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. C6-6 (4) The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has I been erected by the City. If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works department , Signs and Markings Division ( phone number 8780-8075 ) , 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 f referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be Left in place until the temporary sign requirements are met . When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor ' s own expense . The Contractor ' s responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades , signs , fences , and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs , or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. . C6-6 . 9 USE OF EXPLOSIVES , DROP WEIGHT, 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 Contra-ctor 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 M advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shal.1 be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10 ) days after receipt of written notice of the claim to the Contractor from either the City or the claimant . The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are 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 traffic routes. C6-6 . 10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for ' the benefit of the City . The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor . and a copy furnished to the Engineer . Unless specifically provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6 (6 ) every precaution to prevent damage to all trees , shrubbery, Y plants, lawns, fences, culverts, curbing , and all other types I of structures or improvements , to all water, sewer, and gas lines, to all conduits, overhead pole lines , or appurtenances thereof , including the construction of temporary fences, and u to all other public or private property along adjacent to the I work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual , or other, either as owners or occupants , whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect , or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor , he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner , or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or -a -better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall. provide cross braced posts at point of the proposed cut in addition _to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal , temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 (7) proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results , proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and 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 , agent , servant or employee of the Owner . Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subcontractors , licensees and invitees . The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers , agents , employees , contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6 -6 . 12 CONTRACTOR ' S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner , its officers , agents , servants, and employees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons , of whatsoever kind or character , whether real or asserted, arising out of or in connection with, directly or -indirectly, the- work and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees , whether or not caused , in whole or -in part , by alleged negligence on the part of officers , agents , servants , employees , contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers agents, servants and employees for property damage or loss , and/or personal injuries , including death, to any and all persons of whatsoever kind or character , whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents employees , contractors , subcontractors, licensees and invitees, whether or not caused, C6-6 (8) in whole or in part , by alleged negligence of officers , agents , servants , employees , contractors , subcontractors , licensees or invitees of the Owner . Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries,loss or damages to property of the Owner during the performance of any f of the terms and conditions of this Contract, whether arising I out of or in connection with or resulting from, in whole or in part, any and all alleged acts or omissions of officers , agents , servants , employees , contractors , subcontractors , licenses, or invitees of the Owner. In the event a written claim for damages against the contractor or-its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the -Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in ' . writing satisfactory to the Director that; 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed. If condition (1 ) above is met at any time within the six month period, the Director shall recommend that the final payment to the . Contractor be made . If condition (2 ) above is met at any time within the six month period, the Director may recommend that the final payment to the Contractor be made . At the C6-6 (9) expiration of the six month period the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, .refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City contract. C6-6 . 13 CONTRACTOR' S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or- omissions of the Owner , he shall within three days after the actual sustaining of such alleged damage , m-ake a written statement to the Engineer , setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor ' s claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6 . 14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC. : In case it is necessary to change , move , or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer . The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be -necessary by the performance of this contract. C6-6 . 15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall , at his own expense and cost, 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 for this purpose he shall provide and maintain , at his own cost and expense , adequate pumping facilities and temporary outlets or diversions. The Contractor , at his own cost and expense, shall construct such troughs , pipes , or other structures necessary, and be prepared at all times to dispose of drainage and sewage C6-6 (10 ) received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and ( maintained under the Contract , except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. f C6-6 . 16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water IDepartment -for so doing. = City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor ' s responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1. 2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water , the charges, if any, for water will be at the regular established rates. When meters are not used , the charges , if any, will be as prescribed by the City Ordinance , or where no ordinance applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6 . 17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put , into use upon the written order of the Engineer , and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C6-6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the Contractor , and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor , shall rebuild, repair, .restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6 . 19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6 . 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6 . 21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20 . 04 ( H) of the Texas Limited Sales , excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller ' s Ruling . 007 . Any such exemption certificate ' issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller ' s Ruling . 011 , and any other applicable State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (H) of the Texas limited Sales , Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. C6-6 (12 ) ( ( Limited Sale, Excise and Use Tax permits and information can be obtained from: I Comptroller of Public Accounts Sale Tax Division Capitol Station ( Austin, TX ( C6-6 (13) r IPART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS I , SECTION C7-7 PROSECUTION AND PROGRESS: IC7-7 . 1 SUBLETTING: The Contractor shall perform with his own organization , and with the assistance of workman under his I immediate super intendance, work of a value of not less than fifty (50% ) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done -under f these Contract Documents, he will not under any circumst-Ances be relieved of the responsibility and obligation assumed under these Contract Documents . All transactions of the Engineer will be with the Contractor . Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7 . 2 ASSIGNMENT OF CONTRACT : The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights , title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership , company , firm, or . corporation, or does by bankruptcy, voluntary or involuntary, or by assignment .under the insolvency laws of any state , attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7'-7 . 3 PROSECUTION OF THE WORK : Prior to beginning any .construction operation, the Contractor shall submit to the ;Engineer in five or more copies, if requested by the Engineer, a progress` schedule preferably in chart or diagram form, or a .. brief outlining in detail and step by step the manLieT of•--- � ,N iUti rj � RE Ilk If vJ:.�v U� C7-7 (1) � prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment , materials , and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents . Any deviation from 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 Engineer . Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7 . 4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7 . 5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent. All other workmen; including equipment operators , may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary. dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner , shall misconduct himself or be found to by incompetent , disrespectful , intemperate , dishonest , or C7-7 (2 ) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill , ability , and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the . performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in--- an acceptable manner and at a satisfactory rate of progress . All equipment , tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory , safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7 . 6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 . 23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. ° b. - Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer , essential to the timely completion of the project. The Engineer ' s decision shalt be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1. 24 and the Contractor may work as he so desires. C7-7 (3 ) C7-7 . 7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and - such extension of time as may- be properly authorized by the Owner. C7-7 . 8 EXTENSION OF TIME COMPLETION: The Contractor ' s request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work , consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the Owner , fire , flood , tornadoes , epidemics , quarantine restrictions, strikes, freight embargoes , or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor ' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule . This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7 . 9 DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if C7-7 (4 ) f any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him I found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay I is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for ( carrying on the work , then such delay will entitle the I Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon . The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents , will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35. 00 $ 5, 001 to $ 15,000 inclusive $ 45. 00 $ 15, 001 to $ 25,000 inclusive $ 63 . 00 $ 25, 001 to $ 50, 000 inclusive $ 105 . 00 $ 50,001 to $ 100,000 inclusive $ 154. 00 $ 100,001 to $ 500,000 inclusive $ 210.00 C7-7 (5 ) $ 500,001 to $1,000,000 inclusive $ 315. 00 $1,000,001 to $2,000 ,000 inclusive $ 420. 00 $2,000,001 and over $ '630 .00 The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation , and that the "Amount of Liquidated Damages Per Day" , as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7 . 11 SUSPENSION BY COURT ORDER: The Contractor --shall suspend operations on such part or parts of the work ordered by any court , and will not be entitled to additional compensation by virtue of such court order . Neither will he be liable to the City in the event the work is suspended by a Court Order . Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract , for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 . 8 EXTENSION OF THE TIME OF COMPLETION , and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 (6 ) ( that construction may be resumed. Such reimbursement shall be ( based on actual cost to the Contractor of moving the equipment and no profit will be allowed. ( No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort north. ( The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume r operations. C7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President- of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor , materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If , "after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days , the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a Final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the _City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. ._Failure of the Contractor to commence work ..operations within the time specified in the Work ;Order issued by the Owner. C7-7 (7 ) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good- any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. -h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor ' s Sureties . When work is suspended for any cause or causes , or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option , assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 ( 8 ) f consent of the Owner, sublet the work or that portion of the work as taken over, provided however_ , that the Sureties shall exercise their option, if at all , within two weeks after the t written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Contractor ' s place in all respects , and shall be paid by the I Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become I due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified 1 time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete , by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment, supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor_ of said contract expense for labor, materials , tools , equipment , and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter 'to the Contractor under and by virtue of the Contract or any part thereof . The Owner shall not be required to obtain the lowest bid for the work completing the contract , but the expense to be deducted shall be the actual cost of the owner of such work. In 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 pay the amount of such excess to the City on notice from the Owner of the .excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section , the Contractor shall continue the remainder of the work in conformity with the terms , ofthe Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7 . 15 FULFILLMENT OF CONTRACT : The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have C7-7 (9 ) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole , or from time to time in part , in accordance with this section , whenever the Owner shall determine that such termination is id the best interest of the Owner . Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner . Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date 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 unfabricated parts , work in process , completed work , supplies and other material produced as ( a part of , or acquired -in connection with the performance of , the work terminated by the notice of termination; and I b. the completed, or partially completed I plans, drawings , information and other property which , if the contract had been completed , would have been required to be furnished to the Owner. . 5. complete performance of such part of the work as shall not have been terminated, by the notice of termination; and 6. take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner -has or. may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination , the Contractor may submit to the Engineer a list , certified as to quantity and quality , of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or , if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after notice of termination , the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. C7-7 c 11 Pry, `' z, U �?v D. AMOUNTS : Subject to the provisions of Item C7-7.16(C) , the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto ; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated profits . Nothing in C7-7 . 16 ( E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 . 16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the -contractor under this section , there shall be deducted ( a ) all unliquidated advance or other payments on account theretofore made to the Contractor , applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract; and ( c ) the agreed -price for , or the proceeds of sale of, 'any materials , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12 ) equitable adjustment of the price or prices specified in the contract relating to the continued I portion of the contract (the portion riot terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in f such price or prices ; nothing contained herein , however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the I continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 . 14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7 . 17 SAFETY METHODS AND PRACTICES:- The Contractor shall be responsible for initiating , maintaining , and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13 ) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT I ( SECTION C8-8 MEASUREMENT AND PAYMENT C8 -8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based on measurements made by the Engineer. These measurement's will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents , numbers, and weights of the materials and items installed. C8-8 . 2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor , tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures , cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes , delays , profits , injuries, damages claims, taxes , and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8 . 3 LUMP SUM: _ When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , .machinery, equipment , appurtenances, and all 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 (1) before its final acceptance by the Owner, (except as provided in paragraph C5-5 . 14 ) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , 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 RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ( $100 . 00 ) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400 , 000 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25 ) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City . The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work. as a permanent part thereof, but which at the the time of the estimate have not been installed. ( such payment will be allowed on a basis of 85% of the net invoice value thereof . ) The Contractor shall furnish the Engineer such information as he may request to aid C8-8 (2 ) f f fhim as a guide in the verification or the preparation of fpartial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates f 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 I as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any o-f his I -responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work f strictly in accordance with the specifications or provisions of this contract. C8-8 . 6 WITHHOLDING PAYMENT : Payment on any estimate or estimates may be held in abeyance if the performance of_ the construction operations is not in accordance with the requirements of the Contract Documents. C8-8 . 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor , the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection . The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection , and if the work is satisfactory, in an acceptable condition , and has been completed in accordance with the terms of the Contract - Documents and all approved modifications thereof, the Engineer ' will -initiate the processing of the final estimate and -recommend final acceptance of the project and final payment therefor as outlined in C8-8 .8 below. C8-8 . 8 FINAL PAYMENT: Whenever all the improvements provided or by the ,Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor; ' a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary `measurements; computations, and checks can be made. All '`pfior estimates upon which payment has been' made are subject to necessary corrections or revisions in the final payment. C8-8 (3 ) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be ' paid to the Contractor within 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 by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract .for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other . requirements of the Contract Documents which specifically continue thereafter. C8-8 . 9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is , therefore, agreed that the Owner shall be responsible for the adequacy of its own design features , sufficiency of the Contract Documents , the safety of the structure , and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof , and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 . 10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance_ Iwith the Contract Documents or relieve the Contractor ofliability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 (4 ) r pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andshall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the I contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness. C8-8 . 11 SUBSIDIARY WORK : Any and all work specifically governed by documentary requirements for the project , such as conditions imposed by the Plans , the General Contract I Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit . Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 . 13 RECORD DOCUMENTS : Contractor shall keep on record a copy of all specifications , plans , addenda, modifications , shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work. C8-8 (5 ) � Supplementary Conditions to Section C J� j R, SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C- GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entire hand 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-Jhe City on the 10th day and 25th day respectively. Estimates wiltbe paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate,payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 i 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 forro erty loss, property damage, personal injury, including death, arising out of, or p p alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its ofricers, 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 C4-4 SCOPE OF WORK,Page C 4-4 (1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: ti 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. 2 Revised Pg. 10/24/02 1� { 9 _ G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL INSURANCE REQUIREMENTS" 7, a. The City, its officers, employees and servants shall be endorsed as an additional r insured on Contractor's insurance policies excepting employer's liability insurance icoverage 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. 3 10/24/02 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. in. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY:Delete C8-8.10,General Guaranty at page C8-8(4)is deleted 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 G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL 7 - 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 small not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised Pg. 3 10/24/02 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, -for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY:Delete C8-8.10,General Guaranty at page C8-8(4)is deleted 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 ZO/VZ/OI S 'sd pastAag I- :SUOISTAaz 2uTmoll0l QlP 03PTU(SIoafoA 101 40) `.L86I `I jogw.IAOrl paIup `SuoRipuOO It,Iaua0 `0:�Wd aOuazada-d :kSlDaf0,Jcj.L9'1 A113 S(Im0a L•£-0 X f lusodoud aqj 01 uanT2 oq Ilton uoilt,.Tapisuoo.uagl m3 ou`owil Sunzado It,sodaid ailj zagt, sznoq (8t) jgjo-fpod ulgl! n POATaoaz IOU sT UOTILuuguoo Tlons jI -owil ftuodo Iesodo-id I oql of ioud paltuuz sum ioppiq DTP Jo aMIILU219 3111 JOAO uoi�miunuzuzoo otgdu�alal Mons Io uoiTVuuguoo paluoiluogInt, Xlnp put, ua�izm t, jugj pagsiit,s si Jo2umw )1410 aqj It,gl `JQgllnj paptAoid put, `owil 2umodo It,sodozd plus aqj of ioud n2umw I 2uisugoznd oqj Xq paATaoa.T ST uOTTuoiunuTuToo oigdt,i2alaj Bons paptAoid `slusodozd 2uivado zoI has auz.1 oqj o} roud owil Auu ju uoT�uoiununuoo oigdmi2ojoj Aq Imodozd sig Aiipoui kew zappiq XuV :S'IVSOd02id 30 NOLNDE-11CIOW OIHdV-dDa'IgL 6'Z-ZD i •pouodoun you-ir4oi aq`nump oqj jo uoildo oqj it, `XuT u polg Xjndoid uaaq anuq sisonbai uoijvjopisuoo-uou gotgm I zoj slusodaid oqj `pnolt,pt,ai XIoilgnd put,pauodo On uoiWzapisuoo-uou iod polsonbai jou slt,sodo.id lit,zap •slt,sodozdlo 2?uivado aq1 joI jos ouip oT41 of Loud uuiq gjyA polg put, `ca t,ut,y�l�i0 oqj o�passazppu TUT ui opt,uu oq lsnuu lesodoid u jo uoi�uioplsuoo-uou .iol Isonboi V •slt,sodoid 2uiuodo zoj las auiil oqj of loud umt,ipgllm oq}ouuuo ngruew 2uist,goznd aqj gjim paig!KIlt,mou siusodaid :S'IVSOd02Id JNLMd2ICg-LLjM S*Z-ZD I 70I9L suxaZ `gIJOM IJO3 `LZOL I xog •0•d`uOTSTATQ 2?uTSEg0Ind gPOM IJOAJO fTlD `JOSumpq fuisuigaind oql of possazppu aq Ilugs adolanua aqj „•Saappig 01031 ON„ aqj ut p0110aiSap Su loo fo ld oql jo uoilduosop io auut,u oqj put, „`,TVSoclo dj,,prom oqj glim pa3IJuuz Aluiuld adolanua polt,as t,uT oq Itt,gs lusodozd goug •pa.zaATIaP X11t,n4ot,Iusodaid ails oAt,u Isnui SJappig ails, •pa.Tapisuoo oq IOU llim pogojudsip sum lusodoid t,jugj jouj on-Lu ails -could .iadozd oql of caul zadozd aip jt,Iusodoid oqj joAllop of,CITligisuodsau otos s,.zappig aqj si II „•Szappig 01 aoTION„ aqj ut gjJ0J Jas auuTI P31BIS put,UOTIV001 IutoglO-oql It, aATIt' uosaidai siq zo ngrutW 2uisugomd oqj of `fCIunooS pig.Tadoid sit Aq patuodut000t, `paianilop si 11 ssalun paiapisuoo aq llim It,sodozd ON :IVSOd02Id AO Ai 19AIZaCI L'Z-ZD :2?uimOIIO3 OT glim 6'Z-Z0 Put' 8'Z-Z0 `L'Z-Z0 sgduBt,.md aguegoxa (t7) Z-Z0 aft,d`jVS0d02Id 30 NOLLv�lvdaucl CINE'NOIZV.LauaXalm Z-Z0 UOTIODS `SUOII!PUOO luzaua0 - 0 Ind 'f •Z gdm2?vjud gunsixa oqj 3o nail ui 2uimolloj aqj could sloailuoo MdL `sioppig of suoijortAsul lutoodS aql ul •loofoid oqj jo omeld000t, Io chip oqj guimollol s oA (Z) omjo pouad u aoj 3Izom sl! aalumeng .Tolouuluo0 oip Iugj f I Tualui SA!D aqj 2uioq 11 `suoiRt,ogtoods STgj Jo zOAuj ui panlosa.T aq Ilt,gs suoiiuogioods oqi uiglim ojogmasla poumpoo Ajue=m jo amil jo pouad jaliogs Xuu of oouazajai XuV •ss3u4duzoid aigeuosew qunn sloalap,paA.Tasgo Io aoilou ani$ Ilion.Taump aqI pauil�no anoge se�ueaerT�leTaua�aq�3o aoueu}aad aT{�atnsse Ilet{s uoTgnn I I ZO/tiZ/O I 9 '2d pasinag :snnolloj su saidoo jo Isoo o4l ioj zolou4uoO oqj osmqurtaz of sooj2u/C1TO 3111 1411 3111 fq polsanbaz oq Am st, sluouzmop 11ons.�d000lo11d of 3az2t,zolouzluoogns puu zoiomiuoD (o) •sllpnu papuolul jo ooilou aouunpu algt,uosuaj.Tojou.zluoogns oAtO IIEgs 4iO •aloin siT Jo suoTSTnozd 0111 TIM oomild-woo ui slipnu jonpuoo of zapzo ui 'aot,ds Niom oluudorddu puu ajunbopu popinoid aq Ilugs puu 's3TlTliouj iojorijuoogns Ilu of smog SuWom Iuuuou Ouunp ssaoou anu11 IIE11s A4!0 ju111 `za11pT put, `jouz}uoogns oql of suoilousuuzl SuinloAuT '.Toiou4uoogns Bons jo spzoo3.Tpuu szadud'sluoumoop 'siloog Iuoulliod Allooilp Aur Ad000logd pue ounuuxo of lg2!j 0111 puu of ssaoou anuq 'jou.Tluoogns 3111 zapun Iuouvud Iuug zagu s.Tuox (£) oonp jo uoiiundxo 3111 Iilun `llvgs 4110 3111 lt,11l saaBu iojou4uoogns a111 1u11j loogo a11l of uoisinozd u.T3punaz3T4 slouzluoogns sli Ilu ui apnloul of sow2u JQgPT Iolou:luoO (q) •slipnt,papualui Jo aoiTou aouunpu olgt,uosuoi zolourluoo OAT-5 bugs A4TO aTI1 •uoTIoas SMIJO suoisTnozd a11l,gIyA oomildwoo ui slip-nu jonpuoo of iopio ui aouds 31zom aluudolddu put, QILnbopu papino.id oq IluTls puu soililiot,j iolot,uuoO,�Tussooau Ilu of smo112uWom luuuou Suunp ssaoou ant,Tl IIt,11s AlTO aTP lt,111 saaz2t, ToIot,WoO lot,zluoo s.qj of duTlulai suoi�ousuuzl Sutnlonui zojou4uoO 3111 jo spzoo3.i put, szadud 'sluauznoop 's)loog juauilz3d Alloomp Mut,Ad000logd put, ouiurLIxo of lg2lj oqj puu of ssaoou ant,11 'jou4uoo s-rgl zapun IuouUCud It,ug.za}lu szuaX (£) ooxgl jo uoiltlndxo 3111 Iilun `Iltgs IgID oql Iugj sooBu jolou.TluoO (u) :,LIcnv OZ.LH m bi'8-8O :SuTmollo3 311;pet, '(S) 8-80 oSLd ',LNIIWAVd CNV ,LNIIWa2If1Syaw 8-80 uoiloaS 'suoilipuoD IuzauaD - D Ind :jic v OZ JHDM 'Z «JNIQNOg CIMVV 9HNVUaSNI NOA LMHDV 'IVDO'I 2„11d'eaundgns oplop gDNd2I1lSNI I I'£-£O 11dui2uxud `(9)£-£0 «HONV dfisNI NOI fVSNHJWOD u„TldujOundgns ololap UDIgV-IIlSNI I I'£-£O 11dw2uzud(S)£-£O 'fid 'Z •uiaiay paiinbai load aql to Aoenbape ayl euiwjalep ll!m 'uogajosip alos sl! ui ')( !o ayl •Isenbei uodn /4!0 aul of papinoid aq llegs eouejnsuiai vans Aue to load tioloelsiles -mej jeaapal japun paainbai ao palliwjad suoilebilgo uo�4ajns a se Aj!lenb of tinseail aul to tielajoes salelS palm ayl woal i(Iijoglne to aleoililiao a to japloq ayl si pue sexal to alels ayI ui iafnsuiai e se pap!wpe pue pazijoglne si Ieyl jainsuiai a wojl 000'006$to ssaoxe ui fi4!1!geil Aue jol oomnsuiai pouielgo aneq (Z) Jo 'Mej JeJapal japun paainbai jo pelliTwad suoile6ilgo uo iClams a se filgenb of tinseail ayl to tielajoes salelS palm aql wal filijoglne to aleogilaao a ploy (6) Isnw i(lains ayl '1(410 aul of algeldeooe eq of i(lains a jol japio ul :puoi o}posuoi oq pinogs spuo5{.Iaino PL-E-0 gdua2ujud ja}lu gdvBtjud o11j '.(£)£-£O o2ud -I it 1. 50 copies and under- 10 cents per page 2,More than 50 copies- 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements,page C6-6(4),part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five(5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: 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. 8 Revised Pg. 10/24/02 f f � Part D - Special Conditions PART D - SPECIAL CONDITIONS D-1 GENERAL.....................................................................................................................3 D-2 COORDINATION MEETING ........................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES..........................................................................7 5---6 EXISTING UTILITIES AND IMPROVEMENTS..............................................................7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES ...........................................................8 D- 8 TRAFFIC CONTROL...................................................................................... ...........9 D- 9 DETOURS. ...................................................................................................................9 D- 10 EXAMINATION OF SITE ...............................................................................................9 5--_11 ZONING COMPLIANCE...............................................................................................10 D- 12 WATER FOR CONSTRUCTION..................................................................................10 D- 13 WASTE MATERIAL.................................................................... ........................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE10 ................... ... . D- 15 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 D- 19 PROJECT DESIGNATION SIGN.................................................................................11 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL............................................................................12 D- 23 2:27 CONCRETE................................. ...............................................................12 F-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION 12 i D- 25 PAVEMENT-REPAIR (E2-19) ............ ........................................................................ 14 572-6 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................15 D- 27 SANITARY SEWER MANHOLES D- 28 SANITARY SEWER SERVICES..................................................................................18 D- 29 REMOVAL SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES................20 D- 30 DETECTABLE WARNING TAPES...............................................................................22 D- 31 PIPE CLEANING..........................................................................................................22 - D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.......................................................................22 5- 33 MECHANICS AND MATERIALMEN'S LIEN..................................................................23 D- 34 SUBSTITUTIONS .......................................................................................................23 6---3-5 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................26 D- 37 BYPASS PUMPING.....................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..........27 D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................29 D-40 TEMPORARY EROSION SEDIMENT, AND WATER_POLLUTION CONTROL..........30 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................31 D- 42 PROTECTION OF TREES, PLANTS AND SOIL_ .........................................................31 D-43 SITE RESTORATION ..................................................................................................31 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................31 D-45 TOPSOIL SODDING. SEEDING & HYDRO_MULCHING.............................................32 D-46 CONFINED SPACE ENTRY PROGRAM...................................................................37 U---47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................37 D-48 EXCAVATION NEAR TREES ......................................................................................37 D-49 CONCRETE ENCASEMENT OF SEWER PIPE ..........................................................38 D- 50 CLAY DAM...................................................................................................................38 5-- 51 EXPLORATORY EXCAVATION (D-HOLE).................................................... ..,..,,_. D- 52 INSTALLATION OF WATER FACILITIES...................................................... ..��:r . .�i � ,,:� ]7, 09/12/03 c ,� , 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 D- 57 TREE REMOVAL.........................................................................................................46 D- 58 TEST HOLES...............................................................................................................46 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................47 D- 60 TRAFFIC BUTTONS. ..................................................................................................47 - D- 7 -D- 61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D- 62 TEMPORARY PAVEMENT REPAIR............................................................................48 D- 63 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 ............................................................50 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTINGWATER SYSTEMS....................................................................................52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................52 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION.................................................52 D-72 AIR POLLUTION WATCH DAYS ................................................................................53 09/12/03 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: SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR— CONTRACT 1 FORT WORTH, TEXAS DOE PROJECT NO. 3295 WATER DEPARTMENT PROJECTS NO. P170-070170410020 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 09/12/03 SC-3 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS 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. 09/12/03 SC-4 1 PART D - SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1 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 1 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, f or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 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. 09/12/03 SC-5 PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or 09/12/03 SC-6 PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least i 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. _ D- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be 09/12/03 SC-7 PART D - SPECIAL CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace .or repair the utilities or service lines_ with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on = the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load.bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more = frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. 09/12/03 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 I 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 IHighways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. I 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 09/12103 SC-9 PART D - SPECIAL CONDITIONS given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant properly for storage purposes. D- 12 WATER FOR CONSTRUCTION 4 The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s)will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. 09/12/03 SC-1 0 l 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: For Questions on this.Project Call: 09/12/03 SC-11 PART D - SPECIAL CONDITIONS (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. D-24 TRENCH EXCAVATION, BACKFILL,AND COMPACTION 09/12/03 SC-12 i � PART D - SPECIAL CONDITIONS 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 f 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 I 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 ICondition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be I backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or i no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C"or i "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 mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. 09/12/03 SCA 3 PART D - SPECIAL CONDITIONS Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2)feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2)foot vertical intervals beginning at a level two (2)feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D-25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2)feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in = the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. 09/12103 SC-14 I PART D - SPECIAL CONDITIONS iThis permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and ( Health Administration Standards, 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on - it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. _ Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. . 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 09/12/03 SC-15 PART D - SPECIAL CONDITIONS Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted.and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids.and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 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. 09/12103 SC-16 i PART D - SPECIAL CONDITIONS 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole f sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. IThis sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing I 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 f 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. 09/17103 SC-17 PART D - SPECIAL CONDITIONS Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on - opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 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 09/12103 SC-18 I PART D - SPECIAL CONDITIONS expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid 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 f 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 buildingsewer services encountered during 9 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. 09/12/03 SC-19 PART D - SPECIAL CONDITIONS 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 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 09/12103 SC-20 PART Q - SPECIAL CONDITIONS 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. I 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 Ibackfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. 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). 09/12/03 SC-21 PART D - SPECIAL CONDITIONS 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 L 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'h 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 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 09/12/03 SC-22 PART D - SPECIAL CONDITIONS expense and dispose of such materials in accordance with the Ordinances of the City and this section. 1 D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens 1 upon receipt of payment. D-34 SUBSTITUTIONS 1 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 1 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 1 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 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. 09/12/03 SC-23 PART D - SPECIAL CONDITIONS 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using- high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary 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. 09/12/03 SC-24 PART - SPECIAL CONDITIONS (TIONS IThe importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer I service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. - Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the 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. 09/12/03 SC-25 PART D - SPECIAL CONDITIONS C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT ) Manhole Manhole 0 to 16' 40 sec. 52 sec. 09/12/03 SC-26 PART D - SPECIAL CONDITIONS ( 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. f22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. l 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 09112103 SC-27 PART D - SPECIAL CONDITIONS camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, 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 09/12/03 SC-28 PART D - SPECIAL CONDITIONS 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 f the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good I tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. 09/12/03 SC-29 PART D - SPECIAL CONDITIONS E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT,AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 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. 09/12103 SC-30 I PART D - SPECIAL CONDITIONS C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall 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 II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined - by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in 09/12/03 I % i" PART D - SPECIAL CONDITIONS the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL 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 09/17103 SC-32 PART D - SPECIAL CONDITIONS I requirements hereinafter described. Sodding shall be either "spot" or "block'; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) I 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,r end any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and - shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. 09/12/03 SC-33 PART D - SPECIAL CONDITIONS The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Puritv 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 Bermudas rass 60 to Buffalograss 60 Bermudagrass 20 Buffalogras°s 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. 09/12/03 SC-34 PART D - SPECIAL CONDITIONS iDISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seedbed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. - The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. " Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: 09/12/03 SC-35 PART D - SPECIAL CONDITIONS If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer' will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of 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. 09/12/03 SC-36 I ' PART D - SPECIAL CONDITIONS I "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. IThe 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 I 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 j 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. 09112103 SC-37 PART D - SPECIAL CONDITIONS 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 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 09/12103 SC-38 I PART D - SPECIAL CONDITIONS f start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the I approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). I 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 f52.1 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. 09112103, SC-39 PART D - SPECIAL CONDITIONS 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shalt 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 09/12/03 SC-40 PART D - SPECIAL CONDITIONS I service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. f All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. I 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. IAll 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 I 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 reloca firms-made�^�' h� r 09/12/03 SC-41 a ' PART D - SPECIAL CONDITIONS perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A—Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5)feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple _ service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. 09/17103 SC-42 I PART D - SPECIAL CONDITIONS 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 I service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. IThe 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 I 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 09/12/03 SC-43 PART D - SPECIAL CONDITIONS line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 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, 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. 09/12/03 SC-44 PART D - SPECIAL CONDITIONS All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall I apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-155ORC 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. SC-45 1.s"vUhlfi PART D - SPECIAL CONDITIONS 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. 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. 09/12/03 SC-46 PART D - SPECIAL CONDITIONS The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in { the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer 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 09/12/03 SC-47 PART D - SPECIAL CONDITIONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. 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 09/17103 SC-48 PART D - SPECIAL CONDITIONS All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall ( be included in bid items for vales and fittings and no other payments will be-allowed. f D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T" = Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 09/12103 SC-45 ELSi PART D - SPECIAL CQNDITIQNS 4. Combination Fence: Commercially manufactUfed combination soil separator fabric on wire mesh backing as shown on the Drawings D. ROOT PRUNING , 1. Survey and stake location of root pruning trenches as shown on drawings. 2. Using the approved specified.,equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immey tKly after trenching. 4 4. Place a 3-foot wide by 4-incl 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, equipm9ht and protection. E. MULCHING: Apply°.2=inches to 4-inches of wood chips from trimming or clearing operation on are designated by the Engineer. F- Tree Pruning shall be considered subsidiary to the project contract price. Y?: D-57 TREE REMOVAL Trees to be renin red 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 Tte matter of subsurface exploration to ascertain the nature of the soils, including the amount of J� .,,,.,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. 09/12/03 SC-46 ! ` PART D - SPECIAL CONDITIONS manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these iagreements, 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. 09/12/03 SC-49 PART D - SPECIAL CONDITIONS B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. EPA defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. 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.htmi. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.htmi. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management 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. 09/12/03 SC-50 PART D - SPECIAL CONDITIONS The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth I Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. 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 09/12/03 SC-51 PART D - SPECIAL CONDITIONS the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D -40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule,to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: 09/12/03 SC-52 PART D - SPECIAL CONDITIONS The work progress on all construction projects will be closely monitored. On a bi-monthly basis 1 the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to j interested individuals will distributed by the Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. 09/12/03 SC-53 PART D - SPECIAL CONDITIONS If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day,that day will be considered as a weather day and added onto the allowable weather days of a given month. l 09/12103 SC-54 (To be printed on Contractor's Letterhead) 1 Date: ] DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 1 MAPSCO LOCATION: 76L J LIlVIITS OF CONST.: West of 9'"Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX>days I 14W IMF 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. CI)NSTRUCTION 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 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter (Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52 CY) Front End Loader (21/2 CY &less) $9.94 Front End Loader(over 21/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 09/12/03 SC-56 f FORTWORTHDaW . DM Mo. Xl= fta,m ftnw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION ( DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR f WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: f MRAT f (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR AT (CITY INSPECTOR) (TELEPHONE NUMBER) I THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, 'CONTRACTOR I f ( f PART D - SPECIAL CONDITIONS 09/12/03 �'��J 1• JU� �o PART D - SPECIAL CONDITIONS ca '-- - _ _r.�.� ver`+vim�"� �• F t TEXAS DE ARTWIENT OF HE7U..TH � bEMOUTiO1V�` � OV�I`TIO t ANOYE.;OIRCLEITEIRSTHATAREAMENdED - y AIOTIFICAT[0111Evil ent Contract=— L.+corr s- - - Ji .�a=•'.z°. �£; � y �4ddrese s- .. R� Ci , slim t�Nuritber, PliOne~Number tA:- Number - u "Wer3up oar TDk1ltcense:Nu s Trained t7n-Site NESHAP individual " �Cernfiaaliarl Date ,'� �` -�> �,`•at ...,.,,t r exp -=y ,;r .. ., .e�,;.�.` '-�' ,4� as-� _� ,q bemolitlort t:ontractar Ofllea Phartd htumb�,rC 1 ~� ��� �v�- r,�l 'a•^ :'r ..:` sx-s, r ;-� 3,., � �..5 y.a .G ���C,}„"'Ea�.sr,;; t f a� pro Carteui a..'-^a'. 7 ) 1 tent ar t7perator AY r ry - TOHfLoosrt Number. F city'. a 51a6e. Ztn. Otfiice Phone Number, r _ ,y 3)<FIllty firmer 3 r �..gin- ,�� 11 irfty' Sita: Mix Ovmer Phone Wombed 4 "Notes:1Th0 IwMce for am notificattan fee*11 ba sentln Tie ow"iet of ihalfuiidlntfi and tflab ig addr"s tortho fmWae WK he ' abit lrtod from the information that is provided.ln tfiissscfiarr lt! 4) F]escr[ptlnn at Fae ty Name ;•: E 4?hysrcal�0.d�lreSs:' r Cat�rtty = Clty " Ztp l scllRy Phorlte NumbeH't r Fac>rfi/Canted Person • " ks .;HDescrplion'ofAn3a�12com Nuunber. A ��Prrar�86'�. � - FUIurA USe:'" - ;-�;z±t �^�•�{aa'�s:'�`9�,"r��.,e�•-+:: P Aye of 8uifdinglFacll[ty~ Stma = Number of Floors; Schobt(K f M U YES ND �L a2+. r " s,X •s5 �2-' M$.?_.-c'�°r- 4 n .-� `°'¢i�,3yhE�t'��', �•f-_� ,✓moi• -a"' 5);�jrpa of Vitork _r Q liamolttlan II ieirorr�rNon Abatement} _ D Annual Conealidated ; Wow tWO be during CIGay `0': 0 N[ght Descrip�tlon ofwork schedute� �� x � ` s 4 $ 8); if�d�s�apP chile CBuiiding?a Y�EpSMR, . D N Federal Fae�ijl�ltyy�'�O'YES(��J N+�d_lndru�srylrial SiCtec E4�EFl7��Y#Ny I`��r1ot ..0 Gni, Nd .' '�Y S7GJ�{�Ir�killit�.ti47:YItlY[ Yc.� t.1sN =Y 2. �7) Nol�Catlon Type GHECICONLY ONE ��, , ; t irlglnat(10 WorldngiDays} [I Carvcalialiorr o Amsndmenf a Erne encylOrde dl 1 y, ' �§ -�aim, F -""a #o.f' a ff iltisis as art�endntentr wtrich amandtrrent'number.fs thts7 (Enc�owoopy 0,a Iftalandlor Iaa arnertdment� -L: . x -nom n a„3 r sa n rgertc r, "dfd yOtj teFkWltit atTpH7 Emergencylh, Gate' HOur40HIF. argenayt(HFHMIWp� h N x'°/*'Y��' {{.-vl�rftr�E �^. �wfi- -A.4r {,'e��Ay,cs■♦ ,(,aY M�y�� `Y,' aJV,1 +rte I q�• �f�1� ._C � AL}�.�SG � ; D�pgan of theVYWWh W_I _�b.+yG',�• Y.�i1pIvIOW1�'lyW.�O W�agn't �C4LIJ �4�d�NNJB��YiK�Ve 3.. merit dam CarTlQlrterS mCW DI le �'W!Ai ri �,s.- t��, .��.,:f•��aa-'�'` ���;L �-:F�-=ra.-.f,.,:��,:, :�:� `0"_�3'�." � ;.�-��:�r,�c:E +a�,_- ar�>:- �sb;:��a+_.:n. �' Csj{.��`x�.ri: '�,•'�n:rw .:_ - _- ."`S�s` -,.. �w`7� Y`i t: f�r� ;3.s: -�,s1��.,".�`�- '+'. ��X-�+y�.- r'�,�+r'- �. - '_ M �. w r f`5: Y,. >.s yc q$+a,. s�ty`.t�+%. r t`y.�••_•:."'`T°'�w..n: r �Fie'...rs�:� as.'"F t �� �c Y��6C '1.'�.�':�•-wr � Y1'_ �] B ° ptian�nf prcrredu hoYbe followed ln,the euenE that uneotpeciae!asdos is iourtd a nonfie�le rnaterlaf becomes arurrtbled. 1u :ar "�' � � � arredioraedllopowtler '>- 8? > Bae AetaestusiurveyperfarmedT�D YES 14104-1ata. f 1 TRJi lnapectorLraenseNo _' laayttcal,Method Fl PL IuF []TFJN l3 Assu ped HF41bor8t }�Lboettse ar 7AHP,4(public bu7timg)fpooleda uaeeumpfa r mti�t;li�mada.�wTDH Llrensed Inspector a `~ t1`"Description of planned d+emoli�oc ar ranovatlon worts,typeaFmerGeris[,sand methotl(s}to biased oreigctbamusmabseaj 11)�DkdIpUbnfwork yradesftthe denloll[lanfreaiavasliQns •� .#t=< ea'�'kr --�-� -�'^.e'1 5�#- w. ,y ��`-' � e3h' -„reer•moi.-^4,3st -:3: � -�� rt�:'T+e,"-. .x::.. -; _...._ r;>. J.'].-,.'t`: ..r-,,. 3+" .•.. .. ,..e.�.: ...__,.�-:� ..:-SF.a. {mss-, o-... =t.sar`.:.;`� ��„p���..+Sh< s+Mw,T.s�el+.ri.. A2;'a "i" riW,9.' a°1�. RS 0WZV3 SG59 PART D - SPECIAL CONDITIONS a I ro - ti 77 .n-! 12} A1' a Ilcabm roams In the 680ry ng table must be,m I IF 49�M�_ASB SCE�iTCNEC � t€,.vs �. '• - K -.t' r-.v '•:„r.d;.�y .._ mMIF�mOu WiiVR�nl � m ti '�• �:, 5� ' �best>dsJCoetatntng Butldtng�A�lterlal ,il'AcTm � -�,u =�Iq 9 Sla >irtrn."'t'a,A.cM to be �� Inferior Ca I nOn-frialtla rlmOY,[9�gd�, �- �' �'�?•� "�; •" � � .� r, � '� .na ����+RA ��E�x ���'Y'--Moa� ,v'4. �' •JOY ' F_xtelnor C 1`non-friahb mmc+'ed Gam- :` I�friab1.NOT"removed �nierlor tt non Irf�tfte remb d = �t-W- , � � �E�ceertor 11'non-friable removed < �= '� M � _ u non 1Flable NOT removed az s RACM'Olf=FaaltyC mponerlt �•:' . � + '0.°•"i!" . _ �rtr,Ri _ fit 13) Was rar sporier Name lDFI4; um6 `�"{;OI1t8pGt�er50n - - - '''r. aE• `+ �`-`'��9sNiJn7 r' :�E�.; � - �3. -�K.f T4}'_1NasEa Ispo6at Site Nama_ xCq , k i atets ^' 1 e�ep" ic`ne G' �1 TNRCC rt Number {{ v. } For 91ruc6uralty unsound taclllUes,mttacrHa coFy of darna60an order arrd Iden, "c3ovemmental- b r. ' Da{e`o�order{141MfDDlYY} l -I -Daw vide to begin MWULV-T3�`� � ..aChedu r:d.Da�e`,s�Of�Asbeslos Ahmtement D 1!�Y}�Sfa D9teB DemolitfoMRenovatlon{MIWD�} Sfar '"lEo�:.lFihr�tirt�el�aR Mr(s nofil9aWore caln'o�hoElllo7DH FL�bnadr trona'Pro�rirr ad6caA�rir'ttieanl:o a .by , phoni orio iliita 'daii.{Falluw o do so i a vb4[11No11 C #�cO nG AriP On, 5. 1 _ " ' ' Y_ihaf I,�rrforrnaatieon;l have pmvfdad is earnbrt.�comp eta, m°m o Cmc o d8� rtlak I am dElbralt a:pecis of the noun uding,butte n lfmfli :rf�onl an�d'sum s aM . The '�itii�c n �Cy�S10�DOD per day paf viofallo�n � -yr ' . � may- -'� Slpnalure o BulWin�Omerl.Operator ;T*— PAInIodNale) ale one ; or, e 'Coristontractor) _ }, Lxg r - r s"��FAOCNu111ti�Cj �"„ r' ' MAICT�O: ,- A381rS'1'OS:NIQ7CFCl', Y €$�r:110 TOxictt 8ST 4P(C $�OI�T#Z ,DNISION , �L ,,,• , �,� ? K r TEXi4S'DEP!*aRTME_h'iT - '� PD< ' 43538 0-AU Ns I �ati0`-�-5�8�.' rte. �4*..� �. , ..�• '-, . F.nnnAPBt#8- do7126 2 Re,o cw 7DHfam'dabfd,07/IWI °F�ras$i anteu corniafafurg�Yfaml,,r i=BQt-672 6'rs, "'S:`-adz-s _ - _ � - -� - � a *f �1-+-,' �,�c� L•pi `�-•ar"`. ay�� will bcz'A°Z`,3 A rsr''" ,,:' 4 - �� ,.�.n. -i :.-�i4wa` d •.. 09112103 SC-60 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED t DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED)..................................... DA-4 FOLD AND FORM PIPE (OMITTED) ......................................................_--- ---- DA-5 SLIPLINING (OMITTED)......................................................................................5 IDA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT..................................................5 DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR (OMITTED)...............9 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION........9 DA-10 MANHOLE REHABILITATION (OMITTED) .................................................... 11 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION.................... 11 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM.. 13 DA-13 INTERIOR MANHOLE COATING-OUADEX SYSTEM..................................... 15 DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM............................ 18 DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM........................20 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER 23 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM...........................26 DA-18 RIGID FIBERGLASS MANHOLE LINERS.............................................................28 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION .......................................31 DA-20 PRESSURE GROUTING .............................................................................................33 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES...................................37 DA-22 FIBERGLASS MANHOLES........................................................................................39 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) ...................................................................................................................................44 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER....................................44 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS.............................................44 5A-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE.....................................44 DA-27 GRADED CRUSHED STONES...................................................................................45 5A-28 WEDGE MILLING 2" TO 0" DEPTH 5.0'WIDE (OMITTED)...........................45 5A-29 BUTT JOINTS-MILLED (OMITTED)...............................................................45 DA-30 2" H.M.A.C.SURFACE COURSE (TYPE "D" MIX)..............................................45 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED)...........46 5A-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED).....................................46 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED)...............................46 DA-34 8" PAVEMENT PULVERIZATION (OMITTED)................................................46 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) ...................................................................................................................................46 DA-36 RAISED PAVEMENT MARKERS (OMITTED)..................................................46 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING TOTTED) ..................................................................................................................................46 _ DA-38 LOADING,TRANSPORTATION,AND DISPOSAL OF CONTAMINATED SOIL (OMITTED)...................................................................................................................................46 DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC.........................................................46 DA-40 CONCRETE RIPRAP................................................................................I..................50 09/12103 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA41 CONCRETE CYLINDER PIPE AND FITTINGS.....................................................50 DA42 CONCRETE PIPE FITTINGS AND SPECIALS ......................................................50 DA43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ....................................51 DA44 6"PERFORATED PIPE SUBDRAIN (OMITTED)..............................................51 DA45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED).....................51 DA46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED).................51 DA47 PAVEMENT REPAIR IN PARKING AREA.............................................................51 DA48EASEMENTS AND PERMITS....................................................................................51 DA49 HIGHWAY REQUIREMENTS...................................................................................51 DA-50 CONCRETE ENCASEMENT .....................................................................................52 DA-51 CONNECTION TO EXISTING STRUCTURES-....................................................52 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED)52 DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED)............................................52 DA-54 WATER SAMPLE STATION (OMITTED)..........................................................52 DA-55 CURB ON CONCRETE PAVEMENT (OMITTED)..............................................52 DA-56 SHOP DRAWINGS.......................................................................................................52 DA-57 COST BREAKDOWN..................................................................................................53 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C.OVERLAY (OMITTED)..53 DA-59 H.M.A.C.MORE THAN 9 INCHES DEEP (OMITTED)......................................53 DA-60 ASPHALT DRIVEWAY REPAIR...............................................................................53 DA-61 TOP SOIL.......................................................................................................................53 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMIITTED) ..................................................................................................................................53 DA-63 BID QUANTITIES........................................................................................................53 DA-64 WORK IN HIGHWAY RIGHT OF WAY..................................................................54 DA-65 CRUSHED LIMESTONE (FLEX-BASE) (OMITTED) ........................................54 DA-66 OPTION TO RENEW (OMITTED)......................................................................54 DA-67 NON-EXCLUSIVE CONTRACT................................................................................54 DA-68 CONCRETE VALLEY GUTTER (OMITTED)....................................................54 DA-69 TRAFFIC BUTTONS (OMITTED). .....................................................................54 DA-70 PAVEMENT STRIPING (OMITTED)..................................................................54 DA-71 H.M.A.C.TESTING PROCEDURES (OMITTED) ..............................................54 DA-72 SPECIFICATION REFERENCES. ............................................................................55 5A-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED)............................................55 DA-74 RESILIENT-SEATED GATE VALVES.....................................................................55 DA-75 EMERGENCY SITUATION,JOB MOVE-IN. .........................................................55 DA-76 1 V.- &2" COPPER SERVICES..................................................................................55 DA-77 SCOPE OF WORK(U ln.CUT) (OMITTED).....................................................55 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) (OMITTED)................:......56 DA-79 CONTRACT TIME (UTIL.CUT) (OMITTED)....................................................56 DA-80 REQUIRED CREW PERSONNEL &EQUIPMENT (UTIL. CUT) (OMITTED) 56 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL.CUT) (OMITTED)..................56 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED)........................................56 09/12/03 ASC-2 I � PART DA - ADDITIONAL SPECIAL CONDITIONS DA-83 PAVING REPAIR EDGES (UTIL.CUT) (OMITTED).........................................56 DA-84 TRENCH BACKFILL(UTIL. CUT) (OMITTED)................................................56 DA-85 CLEAN-UP(UTIL. CUT) (OMITTED).................................................................56 DA-86 PROPERTY ACCESS (UTIL.CUT) (OMIT'TED)................................................56 DA-87 SUBMISSION OF BIDS (UTIL.CUT) (OMITTED) .............................................56 5A-88 STANDARD BASE REPAIR FOR UNIT I(UTIL. CUT) (OMITTED).................56 DA-89 CONCRETE BASE REPAIR FOR UNIT II &UNIT III(UTIL. CUT)(OMITTED) 56 DA-90 2"TO 9"H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED)...............................56 DA-91 ADJUST WATER VALVE BOXES,MANHOLES,AND VAULTS (UTIL.CUT) (OMITTED)......................................................................................... .56 DA-92 MAINTENANCE BOND (UTIL.CUT) (OMITTED) ........................................... 56 DA-93 BRICK PAVEMENT(UTIL. CUT) (OMITTED).................................................. 56 DA-94 LIME STABILIZED SUBGRADE (UTIL.CUT) (OMITTED).............................56 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)......................56 DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) (OMITTED).........56 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED).....................................56 DA-98 UTILITY ADJUSTMENT(UTIL. CUT) (OMITTED)..........................................56 5A-99 STANDARD CONCRETE SIDEIVALK AND WHEELCHAIR RAMPS (UTIL. CUT)(OMITTED)............................. 56 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)(OMITTED)..56 5A-101 CONCRETE CURB AND GUTTER(UTIL. CUT) (OMITTED).......................56 DA-102 PAYMENT (UTIL.CUT) (OMITTED).............................................................57 DA-103 DEHOLES (MISC.EXT.) (OIVIITTED).............................................................57 DA-104 CONSTRUCTION LIMITATIONS (MISC.EXT.) (OMITTED)......................57 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED)............57 DA-106 BID QUANTITIES(MISC.EXT.) (OIVHTTEM................................................57 DA-107 LIFE OF CONTRACT MISC.EXT.) (OMITTED) ..........................................57 DA-108 DETERMINATION AND INITIATION OF WORK(MISC.REPL.) (OMITTED)...................................................................................................................................57 DA-109 WORK ORDER COMPLETION TIME (MISC.REPL.) (OMITTED).............57 DA-110 MOVE IN CHARGES (MISC. REPL.) (OMITTED).........................................57 DA-111 PROJECT SIGNS (MISC.REPL.). ........................................................................57 DA-112 LIQUIDATED DAMAGES(MISC.REPL.) ..........................................................57 DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)......................................57 DA-114 FIELD OFFICE.........................................................................................................57 DA-115 TRAFFIC CONTROL PLAN...................................................................................58 DA-116 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 58 DA-117 FIBERGLASS SEWER PIPE-GRAVITY SERVICE..............................................59 DA-118 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR JACKING INSTALLATION-GRAVITY SERVICE.................................................................................62 DA-119 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL CARRIER INSTALLATION-GRAVITY SERVICE .............................................................65 DA-120 HINGED MANHOLE....................................................................................................68 09/12/03 ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-121 T- LOCK SHEET LINER...........................................................................................69 DA-122 PASSIVE ODOR CONTROL FOR VENT PIPE........................................................75 DA-123 WATERCHASE GOLF COURSE ...............................................................................78 DA-124 TUNNELING..................................................................................................................79 DA-125 STAINLESS STEEL SLIDE GATE.............................................................................81 DA-126 STOP LOG. ................................................................................................I...................83 DA-127 TRINITY RIVER AUTHORITY UTILITY CROSSINGS........................................87 DA-128 GABIONS AND GABION MATTRESSES.................................................................87 DA-129 PASSIVE ODOR CONTROL INSERTED ON MANHOLE COVER.....................92 DA-130 REINFORCED CONCRETE.........................................................................................93 DA-131 REINFORCED CONCRETE CYLINDER PIPE (RCCP).........................................93 09/12103 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. JThe following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The I proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance on each unit. Bidders-shall submit individual and separate monthly M/WBE reports for each Unit included in the Contract. i Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITTED) DA-5 SLIPLINING (OMITTED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified 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: 09/12/03 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 j 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 Jboring 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 09/12/03 ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS grade an the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored, Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specked 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 09/12/03 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. 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 fumished 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 A. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: 09/12/03 ASC-8 ` PART DA - ADDITIONAL SPECIAL CONDITIONS I1. 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. 2. Touch-up after field welds shall provide coating equal to those specified above. 3. 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. f B. 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. C. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITTED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces. Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15)and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations. 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 1. Scope: This section governs the materials required for completion of protective coating of designated structures. 09/12/03 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Protective Coating: The protective coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc, or a two-part epoxy resin system using 100%solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the .application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Standard Long Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perrorm the spray coating operations and coating installations. C. EXECUTION: 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray(3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (112) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. C. After all repairs have been completed, remove all loose material. 3. Protective Coating: 09112103 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. Therotective coating shall be installed in accordance with the P 9 manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 4) Spray the urethane or epoxy onto the structure wall and bench/trough to a minimum uniform thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. After the walls are coated, the wooden bench covers shall be removed. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur inside the structure within 24 hours after application. 4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Section D-36 - VACUUM TESTING OF SANITARY SEWER MANHOLES. D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation. 09/12/03 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITIONS B. CLEANING: 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. All concrete that is not sound or has been damaged by chemical exposure shall be removed from the manhole. Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. 3. All contaminates including but not limited to: oils, grease, waxes, form release, curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and all other contaminants shall be removed. 4. Surfaces to receive protective coating shall be cleaned and abraded to produce a sound concrete/brick surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. All foreign materials shall be removed from the manhole interior using high pressure water spray (3500 psi to 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. 5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if necessary, to remove dirt, oils, grease, and other matter which may prevent a good bond of sealing material to the manhole surface. A mild chlorine solution (household bleach) may be used to neutralize the surface to diminish microbiological bacteria growth prior to final rinse and coating. C. PRELIMINARY REPAIRS 1. All unsealed lifting holes, unsealed step holes, voids larger than approximately one- half (1/2) inch in thickness shall be filled with patching compound at least one hour (1) prior to application of the first spray coat. 2. Active leaks shall be stopped using City approved products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with City specifications and Section DA-20- PRESSURE GROUTING. 3. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. City approved cementitious patching compounds or epoxy grout as recommended by manufacture shall be used. 4. After all repairs have been completed, all loose material shall be removed from the manhole. Contractor shall insure no material is allowed to enter the sewer system. 5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that all active infiltration has been stopped prior to application of protective manhole coatings for rehabilitation. 09/12/03 ASC-12 l PART DA - ADDITIONAL SPECIAL CONDITIONS D. INSPECTION Applicator shall carefully inspect all surfaces prior to application of protective coating and shall notify Owner of any noticeable disparity in the surface which may interrere with the proper performance of the repair mortar and protective coating. E. MEASUREMENT AND PAYMENT Payment for Surface Preparation shall be considered subsidiary to the cost for Interior Manhole Coating or Protective Manhole Coating for Corrosion Protection. DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM A. GENERAL 1. Scope - This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are i listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA- 17. A17. 2. Description - The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations- Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes - Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope-This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating - Reliner MSP proprietary pre-blended mixture of cementitious and pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and other selected ingredients, as manufactured by Standard Cement Materials. No material (other than clean potable water) shall be used with or added to these standard products without prior approval or recommendation of the respective manufacturer. 3. Material Identification-Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 09/12/03 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Mixing and Handling - Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It Is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling and application of the coating material shall perform the coating operations. C. EXECUTION 1. General - Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Temperature - Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the benchttrough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-1 1, SURFACE PREPARATION FOR MANHOLE REHABILITATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. Reliner MSP material shall be spray applied (using a manufacturer approved machine) to a. minimum uniform thickness of 1-inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smoothwith no evidence of previous void areas. After the walls are coated, the wooden bench covers shall be removed and the bench sprayed with Reliner MSP material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 14nch at the invert and shall increase in the direction of the wall so as to provide the required slope. 09/12103 ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS 3) The final application shall have a minimum of four(4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 24 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes Ia. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 64nch tall cylinders of the coating material shalt be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780 or ASTM C-10, as recommended by the material manufacturer, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT- Payment shall be based on the Contract Unit Price per vertical foot, measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations 09/12/03 ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated are of. brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Quadex QM-1s and Quadex Excel proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. No material (other than clean potable water) shall be used with or added to Quadex QM-1s or Quadex Excel without prior approval or recommendation from Quadex, Inc. 3. Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals, All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. EXECUTION 1. General Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 09i1v03 ASC-16 i PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the top of the corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE REHABILIATATION. 2) The surface prior to application shall be damp without noticeable free water droplets or running water. QM-1 s material shall be spray applied (using a Quadex Model 900D application machine or manufacturer approved equal) to a minimum uniform thickness of I- -inch minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. 3) The final application shall have a minimum of four(4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. 4) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the contractor after operations are complete in accordance with Section DA- 21. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating.material shall be taken from each days work with the date, location and job recorded on each. The cylinders shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C780, and the results will be furnished to the Engineer and Owner on request. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot measured from the top of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in 09/12/03 ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS full for performing the work and for furnishing all labor, supervision, materials, equipment and all material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole wall areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-1 6 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half(1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating = The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 09/17/03 ASC-18 I J PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Specialty Cement The specialty cement-based dating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Prope Standard Lonq Term Value Tensile Strength ASTM D-638 5,000 psi Flexural Stress ASTM D-790 10,000 psi Flexural Modulus ASTM D-790 550,000 psi 5. Mixing and Handling Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 1. General Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 09/12/03 ASC-19 PART DA - ADDITIONAL SPECIAL CONDITIONS 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 4. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer,shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section 1. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 09/12/03 ASC-20 PART DA - ADDITIONAL SPECIAL CONDITIONS i 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. _ 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor 09/11103 ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 1, General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule, The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water, Material shall be spray applied per manufacturers recommendations with a minimum thickness of 125 mils(0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 09/12/03 ASC-22 I PART DA - ADDITIONAL SPECIAL CONDITIONS 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spat check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 —VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER A. GENERAL This section prescribes the minimum standards for the safe and efficient rehabilitation of sewer structures, utilizing Permacast with Epoxy Liner. B. MATERIALS 1. Leak Plugging Leak Plugging of the same or greater strength than the Liner Mix and/or chemical grouts may be used. If water pressures are severe, the contractor may drill relief holes at the bottom of the manhole wall to concentrate the leaks before plugging. 2. Patching Mix Voids which have not compromised the structure in its overall soundness must be filled prior to lining with materials of the same or greater strength than the Liner Mix. 09/12/03 ASC-23 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Liner Mix Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-Is and Quadex Excel cement mortar, or approved equal, applied uniformly at a minimum thickness of'A inch. Liner Mixes shall attain strengths as follows: 24 HOURS 28 DAYS Compressive ASTM C-109 3500 psi 10,000 psi Flexural ASTM C-295 650 psi 800 psi Elasticity ASTM C-469 180,000 psi 1,150,000 psi It shall.be delivered in factory prepared packaging suitable for mixing with just the addition of clean water in the prescribed dosage. No additives shall be used at the site without prior approval. All visible leaks must be plugged prior to application of the cementitious liner with quick setting, non-shrink hydraulic cement mortar. C. EXECUTION 1. Mixing The manufacture's published technical specifications and directions for proportioning and mixing shall be strictly followed by the certified applicator. 2. Equipment Equipment shall be as recommended by the manufacturer to ensure proper mixing and pumping of the mortar and shall be clean and in good working order according to the manufacture's published recommendations for safe operation. Only factory certified workers shall operate with a controllable retrieval method shall be used to produce a uniform and dense application without the need to trowel which can weaken the mortar. 3. Application Once prepared, the application shall commence, in accord with the manufacturer's recommended procedures and in the presence of the owner's inspector in a single application to the prescribed thickness (1/2 inch or greater) without delay or interruption in order to produce a uniform and monolithic liner. Multiple layers with time between for drying are not allowed. Once completed, the manhole shall be covered to prevent air drying. 4, Testing &Verification = Testing of rehabilitated manholes for water tightness shall be performed by the Contactor after operations are complete in accordance with Section DA-21. 09/12/03 ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS The owner's inspector shall verify the thickness with a wet gauge. Any area found to less than the minimum prescribed thickness shall result in the minimum prescribed thickness shall result in the immediate relining of the entire interior. Two test cubes shall be made from each day's mix and tested for strength verification, D. CORROSION PREVENTION 1. Preparation & Procedure The liner shall be applied to the prepared interior as specified in proceeding sections at 'A inch thickness. 2 Protective Coating The protective coating shall be a 100% solids epoxy with no volatile organic compounds and white in color to optimize visual inspection. Minimum physical properties shall be: Hardness ASTM D-2240 65 Shore D Tensile Strength ASTM D-63860 10,000 psi Compressive Strength ASTM D-69544 15,000 psi Flexural Strength ASTM D-79058T 1,000 psi It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before new bacterial growth can contaminate the underlying mortar. It shall have a minimum thickness of 125 mils and shall not run or sag during placement. 3. Safety If personnel are required to enter the confined space during the application procedure, each and all OSHA requirements as well as those required by the manufacturer's material safety data sheets shall be complied with fully. 4. Testing &Verification The interior shall be visually inspected for thoroughness of coverage. When dry to the touch, the entire interior shall be tested with a Tinkor& Rasor holiday detector at the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies shall be immediately corrected and retested. E. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and 09/12/03 ASC-25 PART DA - ADDITIONAL SPECIAL CONDITIONS trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM A. GENERAL 1. Scope. This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-1 4, DA-1 5 or DA-16. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers recommendations. 4. Manholes. Manholes to be coated are of brick, block, or concrete construction. Some manholes may have a cementitious sprayed or trowelled-on coating over the original interior surface. B. MATERIALS 1. Scope. This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based , fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff, AR. No material (other than clean potable water) shall be used with or added to Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal Systems. 3. Material Identification. Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic under certain conditions, shall be in accordance with the recommendations of the = manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perrorm the dating operations. 09/12/03 ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS C. EXECUTION: 1. General. Manhole coating shall not be performed until replacement of manhole covers, sealing of manhole frame and grade adjustments, partial manhole replacement, or concrete collar construction is complete. 2. Preliminary Repairs a) All foreign materials shall removed from the manhole interior using high pressure water spray (minimum 3500 psi). Loose and protruding brick, mortar, and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed f by cutting them 1' below the surface of the manhole. b) All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness shall be filled with rapid- setting, trowel-applied patching compound prior to spray application of the MS-2A coating. C) Active leaks shall be stopped using rapid-setting hydraulic cement products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20. Contact Strong-Seal Systems for grouting recommendations. d) After all repairs have been completed, remove all loose material. 3. Temperature. Normal interior coating operation shall be performed at temperatures of 40 Degrees F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90 Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F, using ice if necessary. 4. Interior Manhole Coating a) The interior coating shall be applied to the manhole from the top of the bench/trough to the top of the corbel or flattop, including the benchitrough. b) The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. (1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi). (2) Place covers over invert to prevent extraneous material from entering the sewer. (3) The surface prior to application shall be damp without noticeable free water droplets or running water. MS-2A material shall be spray 09/12/03 ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS applied (using a manufacturer approved application machine) to a uniform thickness of V minimum. Troweling shall begin immediately following the spray application. The trowelled surface shall be smooth with no evidence of previous void areas. (4) The application shall have a minimum of four hours (4) cure time before being subjected to active normal flows. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. (5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 5. Testing of Rehabilitated Manholes a) Testing of rehabilitated manholes for water-tightness shall be performed by the contractor after operations are complete in accordance with Section DA-21. b) At least four (4) 2-inch cubes of the coating material shall be taken from each day's work with the date, location and job recorded on each. The cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A compression test will be made according to ASTM C-109, and the results will be furnished to the engineer and the owner. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract,Unit Price per each manhole coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing necessary to complete the work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately. DA-18 RIGID FIBERGLASS MANHOLE LINERS A. GENERAL This item shall govern the furnishing and installation of rigid fiberglass liners in existing brick or concrete manholes. The manholes to be rehabilitated using fiberglass liners, and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule. The locations of these manholes are shown on the drawings. Rigid Fiberglass Liners shall be as manufactured by L.F. Manufacturing, Inc., of Giddings, Texas; Associated Fiberglass Engineers, of Fort Worth, Texas; or approved equal. The installation at each manhole shall include the preparation of the existing manhole to receive the fiberglass liner, installation of the liner, grouting the annular space between the existing structure and the liner, and backfilling around the new fiberglass corbel section. 09/12/03 ASC-28 i PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS 1. General. Fiberglass reinforced polyester manhole liners shall be manufactured 1 from commercial grade polyester resin or vinyl ester resin, with fiberglass reinforcements. All liners shall meet the requirements of ASTM D3753 and this specification. Fillers, when used, shall be inert to the environment. The fiberglass shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric acid as well as other gasses associated with wastewater collection systems. l 2. Reinforcing. The reinforcing materials shall be commercial grade E type glass in the form of continuous roving and chop roving. The coupling agent will provide a suitable bond between the glass reinforcements and the resin. JC. DESIGN REQUIREMENTS 1. Manholes shall have sufficient strength to withstand an AASHTO H-20 dynamic loading. This shall be verified by acceptable test results performed in accordance with the reference standard. 2. The manhole cylinder and the hemispherical reducer (corbel) shall be preassembled at the factory into a monolithic unit by overlaying the joint with fiberglass reinforced resin to a thickness equal to or greater than the wall thickness of the cylinder. Field jointing is not permitted. Corbel section shall be concentric with respect to the larger cylinder, unless otherwise approved by the Engineer. 3. The manhole cylinder shall have the minimum pipe stiffness values shown in the table below when tested in accordance with the reference standard: Length - Ft. F/AY- Psi 3.0 - 6.5 0.75 7.0 - 12.5 1.26 13.0 - 20.5 2.01 21.0 - 25.5 3.02 26.0 - 35.0 5.24 4. Diameter tolerance. Inside diameter tolerances shall be +/- 1% of the required inside diameter. 5. UV Inhibitor. The exterior surface of the manhole liner shall be UV-protected using grey pigments in the resin. 6. Interior Surfacing Material. The inner surface exposed to the sewer environment shall be a resin-rich layer 0.010 to 0.020 inch thick followed by a minimum of two passes of chopped roving of minimum length 0.5 inch to maximum length of 2.0 inch, applied uniformly to an equivalent weight of 3 oz./ft2. Each pass of chopped roving shall be well rolled prior to the application of additional 09/12/03 ASC-29 PART DA - ADDITIONAL SPECIAL CONDITIONS reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 inch 7. The entire fiberglass assembly at each manhole shall be fabricated so that no more than twelve inches of concrete adjusting rings will be required to bring the top of the manhole frame/cover to the required elevation. D. CLEANING 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 - 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. E. PRELIMINARY REPAIRS 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 - PRESSURE GROUTING. 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No material shall be allowed to enter the sewer system. F. INSTALLATION PROCEDURES Excavate around the top of the existing manhole and remove the manhole frame and cover, brick or concrete adjustments, and corbel section. If the existing manhole is poured concrete, the corbel section shall be removed using methods which will not damage the lower manhole barrel. Brick and precast concrete corbels shall be removed to the top of the manhole barrel section After cleaning and preliminary repairs are completed on the existing manhole, the rigid fiberglass liner shall be installed in accordance with the construction drawings. The bottom of the manhole liner shall be cut to fit the existing manhole base and pipe entrances. Cuts shall be accurately made with a suitable power saw. The manhole liner shall be lowered into the existing manhole and set into wet, Class D concrete mix on the benches. A good bottom seal shall be obtained in order to prevent loss of grout from the annular space between the outside of the manhole liner and the interior of the existing manhole. A 6-inch lift of quick-setting grout shall be placed above the initial bottom seal to ensure adequacy of the bottom seal. Existing pipes shall be bridged with short lengths of PVC or fiberglass pipes and sealed as detailed in the construction drawings. 09112103 ASC-30 PART DA - ADDITIONAL SPECIAL CONDITIONS I 1 The annular void between the manhole liner and the existing manhole shall be filled with a 1 4,000 psi at 28-days strength cementitious grout mixture. The grout mixture shall consist of Portland cement and sand. The actual design mix showing the proportions of each { component and admixtures, if any, shall be submitted to the Engineer for approval. J Cellular grouts containing the same materials as cementitious grout, blended with pre- generated aqueous foam to form macroscopic non-interconnected air cells uniformly distributed throughout the grout may also be used. Foam shall be added onsite by an experienced foam contractor. 1 After the annulus and perimeter of the manhole liner is grouted, concrete adjustment rings shall be placed on top of the liner corbel section to bring the frame and cover to finish grade. Seal adjustment rings and frame per Section DA-10 requirements. The manhole corbel section shall be backfilled with sand or granular material as recommended by the manufacturer and approved by the City. The remaining excavation shall be backfilled as required in Section D-24, Trench Excavation, Backfill and Compaction. A concrete collar shall be constructed if required in the Manhole Rehabilitation Schedule. G. TESTING After the manhole liner installation is complete and all adjustment rings and the frame and cover are installed, the manhole shall be vacuum tested as required by Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES. Any leakage into the manhole shall be stopped. H. MEASUREMENT AND PAYMENT 1. The Contract Unit Price for rigid fiberglass manhole inserts shall include all labor, equipment, and materials necessary for the complete construction of the manhole insert, including backfilling. The pay quantity shall be measured from the bottom of the fiberglass barrel section to the top of the fiberglass corbel. 2. Payment for exterior grouting of manhole walls necessary to stop infiltration will be at the Contract Unit Price for manhole grouting. 3. Payment for step removal, furnishing and sealing concrete adjusting rings and the ring and cover, and concrete collar, will be at the applicable Contract Unit Prices. DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION A. GENERAL This item shall govern the furnishing and installation of a plastic liner integrally cast into _ concrete cast within the existing manhole structure. The concrete shall have a nominal thickness of 3-inches placed by using an internal form system that can be installed without excavation or removing portions of the manhole. The manholes to be rehabilitated using PVC lined concrete wall reconstruction and the interior diameter and depth of the liner are listed in the Manhole Rehabilitation Schedule. The locations of these manholes are shown on the drawings. 09/12/03 ASC-31 PART DA - ADDITIONAL SPECIAL CONDITIONS B. MATERIALS The forms used for placing the concrete shall be segmented, stackable steel forms having cylindrical and conical sections. The forms shall be shaped to accommodate placement of concrete in manholes with eccentric cones, concentric cones, or flattop ceilings. When assembled, the forms shall be of sufficient stiffness and strength to prevent shifting or collapse during the placement and curing of the concrete. The assembled forms shall have sufficient size to provide the maximum interior manhole space while providing the minimum required concrete wall thickness. Concrete shall be Class F concrete (4000 psi @ 28-day) with a coarse aggregate no greater than 5/8 inch. Fibermesh fibers (1-1/2 Ib/cy of concrete), anti-bacterial agent (Con Shield or equal), and a superplasticizer shall be added to the concrete on-site prior to placing the concrete in the forms. The plastic liner shall be Amer-Plate 95Y T-Lock as manufactured by Ameron Corrosion Control Division, Brea, California or equal. The minimum thickness shall be 65 mils. C. CLEANING 1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous material from entering the sewer system. 2. Existing roots and manhole steps shall be removed by cutting them flush with the manhole wall. 3. All foreign materials shall be removed from the manhole wall using high pressure water spray (3500 - 4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water pressure being used. D. PRELIMINARY REPAIRS 1. Active leaks shall be stopped using City-approved products specifically formulated for that purpose and according to manufacturer's recommendation. Some leaks may require exterior grouting to stop the inflow. Grouting shall be performed in accordance with Section DA-20 - PRESSURE GROUTING. 2. After all repairs have been completed, all loose materials shall be removed from the manhole. No excess material shall be allowed to enter the sewer system. E. INSTALLATION PROCEDURES A section of PVC pipe or fiberglass pipe shall be inserted in each pipe inlet/outlet to extend the existing connection through the new concrete wall. The pipe shall be installed , as shown on the construction drawings. All pipe inlets/outlets shall remain active during the manhole rehabilitation unless otherwise specified. Internal forms shall be properly sized, installed, and braced to allow for the installation of the new concrete wall. The wall shall have a minimum thickness of 3-inches and shall extend from the manhole bench to the top of the cone section. The wall shall generally 09/12/03 ASC-32 PART DA - ADDITIONAL SPECIAL CONDITIONS conform to the existing interior dimensions of the structure and shall provide the maximum allowable diameter based on the existing dimensions. If the proposed wall will reduce the diameter of the barrel section to less than 42-inches or the chimney section to less than 20-inches, the thickness of the proposed wall may be reduced to 1 %-inches. This change must be approved by the Engineer prior to construction. I Prior to placement of the concrete, the forms shall be sealed and finished at the manhole f base with concrete grout to prevent concrete from entering the sewer during the 1 installation of the concrete. The plastic liner shall be placed on the exterior of the forms so that when the concrete is placed an integral lock between the liner and the concrete is provided. Sheets of the liner shall be preformed and factory welded, and cut to fit curved surfaces using the minimum number of separate pieces. The concrete shall be placed to ensue that it makes complete contract with the plastic lined form and fills all pockets, seams, and cracks within the annular space. Vibration of the concrete may be used, but 1 cannot be so excessive that segregation of the concrete components occurs. After the concrete has been placed and has sufficiently cured, seams in the plastic liner shall be welded by an experienced PVC liner welder using only manufacturer's approved methods and techniques. The welding operation of any joint shall be continuous until that joint has been completed. The welding strip shall be centered over the cleaned surfaces to be joined, and fused across its entire width using a hot air welding gun producing temperatures ranging between 500 F and 600 F. F. TESTING After the PVC liner and concrete wall reconstruction and all additional work is complete, the manhole shall be vacuum tested, as required by Section DA-18, Testing of Rehabilitated Manholes. If the vacuum test fails, the plastic liner may be required to be spark tested at 10,000 volts with a holiday-detector. Any pinhole discovered shall be rewelded and retested. G. MEASUREMENT AND PAYMENT 1. The price bid for PVC Lined Concrete Wall Reconstruction shall include all labor, equipment, and materials necessary for the complete reconstruction of the concrete wall. The payment length for this item shall be measured from the top of the manhole bench to the bottom of the manhole frame. 2. Payment for exterior grouting of manhole walls necessary to stop infiltration shall be paid for at the Contract Unit Price for manhole grouting. 3. Payment for step removal, if required, will be paid for at the Contract Unit Price for step removal. DA-20 PRESSURE GROUTING A. GENERAL 09/12/03 ASC-33 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Scope. This Section governs all work, materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule. 2. Description. The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturers Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturers recommendations. 4. Manholes. Manholes to be grouted are of brick, concrete,or fiberglass construction. B. MATERIALS 1. Grouting Materials: a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. b. The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects, a gel control agent may be added. The following properties shall be exhibited by the grout 1) Documented service of satisfactory performance in similar usage. 2) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. 3) Resistance to chemicals; resistant to most organic-solvents, mild acids and alkali. 4) Compressive recovery return to original shape after repeated deformation. 5) The chemical shall be essentially non-toxic in a cured form. 6) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. 7) Sealing material shall be noncorrosive. 09/12103 ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS c. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or 1 equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample, Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. d. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 1, Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction, buffering the solution, lowering the freezing temperature of the solution,acting as a filler, providing strength or for inhibition of root growth. 2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 3. Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 4. Mixing and Handling: Mixing and handling of chemical grout and forming constituents,which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. C. EXECUTION _ 1. General. Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, or manhole repairs are complete. 2. Preliminary Repairs: 09/12/03 ASC-35 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Seal all unsealed lifting holes, unsealed step holes, voids larger than approximately one-half (1/2) inch in thickness. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature. Nominal grouting operations including application of interior coating shall be performed in accordance with manufacturer's recommendations. 4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and benchAmugh. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. 5. Drilling and Injection: a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail(s). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first The procedure shall be repeated until the manhole is externally sealed with grout. C, Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. 6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in accordance with the requirement of Section DA-21, VACUUM TESTING OF REHABILITATED MANHOLES of these specifications. D. MEASUREMENT AND PAYMENT If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by the Engineer. 09/12/03 ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, preliminary repairs and testing necessary to complete the work including grouting with urethane grout. i DA-21 VACUUM TESTING OF REHABILITATED MANHOLES i A. GENERAL Scope. This section describes manhole testing to effectively confirm the watertight integrity of existing manholes following structural ,infiltration and inflow related repairs and that the appearance of the work is acceptable. Description: Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas. Infiltration related repairs are intended to eliminate leakage of groundwater into manholes. Inflow may be observed in manhole defects at manhole frames, covers,frame seals, grade adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to eliminate sources of surface water entry that become active during rainfall events. Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may include defects in any manhole components but not displaying 1/I. Testing, Observations and Guarantee Periods: The testing required shall be performed by the Contractor at locations designated by the Engineer and documented to the satisfaction of the Engineer. Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor shall be responsible for all additional repairs required on these unsatisfactory manholes during the guarantee period. All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for a minimum of three (3)years from the date of final acceptance of the project. Any manhole repairs completed by the Contractor which fail during the warranty period shall be repaired to the satisfaction of the City at no additional cost to the City. B. MATERIALS- Not specified. C. EXECUTION Infiltration Testing. 09/12/03 ASC-37 PART DA - ADDITIONAL SPECIAL CONDITIONS All interior coated manholes and all partial replacement manholes shall be observed (tested)by the Contractor in the presence of the Engineer for sources of infiltration. Observations will be made during high groundwater conditions,wherever possible. Manholes shall be tested after installation with all connections(existing and/or proposed) in place. Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole(so that the manhole frame seal is tested)and inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury 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. If the drop in the level is less than 1-inch of mercury(final vacuum greater than 9-inches of mercury), the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be removed. The required test time is determined from Table 1. Table MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1" Hg(10-Hg -9-Hg) (SEC) DEPTH OF M.H. 484nch Dia. 604nch Dia. 72-Inch Dia. (FT.) Manhole Manhole Manhole 8 20 sec. 26 sec. 33 sec. 10 25 sec. 33 sec. 41 sec. 12 30 sec. 39 sec. 49 sec. 14 35 sec. 45 sec. 57 sec. 16 40 sec. 52 sec. 67 sec. 18 45 sec. 59 sec. 73 sec. T=5 sec. T=6.5 sec. T=8 sec. "For all Manholes over 18 feet in depth, add "T"seconds as shown for each respective diameter for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A 30(thirty)foot deep,48(forty-eight)inch Manhole Total Test Time would be 75.0 seconds. 45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85). Manhole vacuum levels observed to drop greater than 1-inch of mercury(Final vacuum less than 9- inches of mercury)will have failed the test and will require additional rehabilitation. The Contractor shall make the necessary repairs to the already completed rehabilitation work at no additional compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not on the manhole rehabilitation schedule for that manhole,this additional work may be authorized by the Owner's Representative. After completion of the additional rehabilitation the manhole shall then be re-tested as described above until a successful test is made. Only one payment for manhole vacuum testing will be made on each manhole. Vacuum testing is required on all manholes having interior rehabilitation. = Inflow Testing: All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. 09/12/03 ASC-38 PART DA - ADDITIONAL SPECIAL CONDITIONS The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed water shall be applied for at least ten minutes. a Manholes observed to be actively leaking greater than one drip per five seconds will have failed the test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the Contractor at no additional compensation. Other Testing: One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by the City will take core samples of wall sections of manholes with wall coatings. Testing of the core i samples will be done to evaluate material thickness, compressive strength,flexural strength and slant shear bond strength. The following are the minimum required strengths for cementitious and non-cementitious wall coatings: Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall meet or exceed a minimum 28-day break of 4,000 psi. Flexural Strength.Flexural strength shall conform to ASTM C 348 and shall meet or exceed a minimum 28-day break of 1,200 psi. Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and shall meet or exceed a minimum 28-day break of 2,400 psi. If the manhole tested fails to pass any of these requirements, another manhole shall be selected and tested. If the second manhole fails,the City may, at its option, stop work until the Contractor can provide assurance that testing requirements can be met. Guarantee: Contractor shall warrant that the workmanship and materials are free from defects and that the manholes are sealed from inflow and infiltration for a period of three (3)years from the date of final acceptance of the project. D. MEASUREMENT AND PAYMENT Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole Vacuum Test actually performed and passed and the appearance of the completed manhole is visually acceptable. Payment shall be full compensation for all labor and materials necessary to complete each test. No payment will be made for additional vacuum tests or any dyed water testing. Payment for manhole core testing, including all labor and materials necessary to complete each test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed and passed. DA-22 FIBERGLASS MANHOLES A. DESCRIPTION: 09/12/03 ASC-39 PART DA - ADDITIONAL SPECIAL CONDITIONS This item shall govern the furnishing and installation of fiberglass manholes. The location of these manholes are shown on the drawings. Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications of ASTM D-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings, Texas, or approved equal. All manholes shall be "heavywall", '/ inch minimum wall thickness. B. GENERAL: 1. Resin: The resins used shall be a commercial grade unsaturated polyester resin or other suitable polyester or vinyl ester resin. 2. Reinforcing Materials: The reinforcing materials shall be commercial Grade "E" type glass in the form of continuous roving, and chop roving, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. 3. Interior Surfacing Material: The inner surface exposed to the chemical environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner surface layer exposed to the corrosive environment shall be followed with a minimum of two passes of chopped roving of minimum length 0.5 in, (13mm) to maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an equivalent weight of 3 ozfft. Each pass of chopped roving shall be well-rolled prior to the application of additional reinforcement. The combined thickness of the inner surface and interior layer shall not be less than 0.10 in. (2.5 mm) 4. Wall Construction Procedure: After inner layer has been applied the manhole wall shall be constructed with chop and continuous strand filament wound manufacturing process which insures continuous reinforcement and uniform strength and composition. The cone section, if produced separately, shall be affixed to the barrel section at the factory with resin-glass reinforced joint resulting in a one piece unit. Seams shall be fiberglassed on the inside and the outside using the same glass-resin jointing procedure. Field joints shall not be acceptable by anyone except the manufacturer. 5. Exterior Surface: For a UV inhibitor the resin on the exterior surface of the manhole shall have gray pigment added for a minimum thickness 0.125 in. 6. Stubouts and Connections: Stubouts shall be installed at locations shown on the drawings. Installation of SDR 35 PVC sewer pipe shall be performed by sanding, priming, and using resin fiber-reinforced hand layup. The resin and fiberglass shall be same type and grade as used in the fabrication of the fiberglass manhole. Kor-N-Seal boots for each pipe connection shall be installed by manhole _ manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface. 7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom shall have a minimum of three 1"A in. deep x 3% in, wide stiffening ribs completely 09/12/03 ASC-40 PART DA - ADDITIONAL SPECIAL CONDITIONS enclosed with resin fiber-reinforcement and have a minimum 3 in. anti-flotation ring as shown on the drawings. Manhole bottom shall be a minimum of 5/16 in. thick. 8. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Sand shall not be accepted as an approved filler. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. The resulting reinforced-plastic material shall meet the requirements of this specification. C. MANUFACTURE: Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin using a combination of chop and continuous filament wound process. 1. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manhole steps will not be required, however. 2. Manway Reducer: Manway reduces will be concentric with respect to the larger portion of the manhole diameters through 60 inches. 3. Cover and Ring Support: The manhole shall provide an area from which a grade rings can be installed to accept a typical metal ring and cover and have the strength to support an H-20 traffic load without damage to the manhole. D. REQUIREMENTS: 1. Exterior Surface: The exterior surface shall be smooth with no sharp projections. Hand-work finish will be acceptable as long as enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5-inch diameter, delamination or fiber show. 2. Interior Surface: The interior surface shall be resin rich with no exposed fibers. The surface shall be free of crazing, delamination, blisters larger than 0.5-inch diameter and wrinkles of 0.125-inch or greater in depth. Surface pits shall be permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted if they are less than 0.5-inch diameter and less than 0.0625-inch thick. 3. Repairs: All manhole repairs by the manufacturer shall result in a product which meets all requirements of this specification. Field repair of manholes will not be allowed. 4. Diameter Tolerance: Tolerance of inside diameter shall be +/- 1% of required manhole diameter. 09/12/03 ASC-41 i PART DA - ADDITIONAL SPECIAL CONDITIONS 5. Load Rating: The complete manhole shall have a minimum dynamic-load rating of 16,000 IV. when tested in accordance with ASTM D-3753 8.4 (note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 Ibf. and shall not deflect vertically downward more than 0.25-inc at the point of the load application when loaded to 24,000 lb. 6. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values shown in table below when tested in accordance with ASTM D-3753 8.5 (note 1). HEIGHT-FT. FIAY-PSI 3-6.5 0.75 7 - 12.5 1.26 7. Soundness: In order to determine soundness, apply an air or water pressure test to the manhole test sample. Test pressure shall not be less than 3 psig or greater than 5 psig. While holding at the established pressure, inspect the entire manhole for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM D-3753 8.6. 8. Chemical Resistance: The fiberglass manhole and all related components shall be fabricated from corrosion proof material suitable for atmospheres containing hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with the wastewater collection system. E. PHYSICAL PROPERTIES: Hoop Direction Axial Direction 1. Tensile Strength (psi) 18,000 5,000 2. Tensile Modules (psi) 0.6 x 106 0.7 x 108 3. Flexural Strength (psi) 26,000 4,500 4. Flexural Modules (psi) 1.4 x 108 0.7 x 108 5. Compressive (psi) 18,000 10,000 F. QUALITY CONTROL: Each completed manhole shall be examined for dimensional requirements, hardness, and workmanship. All required ASTM D-3753 testing shall be completed and records of all testing shall be kept and copies of test records shall be presented to customer upon formal written request within a reasonable time period. G. As a basis of acceptance the manufacturer shall provide an independent certification which consist of a copy of the manufacturer's test report and accompanied by a copy of the test results that the manhole has been sampled, tested, and inspected in accordance _ with the provisions of this specification and meets all requirements. H. SHIPPING AND HANDLING: 09/12/03 ASC-42 i 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a 4" x 4° x 30" timber into the top of manhole with cable attached or by a sling or "choker connection around center of manhole, lift as required. Use of chains or cables in contact with the manhole surface is prohibited. I. CONCRETE: 1. Fiberglass Bottom: Class F Concrete shall be used to form bench area and invert. Class E Concrete shall be used on top of anti-flotation ring and around the reduce section as required for buoyancy and as shown on the drawings. 2. Concrete Bottom: Lower manhole into wet concrete until it rests at the proper elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet concrete below flow line, then move manhole to plumb. The concrete shall extend a minimum of one foot from the outside wall of the manhole and a minimum of 6 inches above incoming lines. On the inside concrete shall form the bench and invert area and rise a minimum of 4 inches above incoming lines. Concrete collars shall be constructed around reducer section at locations shown on the drawings. J. BACKFILL: 1. Backfill Material: Unless shown otherwise on drawings and approved by the Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the manhole for a minimum distance of one foot from the outside surface and extending from the bottom of the excavation to the top of the reducer section. Suitable material chosen from the excavation may be used for the remainder of the backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by Engineer. 2. Backfill shall be placed in layers of not more than 12 loose measure inches and mechanically tamped to 95% Standard Proctor Density, unless otherwise approved by Engineer. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the fiberglass manhole structure. K. MARKING AND IDENTIFICATION: Each manhole shall be marked on the inside and outside with the following information: 1. Manufacturer's name or trademark 2. Manufacturer's factory location 3. Manufacturer's serial number 4. Total height 5. Complies with ASTM D-3753 L. MEASUREMENT AND PAYMENT: 1. The price bid for new/ replacement 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, concrete base, concrete invert, connections to sewer pipes, castings, backfill, unpaved 49/92/03 ASC-43 PART DA - ADDITIONAL SPECIAL CONDITIONS surface restoration, and all appurtenant work, Payment shall not include pavement replacement, which if required, shall be paid separately. 2. Payment for concrete collars and watertight manhole inserts, if required, will be made separately, based on the appropriate bid items. DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) 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. 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 09/12/03 ASC-44 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208"Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2"TO 0" DEPTH 5.0'WIDE (OMITTED) DA-29 BUTT JOINTS — MILLED (OMITTED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat% and 313 "Central Plant Recycling-Asphalt Concrete"shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic 091,11103 ASC-45 PART DA - ADDITIONAL SPECIAL CONDITIONS material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall fumish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW?" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) DA-36 RAISED PAVEMENT MARKERS (OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) DA-39 ROCK RIPRAP -GROUT - FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 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. 09/12103 ASC-46 1 PART DA - ADDITIONAL SPECIAL CONDITIONS C. PRODUCT: 1. RIPRAP MATERIAL: Stone for dprap 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 Passinq 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). 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: 09/12/03 ASC-47 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall-be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the - specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock 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 09/12/03 ASC-48 I PART DA - ADDITIONAL SPECIAL CONDITIONS quant'or other source, by controlled dumping of successive loads during final placing, 1 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 1 sand, sufficient water to produce a workable mixture, and that amount of admixture 1 which will entrain sufficient air to produce durable grout, as deten-nined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE 1 AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND 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. 09/12/03 . ASC-49 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-40 CONCRETE RIPRAP A. GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. B. 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. 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. C. 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 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as 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: 09/12/03 ASC-50 I PART DA - ADDITIONAL SPECIAL CONDITIONS 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. i The lump sum as bid in the Proposal shall be payment in full for all fittings and specials I 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 I decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners Involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS 09/12/03 ASC-51 PART DA - ADDITIONAL SPECIAL CONDITIONS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A(3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB ON CONCRETE PAVEMENT (OMITTED) DA-56 SHOP DRAWINGS A. 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 09/12/03 ASC-52 i PART DA - ADDITIONAL SPECIAL CONDITIONS l or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. B. 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. C. Address for Submittals-The submittals shall be addressed to the Chief Design Engineer: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall famish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMITTED) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) DA-63 BID QUANTITIES 09/12/03 ASC-53 PART DA - ADDITIONAL SPECIAL CONDITIONS Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency' basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of$200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed., It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way' of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) (OMITTED) DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest,without recourse. DA-68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTONS (OMITTED) DA-70 PAVEMENT STRIPING (OMITTED) DA-71 H.M.A-C. TESTING PROCEDURES (OMITTED) 09/12/03 ASC-54 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES When reference is made In these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date ' of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES + Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List.. DA-75 EMERGENCY SITUATION, JOB MOVE-IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move-In" charges paid to remobilize back to the previous project location site. DA-76 1 %11 & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 'A" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. _ Payment for all work and materials associated with 1 Y2 " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) N n �'rI J I JG'.it °'L 0'6 °rips 09/12/03 ASC-55 - I PART DA - ADDITIONAL SPECIAL CONDITIONS DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) DA-85 CLEAN-UP (UTIL. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) (OMITTED) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) 09/12103 ASC-56 PART DA'- ADDITIONAL SPECIAL CONDITIONS DA-102 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) (OMITTED) I DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) IDA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) IDA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) DA-110 MOVE IN CHARGES (MISC. REPL.) (OMITTED) DA-111 PROJECT SIGNS (MISC. REPL.) Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs 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. DA-112 LIQUIDATED DAMAGES (MISC. REPL.) The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work Order, for failure to begin a Work Order within the seven (7) working days of the date the Work Order is faxed to the Contractor. Failure to complete project within the stipulated construction time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these contract documents. DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-114 FIELD OFFICE 09/12/03 ASC-57 PART DA - ADDITIONAL SPECIAL CONDITIONS As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. C. Provide the following furniture and equipment in the Construction Manager's office: 1. One,plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, filing cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). Z Eight folding chairs. 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D. Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. 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 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline' constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in 09112103 ASC-58 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 lieu of installation of a plug. Contractor will be paid for"connection" to existing line or installation J of blind flanges based on the unit price bid for the water or sewer main. DA-117 FIBERGLASS SEWER PIPE—GRAVITY SERVICE A. GENERAL 1. Section Includes a) Fiberglass Reinforced Polymer Mortar Pipe. 2. References a) ASTM D3262 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. b) ASTM D4161 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. c) ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. 3. Specifications The specifications contained herein govem, unless otherwise agreed upon between purchaser and supplier. 4. Submittals Contractor shall submit load and pipe calculations confirming selected pipe behavior. Load calculations shall include, but not limited to, buckling resistance, pipe deflection, pipe wall strain cracking and wall crushing load. All design calculations shall be sealed by a Registered Professional Engineer of the State of Texas. Product data submittals to include the following are as a minimum: Details of the proposed pipe. Details of proposed manholes. Properties, strengths, etc. of the pipe. Joint detail drawing, including maximum interior joint gap opening, in the deflected position and in the straight alignment. Instructions on storage, handling, transportation, and pipe installation. Standard catalog sheets. Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers. Pipe laying schedule. Connections to all proposed structures including water stop. B. PRODUCTS 09/12/03 ASC-59 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Materials a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. c) Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. d) Additives: Resin additives, such as curing agents, pigments, dyes fillers, thixotropic agents, etc.,when used, shall not detrimentally affect the performance of the product. e) Elastomeric Gaskets: Gaskets shall be supplied by approved gasket manufacturers and be suitable for the service intended. 2. Manufacture and Construction a) Pipes: Manufacture pipe to result in a dense, non-porous, corrosion-resistant, consistent composite structure. b) Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets made of EPDM tubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie-ins, when needed may utilize fiberglass, gasket-sealed closure couplings. c) Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays. Properly protected standard ductile iron, fusion-bonded epoxy coated steel and stainless steel fittings may also be used. 3. Dimensions a) Diameters: The actual outside diameter (18' to 48°) of the pipes shall be in accordance with ASTM D3262. For other diameters, OD's shall be per manufacturers literature. b) Lengths: Pipe shall be supplied in nominal lengths of 20 feet. Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be fumished in nominal length sections. c) Wall Thickness: The minimum wall thickness shall be the stated design thickness. 09112103 ASC-60 PART DA - ADDITIONAL SPECIAL CONDITIONS d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8°. 4. Testing Ia) Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. b) Joints: Coupling Joints shall meet the requirements of ASTM D4161. Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall normally be 36 psi. In no case will the stiffness be less than the following: Soil Cover< 15' >= SN46 Soil Cover> 15' and all levee crossings and river crossings >= SN72 5. Customer Inspection a) The owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. b) Manufacturers Notification to Customer: Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacture must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 6. Packaging, Handling, Shipping a) Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. C. EXECUTION 1. Installation a) Burial: The bedding and burial of pipe and fittings shall be in accordance with the project plans and specifications and the manufacturers requirements (Section 13 A of the product brochure). b) Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables is not recommended. c) Jointing: 1) Clean ends of pipe and coupling components. _ 2) Apply joint lubricant to pipe ends and elastomeric seals of coupling. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push or pull the pipes together. 09/12/03 ASC-61 PART DA - ADDITIONAL SPECIAL CONDITIONS 4) Do not exceed forces recommended by the manufacturer for coupling pipe. 5) Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. d) Field Testing 1) Infiltration / Exfiitration Test: Maximum allowable leakage shall be per local specification requirements. 2) Low Pressure Air Test: Each reach may be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. 3) Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tester to 5 psi max. with air or water in lieu of line infiltration, exfiltration or air testing. 4) Deflection: Maximum allowable long-term deflection is 5%of the initial diameter. DA-118 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR JACKING INSTALLATION —GRAVITY SERVICE A. GENERAL 1. Section Includes a) Fiberglass Reinforced Polymer Mortar Pipe. 2. References a) ASTM D3262 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. b) ASTM D4161 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. c) ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. 3. Specifications a) The specifications contained herein govern, unless otherwise agreed upon between purchaser and supplier. 4. Submittals Contractor shall submit load and pipe calculations confirming selected pipe behavior. Load calculations shall include, but not limited to, buckling resistance, pipe deflection, pipe 09/12/03 ASC-62 I PART DA - ADDITIONAL SPECIAL CONDITIONS J wall strain cracking and wall crushing load. All design calculations shall be sealed by a Registered Professional Engineer of the State of Texas. Product data submittals to include the following are as a minimum: Details of the proposed pipe. Details of proposed manholes. IProperties, strengths, etc. of the pipe. Joint detail drawing, including maximum interior joint gag opening, in the deflected position and in the straight alignment. IInstructions on storage, handling, transportation, and pipe installation. Standard catalog sheets. Gasket type and composition showing ability to withstand the chemicals and conditions within sanitary sewers. Pipe laying schedule. Connections to all proposed structures including water stop. B. PRODUCTS 1. Materials a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. c) Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. d) Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc.,when used, shall not detrimentally affect the performance of the product. e) Elastomeric Gaskets: Gaskets shall be supplied by approved gasket manufacturers and be suitable for the service intended. 2. Manufacture and Construction a) Pipes: Manufacture pipe to result in a dense, non-porous, corrosion-resistant, consistent composite structure. b) Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass (or stainless steel) sleeve couplings or bell-spigot joints that utilize elastomeric sealing gaskets as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. The joint shall have approximately the same O.D. as the pipe, so when the pipes are assembled, the joints are essentially 09/12/03 ASC-63 s PART DA - ADDITIONAL SPECIAL CONDITIONS flush with the pipe outside surface. Joints at tie-ins, when needed, may utilize fiberglass, gasket-sealed closure couplings. c) Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays. Properly protected standard ductile iron, fusion-bonded epoxy-coated steel and stainless steel fittings may also be used. 3. Dimensions a) Diameters: The actual outside diameter (18" to 48") of the pipes shall be in accordance with ASTM D3262. For other diameters, OD's shall be per manufacturer's literature. b) Lengths: Pipe shall be supplied in nominal lengths of 10 or 20 feet, Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be furnished in nominal length sections. c) Wall Thickness: The minimum wall thickness, measured at the bottom of the spigot gasket groove where the wall cross-section has been reduced, is determined from the maximum jacking load. Minimum factor of safety against jacking force is 2.5 based on straight alignment. d) End Squares: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/16". 4. Testing a) Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. b) Joints: Joints shall meet the requirements of ASTM D4161. c) Stiffness: minimum pipe stiffness when tested in accordance with ASTM D2412 shall normally be 150 psi. . In no case will the stiffness be less than the following: Soil Cover< 15 >= SN46 Soil Cover> 15' and all levee crossings and river crossings >= SN72 5. Customer Inspection a) The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. b) Manufacturer's Notification to Customer: Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 6. Packaging, Handling, and Shipping 09/12103 ASC-64 PART DA - ADDITIONAL SPECIAL CONDITIONS a) Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. C. EXECUTION 1. Installation a) Installation: The installation of pipe and fittings shall be in accordance with the project plans and specifications and the manufacturer's requirements (Section 13 C of product brochure). 1 b) Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables is not recommended. c) Jointing: 1) Clean ends of pipe and joint components. 2) Apply joint lubricant to the bell interior surface and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push the pipes together. 4) Do not exceed forces recommended by the manufacturer for joining or pushing pipe. d) Field Tests: 1) Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. 2) Low Pressure Air Test: Each reach may be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. 3) Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tested to 5 psi max. with air or water in lieu of line infiltration, exfiltration or air testing. 4) Deflection: Maximum allowable long-term deflection is 3% of the initial diameter. DA-119 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL CARRIER INSTALLATION —GRAVITY SERVICE A. GENERAL 1. Section Includes 09/12/03 ASC-65 PART DA - ADDITIONAL SPECIAL CONDITIONS a) Reinforced Polymer Mortar Pipe. 2. References a) ASTM D3262 - Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin)Sewer Pipe. b) ASTM D4161 - Standard Specification for °Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. c) ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. 3. Specifications a) The specifications contained herein govern, unless otherwise agreed upon between the purchaser and supplier. B. PRODUCTS 1. Materials a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been acquired from a composite material of similar construction and composition as the proposed product. b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. c) Silica Sand: Sand shall be minimum 98% silica with a maximum moisture content of 0.2%. d) Additives: Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, eta, when used,shall not detrimentally effect the performance of the product. e) Elastomeric Gaskets: Gaskets shall be supplied by approved gasket manufacturers and be suitable for the service intended. 2. Manufacture and Construction a) Pipes: Manufacture pipe to result in a dense, nonporous, corrosion-resistant, consistent composite structure. b) Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings or bell-spigot joints, "flush" or "non-flush", that utilize elastomeric sealing gaskets as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie-ins, when needed, may utilize fiberglass, gasket-sealed closure couplings. 09/12103 ASC-66 PART DA - ADDITIONAL SPECIAL CONDITIONS c) Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be capable of withstanding all operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass-fiber-reinforced overlays. Properly protected standard ductile iron, fusion-bonded epoxy-coated steel and stainless steel fittings may also be used. I3. Dimensions a) Diameters: The actual outside diameter(18" to 48") of the pipes shall be in accordance Iwith ASTM D3262. For other diameters, OD's shall be per manufacturer's literature. b) Lengths: Pipe shall be supplied in nominal lengths of 20 feet. When required by radius curves, pit size, or other limitations restrict the pipe to shorter lengths, nominal sections of 10 feet or other even divisions of 20 feet shall be used. Actual laying length shall be nominal +1, -4 inches. At least 90% of the total footage of each size and class of pipe, excluding special order lengths, shall be fumished in nominal length sections. c) Wall Thickness: The minimum wall thickness shall be the stated design thickness. d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8 4. Testing a) Pipes: Pipes shall be manufactured and tested in accordance with ASTM D3262. b) Joints: Joints shall meet the requirements of ASTM D4161 c) Stiffness: Minimum pipe stiffness when tested in accordance with ASTM D2412 shall normally be 46 psi. 5. Customer Inspection a) The Owner or other designated representative shall be entitled to inspect pipes or witness the pipe manufacturing. b) Manufacturer's Notification to Customer. Should the Owner request to see specific pipes during any phase of the manufacturing process, the manufacturer must provide the Owner with adequate advance notice of when and where the production of those pipes will take place. 6. Packaging, Handling, Shipping a) Packaging, handling, and shipping shall be done in accordance with the manufacturer's instructions. C. EXECUTION 1. Installation 09/12103 ASC-67 PART DA - ADDITIONAL SPECIAL CONDITIONS a) Installation: The installation of pipe and fittings shall be in accordance with the project plans and specifications and the manufacturer's requirements (Section 13 E of the product brochure). b) Pipe Grouting: Annular space grouting shall not damage the liner and shall conform to the manufacturer's requirements (Section 13 E of product brochure). Contractor shall verify that the grouting pressure is within the normal pressure rating of the pipe and liner. Submit anticipated grouting pressure to the engineer. c) Pipe Handling: Use textile slings, other suitable materials or a forklift. Use of chains or cables in not recommended. d) Jointing: 1) Clean ends of pipe and coupling components. 2) Apply joint lubricant to pie ends or bell interior surfaces and the elastomedc seals. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push or pull the pipes together. 4) Do not exceed forces recommended by the manufacturer for joining or pushing pipe. 5) Join pipes in straight alignment then deflect to required angle. Do not allow the deflection angle to exceed the deflection permitted by the manufacturer. e) Field Tests 1) Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements, 2) Low Pressure Air Test: Each reach may be tested with air pressure (max 5 psi). The system passes the test if the pressure drop due to leakage through the pipe or pipe joints is less than or equal to the specified amount over the prescribed time period. 3) Individual Joint Testing: For pipes large enough to enter, individual joints may be pressure tested with a portable tester to 5 psi max. with air or water in lieu of line infiltration, exfiltration or air testing. 4) Deflection: Maximum allowable long-temp deflection is 5% of the initial diameter, DA-120 HINGED MANHOLE "PAMREX", or similar approved Manhole Cover and Frame. Covers and frames shall be manufactured from ductile iron. Covers shall be hinged, and incorporate a 90 degree blocking system to prevent accidental closure when in the open position. Covers shall be one man operable using standard tools and shall be capable of withstanding a test load of 80,000 lbs. 09/12103 ASC-68 PART DA - ADDITIONAL SPECIAL CONDITIONS Frames shall incorporate a continuous seating ring, have a 32" clear opening, frame depth shall I not exceed 5", the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. The manhole frame shall be installed with the hinge end aligned with the flow of traffic to allow traffic to close frame when gas pressure partially lifts lid. The contractor shall also provide the manufactures recommend locking mechanism. The locations shall be approved by the engineer. DA-121 T - LOCK SHEET LINER A. General This specification covers the supply and installation of a flexible sheet liner with locking extensions in reinforced concrete pipe and auxiliary structures to effectively protect the exposed concrete surfaces from corrosion. To accomplish this, the liner must be continuous and free of pinholes both across the joints and in the liner itself. All work for and in connection with the installation of the lining in concrete pipe, and the field sealing and welding of joints, shall be done in strict conformity with all applicable specifications, instructions and recommendations of the lining manufacturer, The manufacturer of the lining shall fumish an affidavit attesting to the successful use of its material as a lining for sewer pipes for a minimum period of 40 years in sewage conditions recognized as corrosive or otherwise detrimental to concrete. B. MATERIAL a) Liner shall be Amer-Plate T-Lock as manufactured by Ameron Protective Linings Division, Brea, California or approved equal. 1. Composition a) The material used in the liner, welding strips, and other accessory items, shall be a combination of poly vinyl chloride resin, pigments and plasticizers, specially compounded to remain flexible. Poly vinyl chloride resin shall constitute not less than 99 percent, by weight, of the resin used in the formulation. Copolymer resins will not be permitted. Linear Low Density Polyethylene (LLDPE) may also be specified.. 2. Physical Properties a) All plastic liner plate sheets, welding strips and other accessory items, shall have the following physical properties when tested at 77°Ft 50 (25°Ct30). Property Initial (Par.2.4) Tensile Strength 2200 psi min. (15 Mpa min.) 2100 psi min. (14.5 Mpa min.) Elongation at break 200% min. 200% min. Shore durometer, Type D (with respect to initial test result) 1-sec, 50-60 09/12/03 ASC-69 PART DA - ADDITIONAL SPECIAL CONDITIONS 10-sec. 35-50 t5 t5 Weight change 1.5% b) Tensile specimens shall be prepared and tested in accordance with ASTM D412 using Die B. Weight change specimens shall be 1-inch (25-mm) by 3-inch (75-mm)samples. Specimens for testing of initial physical properties may be taken from liner plate sheet and welding strip at any time prior to final acceptance of the work. c) Liner plate locking extensions embedded in concrete shall withstand a test pull of at least 100 pounds per linear inch (1800 kg/cm), applied perpendicularly to the concrete surface for a period of one minute, without rupture of the locking extensions or withdrawal from embedment. This test shall be made at a temperature of 70°- 80°F (210 -27°C) inclusive. d) All plastic liner plate sheets, including locking extensions, all joint, comer and welding strips shall be free of cracks, cleavages or other defects adversely affecting the protective characteristics of the material. The engineer may authorize the repair of such defects by approved methods. e) The lining shall have good impact resistance, shall be flexible and shall have an elongation sufficient to bridge up to 1/4" (6mm) settling cracks, which may occur in the pipe or in the joint after installation without damage to the lining. f) The lining shall be repairable at any time during the life of the pipe or structure. 3. Chemical resistance* After conditioning to constant weight at 110°F (430C), tensile specimens and weight change specimens shall be exposed to the following solutions for a period of 112 days at 77°17t5- (25°Ct3-). At 28-day intervals, tensile specimens and weight change specimens shall be removed from each of the chemical solutions and tested in accordance with paragraph 2.3 C. If any specimen fails to meet the 112-day requirements before completion, the material will be subject to rejection. Chemical Solution Concentration Sulfuric acid 20%** Sodium hydroxide 5% Ammonium hydroxide 5%** Nitric acid 1/%** Ferric chloride 1% Soap 0. 1% Detergent(linear alkyl benzyl sulfonate or LAS) 0.1% Bacteriological BOD not less than 700 ppm. *This is to be used as a pre-qualficatron test and when material formulations are changed. **Volumetric percentages of concentrated C.P. grade reagents. 4. Details and dimensions of basic size sheets (4-foot widths) 09/17103 ASC-70 I PART DA - ADDITIONAL SPECIAL CONDITIONS a) Liner sheets shall be a minimum of 0.065 inch (1.65 mm) in thickness. Locking extensions (T-shaped) of the same material as that of the liner shall be integrally extruded with the sheet. Locking extensions shall be approximately 2'/inches (64mm) apart and shall be at least 0.375-inch (9-mm) high. b) Sheets shall have a nominal width of 48 inches (1200 mm) and a length of no more I than 24 feet (7200 mm), except that longer lengths may be supplied on special order. Lengths specified shall include a tolerance at a ratio of t1/4 inches (6 mm) for each 100 inches (2500 mm). c) Sheets not used for shop fabrication into larger sheets shall be shop tested for pinholes using an electrical spark tester set between 18,000 and 22,000 volts. Any holes shall be repaired and retested. d) Special sized, factory prewelded and tested sheets shall be available on special order. I 5. Pipe-size sheets and accessories a) Pipe linings shall be supplied as pipe-size sheets, fabricated by shop-welding the basic-size sheets together. Shop welds shall be made by lapping sheets a minimum of inch and applying heat and pressure to the lap to produce a continuous welded joint. Tensile strength measure across shop-welded joints in accordance with ASTM D412 shall be at least 2000 psi (14 MPa). b) If required, strap channels shall be 1-inch (25-mm)wide maximum of 3/16 inch (5mm) remains. c) Sheets also can be supplied in prefabricated, pipe-size tubular-shaped sheets, ready to lower onto the inner pipe forms. These normally do not require the use of strap channels. d) Transverse flaps may be provided at the ends of sheets for pipe. Locking extensions shall be removed from flaps so that a maximum of 1/32 inch (1 mm) of the base of the locking extension is left on the sheet. e) Welding strips shall be approximately 1-inch (25-mm) wide with a minimum width of 7/8 inch (22mm). The edges of weld strips shall be beveled in the manufacturing process. Thickness of weld strip shall be a normal 1/8 inch (3 mm). f) Joint strips for pipe shall be 4-inches (100mm) wide with a minimum width of 33/. inches (94 mm). Thickness of joint strips shall be a nominal of 3/32 inch (2.3 mm) g) Prior to preparing the sheets for shipment, they shall be tested for pinholes using an electrical spark tester set between 18,000 and 22,000 volts. Any holes shall be repaired and retested. C. Installation of Lining 1. General 09/12/03 ASC-71 PART DA - ADDITIONAL SPECIAL CONDITIONS a) Installation of the lining, including preheating of sheets in cold weather and the welding of all joints, shall be done in accordance with the recommendations of the liner manufacturer. All welding shall be completed by a certified welder. b) Coverage of the lining shall not be less than the minimum shown on the plans. c) The lining shall be installed with the locking extensions running parallel with the longitudinal avis of the pipe. d) The lining shall be held snugly in place against inner fomes. e) Locking extensions shall terminate not more than 1 'A inches (38 mm) from the end of the inside surface of the pipe section. Joint flaps when used shall extend approximately 4 inches (100 mm) beyond the end of the inside surface. f) Concrete poured against lining shall be vibrated, spaded or compacted in a careful manner so as to protect the lining and produce a dense, homogenous concrete, securely anchoring the locking extensions into the concrete. g) In removing forms, care should be taken to protect the lining from damage. Sharp instruments shall not be used to pry forms from lined surfaces. When forms are removed, any nails that remain in the lining shall be pulled, without tearing the lining, and the resulting holes clearly marked. h) All nail and tie holes and all cut, tom and seriously abraded areas in the lining shall be patched. Patches made entirely with welding strip shall be fused to the liner over the entire patch area. Larger patches may consist of smooth liner sheet applied over the damaged area with adhesive. All edges must be covered with welding strip fused to the patch and the sound lining adjoining the damaged area. I) Hot joint compounds, such as coal tar, shall not be poured or applied to the lining. j) The contractor shall take all necessary measures to prevent damage to installed lining from equipment and materials used in or taken through the work. 2. Application to Concrete Pipe-Special requirements. a) The lining shall be set flush with the inner edges of the bell or spigot end of a pipe section and shall extend to the opposite end or to approximately 4 inches (100 mm) beyond the opposite end depending upon the type of lining joint to be made with the adjoining concrete pipe. b) Wherever concrete pipe or cast-in-place structures protected with lining, join structures not so lined (such as brick structures, concrete pipe or cast-in-place structures with clay lining or Gay pipe), the lining shall be extended over and around the end of the pipe and back into the structure for not less than 4 inches (100 mm). this protecting cap may be molded or fabricated from the lining material but need not be locked into the pipe. 09/12(03 ASC-72 PART DA - ADDITIONAL SPECIAL CONDITIONS c) Where a pipe lateral (not of plastic lined concrete) is installed through lined concrete pipe, the seal between the lined portion and the lateral shall be made by the method prescribed for cast-in-place structures under Paragraph 3.4 B. d) Lined concrete pipe may be cured by standard curing methods. e) Care shall be exercised in handling, transporting and placing lined pipe to prevent I damage to the lining. No interior hooks or slings shall be used in lifting pipe. All handling operations shall be done with an exterior sling or with a suitable fork lift. f) On pipe having a 360(' liner coverage, the longitudinal edges of the sheet shall be butt welded. When pipe tubes are furnished, these are shop-welded joints made in accordance with 2.6 A. g) No pipe with damaged lining will be accepted until the damage has been repaired to the satisfaction of the engineer. 3. Field joints in lining for concrete pipe a) The joint between sections of lined pipe shall be prepared in the following manner: If required, the inside joint shall be filled and carefully pointed with cement mortar in such a manner that the mortar shall not, at any point, extend into the pipe beyond the straight line connecting the surfaces of the adjacent pipe sections. Pipe joints must be dry before lining joints are made. b) All mortar and other foreign materials shall be removed from lining surfaces adjacent to the pipe joint, leaving them clean and dry, c) Field joints in the lining at pipe joints may be either of the following described types: Type P-1: The joint shall be made with a separate 4-inch (100-mm)joint strip and two _ welding strips. The 4-inch (100-mm) joint strip shall be centered over the joint, heat- sealed to the lining, then welded along each edge to adjacent liner sheets with a 1- inch (25-mm) weld strip. The 4-inch (100-mm) joint strip shall lap over each sheet a minimum of YS inch (13 mm). Type P-2 The joint shall be made with a joint flap with locking extensions removed per Paragraph 2.6 D and extending approximately 4 inches (100 mm) beyond the pipe end. The joint flap shall overlap the lining in the adjacent pipe section a minimum of inch (13 mm) and be heat-sealed in place prior to welding. The field joint shall be completed by welding the flap to the lining of the adjacent pipe using 1-inch (25-mm) weld strip. Care shall be taken to protect the flap from damage. Excessive tension and distortion in bending back the flap to expose the pipe during laying and joint mortaring shall be avoided. At temperatures below 50° F (10° C), heating of the liner may be required to avoid damage. 09/12103 ASC-73 PART DA - ADDITIONAL SPECIAL CONDITIONS d) The joint flap or strip on beveled pipe shall be trimmed to a width (measured from the end of the spigot) of approximately 4 inches (100 mm) for the entire circumferential length of the lining. e) All welding of joints is to be in strict conformance with the specifications and instructions of the lining manufacture. Welding shall fuse both sheets and weld strip together to provide a continuous joint equal in corrosion resistance and impermeability to the liner plate. Hot air welding tools shall provide effluent air to the sheets to be joined at a temperature between 500' and 600`F (2600 and 316° C). Welding tools shall be held approximately ' inch (13 mm) from and moved back and forth over the junction of the two materials to be joined. The welding tool shall be moved slowly enough as the weld progresses to cause a small bead of molten material to be visible along both edges and in front of the weld strip. f) The following special requirement shall apply when the liner coverage is 360 degrees: When groundwater is encountered the lining joint shall not be made until pumping of groundwater has been discontinued for at least three days and no visible leakage is evident at the joint. When welding the downstream side of a joint strip or flap, do not weld 6 to 8 inches (150 to 200 mm) at the pipe invert to provide relief of potential future groundwater buildup. 4. Application to cast-in-place concrete structures -Special requirements. a) Linear sheets shall be closely fitted and properly secured to the inner forms. Sheets shall be cut to fit curved and warped surfaces using a minimum number of separate pieces. b) Unless otherwise shown on the plans, the lining shall be returned at least 3 inches (75 mm) at the surfaces of contact between the concrete structure and items not of concrete (including manhole frames, gate guides, clay pipe or brick manholes and clay or cast iron pipes). The same procedure shall be followed at joints where the type of protective lining is changed or the new work is built to join existing unlined concrete. At each return, the returned liner shall be sealed to the item in contact with the plastic- lined concrete using Amer-Plate 19Y adhesive system. If the liner cannot be sealed with this adhesive because of the joint at the return being too wide or rough or because of safety regulations, the joint space shall be densely caulked with lead wool or other approved caulking material to a depth of 2 inches (50 mm) and finished with a minimum of 1 inch (25 mm) of an approved corrosion resistant material. 5. Joints in lining for cast-in-place concrete structures. a) Lining at joints shall be free of all mortar and other foreign material and shall be clean and dry before joints are made. b) Field joints in the lining shall be of the following described types, used as prescribed: Type C-1: The joint shall be made with a separate 4-inch (100-mm)joint strip and two welding strips. The 4-inch (100-mm) joint strip shall be centered over the joint, heat- sealed to the liner then welded along each edge to adjacent sheets with a 1-inch (25- mm) wide welding strip. The width of the space between adjacent sheets shall not 09/12/03 ASC-74 1 PART DA - ADDITIONAL SPECIAL CONDITIONS exceed 2 inches (50 mm). The 4-inch (100-mm)joint strip shall lap over each sheet a minimum of% inch (13 mm). It may be used at any transverse or longitudinal joint. Type C-2 The joint shall be made by lapping sheets not less than % inch (13 mm). One 1-inch (25-mm) welding strip is required. The upstream sheet shall overlap the one downstream. The lap shall be heat-sealed into place prior to welding on the 1-inch (25-mm)welding strip. Type C-3: The joint shall be made by applying 2-inch (50-mm)-wide waterproof tape or 1-inch (25-mm)-wide welding strip on the back of the maximum '/.-inch (6-mm) gap butt joint or by some other method approved by the engineer to prevent wet concrete from getting under the sheet. After the forms have been stripped, a 1-inch (25 mm) f welding strip shall be applied over the face of the sheet. c) All welding is to be in strict conformance with the specifications of the lining manufacturer and Paragraph 3.3 E. f6. Testing and repairing damaged surfaces. a) After the pipe is installed in the trench, all surfaces covered with lining, including welds, shall be tested with an approved electrical holiday detector (Tinker & Rasor Model No. AP-W with power pack) with the instrument set between 18,00 and 22,00 volts. All welds shall be physically tested by a nondestructive probing method. All patches over holes, or repairs to the liner wherever damage has occurred, shall be accomplished in accordance with Paragraph 3.1 H. b) Each transverse welding strip which extends to a lower edge of the liner will be tested by the purchasing agency. The welding strips shall extend 2 inches (50 mm) below the liner to provide a tab. A 10-pound (5kg) pull will be applied to each tab. The force will be applied normal to the face of the structure by means of a spring balance. Liner adjoining the welding strip will be held against the concrete during application of the force. The 10-pound (5 kg) pull will be maintained if a weld failure develops, until no further separation occurs. Defective welds will be retested after repairs have been made. Tabs shall be trimmed away neatly by the installer of the liner after the welding strip has passed inspection. Inspection shall be made within 2 days after the joint has been completed in order to prevent tearing the projecting weld strip and consequently damage to the liner from equipment and materials used in or taken through the work. DA-122 PASSIVE ODOR CONTROL FOR VENT PIPE A. GENERAL 1. SECTION INCLUDES a. Media Adsorption Hardware b. Media C. Manufacturer's Services 2. REFERENCES a. American Society of testing and Materials (ASTM ): 09/12/03 ASC-75 PART DA - ADDITIONAL SPECIAL CONDITIONS 1. ASTM D-3299-88 Standard Specification for Filament Wound Glass Fiber Reinforced Thermosetting Resin Chemically Resistant Tanks. b. Voluntary Product Standard 1. PS 15-69 C. Uniform Building Code ( UBC ) 3. DEFINITIONS a. PPL: polypropylene b. PVC: polyvinyl chloride C. CFM Cubic Feet per Minute 4. SYSTEM DESCRIPTION a. The Contractor shall furnish and install the self-contained canister described herein. The purpose of these canisters shall be to remove H2S and other odors or VOCs emanating from ambient emissions. Each canister includes the following: 1. Adsorber Canister 2. Media b. The canister and media function as a system and shall be the end products of Bay Products, Inc. or equal, to achieve standardization for appearance, operation, maintenance, spare parts, and manufacturer's services. . The unit must be capable of being submersed with out the media becoming wet. C. There will be ( ) absorption canisters required, as delineated below: System Quantity CFM - Vessel Dimensions -Designation maximum VENT-A-SORB 15 30°L x 6.5WW OCU 5. SUBMITTALS a. Submit the following items at the same time under one cover( 1 weeks after receipt of order): 1, Documentation to demonstrate that the reaction system is the standard product of the supplier. 2. Documentation to demonstrate that the manufacturer has been regularly engaged in fabricating odor control systems for at least 5 years. 3. Shop drawings and/or catalog cuts of supplied items. b. Submit also the following ( 1 weeks after receipt of order): 1. Installation Instructions 2. Operation and Maintenance Instructions B. PRODUCTS 09/12/03 ASC-76 { PART DA - ADDITIONAL SPECIAL CONDITIONS 1. GENERAL a. The Contract Documents indicate specific required features of the equipment, but do not purport to cover all details of design and construction. 2. ADSORPER CANISTER (S) a. The self-contained, adsorber canister shall be a VENT-A- SORB Canister, as supplied by Bay Products, Inc. (1-800- 429-8175) or equal. b. The adsorber canister shall be manufactured of Schedule 40 PVC, or equal. The canister shall have no moving parts. C. The adsorber canister shall contain the carbon bed with a polyethylene screen on both ends of mesh size 0.94"and a weight of 96 lbs/MSF. Adsorber design shall utilize"Plug Flow* air distribution (the air passes through the media bed uniformly, exiting through the outlet) d. The canister shall have the following features: 1. Inlet: 8"ANSI 150# Flanged, PVC Sch 40 construction 2. Outlet: 2" opening with screen with 2" PVC ball check valve with EPDM seal c, The canister shall be rated at+/-20 psig d. The canister shall be capable of operating at an air flow rate of up to 15 CFM e. The flanged inlet shall be provided with a EPDM or Neoprene gasket for water tight seal on vent pipe. 3. MEDIA a. The media utilized by the reactor vessel shall be provided by the system supplier and supplied separately to be installed by others after vessel installation. b. MEDIA: The amount of media (OdorSorb-max) contained is 10 pounds and shall have the following properties: Carbon Tetrachloride Activity (wt. %) 60 min. Hardness Number 99% min. Moisture Content 10% max. Ash Content 10% max. Mean Particle Diameter(MPD) 4 mm, pellets 09112103 ASC-77 PART DA - ADDITIONAL SPECIAL CONDITIONS Apparent Density(g/ml) 0.480 to 0.520 Total Surface Area (N2— BET method) 1050 to 1150 m2/gm Ignition Temperature (ASTM) 450'C Typical H2S Capacity 0.22 g/cc *The determination of H2S breakthrough capacity will be made by passing a moist( 85% R.H. )air stream containing 1% H2S at a rate of 1,450 cc/min. through a 1 inch diameter by 9 inch deep bed of uniformly packed activated carbon and monitored to 50 ppm breakthrough. Results are expressed in grams H2S removed per cc of carbon. C. EXECUTION 1. MANUFACTURER'S SERVICES a. No on-site assistance shall be required. The adsorber canister shall come with installation instructions, which allow the operator to install the unit without Manufacture's supervision. 2. QUALITY ASSURANCE a. The engineer may provide and direct inspectors to inspect the equipment at the place of manufacture or upon arrival at the job site. The manufacturer shall furnish all reasonable assistance, if required by the engineer or inspector,for the proper inspection of the work. Inspection shall not relieve the manufacturer from any obligation to perform the work strictly in accordance with this specification. Work not so performed shall be replaced by the manufacturer at his own expense. D. LOCATIONS Odor Control devices for vent pipes are to be located at Sta. 15+93.75 (Proposed M-244A), Sta. 47+52 (Proposed M-244A), sta.0+00 (M-253A), 11+94 (M-253A), and sta. 27+43 (M-253A). DA-123 WATERCHASE GOLF COURSE WaterChase Golf Course and the PMC Asset Holdings, LLC shall be conducted under the following conditions: A. Notification/Coordination 1. The Links at WaterChase Golf Course — Contractor shall contact Hud Haas (or current superintendent) at 817-692-1462, no less than 14 days prior to construction taking place along golf course. 2. Dorcas E. Benson property, LLC (previously The Academy at WaterChase Golf Course)— Contractor shall contact current superintendent, no less than 14 days, prior to construction taking place along golf course. 09/12/03 ASC-78 I PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Access — access to project site will be limited to existing easements and Green Oaks Blvd. Access through the Golf Course is not permissible unless contractor makes separate arrangements with the Golf Course. 4. Dorcas E. Benson property (previously The Academy of WaterChase Golf Course) — contractor shall minimize disturbance to golf course property and return to same or better conditions. This includes but is not limited to grading, turf, trees, irrigation, cart paths, etc. All replacements shall meet the acceptance of the City and Dorcas E. Benson property. All grass will be replaced with sod as approved by the Dorcas E. Benson property. 5. Stockpiling of materials — Contractor shall not stockpile materials closer than 100' to the golf course 6. Pipe installation — installation of pipe along the golf course shall be staged such that no more than 100' of trench is open any one time. Work shall be planned such that trenches are closed at the end of each working day. 7. Trees—Contractors shall mark all trees that are to be removed prior to construction. After the trees have been marked the Contractor shall notify the City for a site review. Trees that are damaged by construction shall be replaced with equivalent caliper inches and species. Location of replacement trees shall be coordinated with the City and the Golf course and Dorcas E. Benson property. DA-124 TUNNELING A. GENERAL 1. SCOPE. This section covers hand tunneling and shall include the necessary preparation of the site; removal and disposal of all debris; excavation as required; the handling, storage, transportation, and disposal of all excavated material; all necessary protection work; pumping and dewatering as necessary or required; protection of adjacent property; and other appurtenant work. 2. GENERAL. With reference to the terms and conditions of the construction standards for excavations set forth in the OSHA "Safety and Health Regulations for Construction", Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person and, when necessary, a registered professional engineer, to act upon all pertinent matters of the work of this section. B. PRODUCTS 1. Tunnel Liner Plates. Galvanized steel tunnel liner plates shall be corrugated sections as manufactured by Contech Construction Products or Commercial Pantex Sika. Liner plates shall have sectional properties conforming to Section 16.5 of AASHTO "Standard Specifications for Highway Bridges° or to Chapter 1, Section 4.16.5, Table 4.16.1, of AREA "Manual for Railway Engineering". The liner plates shall be designed so that erection and assembly can be accomplished entirely from inside the tunnel. Liner plates shall be capable of withstanding the ring thrust 09/12/03 ASC-79 PART DA - ADDITIONAL SPECIAL CONDITIONS load and transmitting this load from plate to plate. Liner plates shall have a thickness of at least 0.1046 inch. C. EXECUTION 1. BLASTING. Blasting or other use of explosives will not be permitted. 2. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated on the drawings, in conformity with the requirements which follow. Before starting work on any tunnel, detailed drawings, specifications, and other data covering the liner to be used shall be submitted. The clear inside diameter of tunnel liners shall be within 4 inches of the nominal diameter indicated on the drawings. a) Tunnel Liner Plates. Care shall be taken during installation to maintain alignment, grade, and the circular shape of the tunnel. Longitudinal joints in adjacent rings shall be staggered and not in alignment more often than every second ring. The entire operation of tunneling and setting of liners shall be acceptable to the Owner and the agency having jurisdiction. Adequate means shall be provided to keep the work free from water. Sufficient sections of tunnel liner plates shall be provided with 1-112 inch or larger grouting holes, located near the centers, so that when the plates are installed there will be one line of holes on each side of the tunnel and one at the crown; the lower line of holes on each side shall be not more than 18 inches above the invert. The holes in each line shall be not mon:than 9 feet apart and shall be staggered. All space between the lining and the earth shall be filled with grout forced in under pressure. The grout shall be mixed in the volumetric proportions of two parts Portland cement, one part fly ash, and not to exceed six parts of sand. Enough water shall be used to produce, when well mixed, a grout having the consistency of thick cream. As the pumping through any hole is stopped, it shall be plugged to prevent backflow of grout. Grouting shall be performed in a sequence which will preclude deflections exceeding 5 percent of the tunnel diameter. 3. END CLOSURE. At all locations where the liner plate tunnel intersects shafts or manholes where soil material could migrate into the open space between the tunnel and the carrier pipe, brick and mortar bulkheads shall be constructed to prevent migration of the soil backfill in the shafts or around the manholes. Brick shall be in conformance with ASTM C90 and cement with ASTM C150, Type 1. The bulkheads shall be a minimum of eight inches in thickness. 4. SUPPORT OF MANHOLES AFTER REMOVAL OF LOWER SECTION. During the course of tunnel excavation, the removal of manhole bases will be necessary in constricted areas where construction of working shafts is not allowed as indicated on the plan drawings. The contractor shall support the upper sections with bracing from within 09/12103 ASC-80 PART DA - ADDITIONAL SPECIAL CONDITIONS the tunnel. Contractor shall submit his plans for support of the manhole base to t Engineer for review and acceptance before initiation of tunnel excavation. DA-125 STAINLESS STEEL SLIDE GATE The fabricated side gates where shown in the plans and specifications and listed ' the side gate be schedule shall be as manufactured by Rodney Hunt Co. or approved equ . The gates shall be self-contained, except where a floor stand is required, non-rising or ri ng stem type with embedded or face mounted guide frame. A. MANUFACTURER'S QUALIFICATIONS Slide gate shall be the standard product in regular production by manufacturer whose products I have proven reliable in similar service. A single manufacturer s i supply all slide gates. I All work shall be preformed in accordance with the best m em practice for the manufacture of j high-grade fabrication. All parts shall conform accurately o design dimensions and shall be free J of all defects in workmanship of material. The side gates shall be shop assembled to insure per fit including adjustment of all parts. No field welding shall be permitted. B. MATERIALS ASTM A276, Stainless and Heat Resistin teel Bars and Shapes ASTM A320, Alloy-Steel Bolting Mate ' Is for Low Temperature service ASTM A354, Quenched and to ered alloy-steel bolts, studs and other extemally threaded fasteners. C. SHOP DRAWINGS Shop drawings shall incl a dimensions, materials and weight as a minimum for each piece of equipment. Drawings s II show fabrication, assembly and installation. The Contractor shall also submit to the Engine r stem torque and bracket mountings calculations, and mechanism to safeguard against a dental gate closure. D. DISC Disc shall be nstructed of type 316 Stainless Steel reinforced with structural members to withstand m imum seating heads and unseating heads. Deflection of the disc shall not exceed 1/360 of the pan under the design head. E. G IDES Guide shall be of sandwich type construction using stainless steel plates and angles. Guides on self- ntained gates shall extend at least twice the height of the disc to allow the gate too fully ope . 0 /12103 ASC-81 PART DA - ADDITIONAL SPECIAL CONDITIONS Guides shall be designed and constructed to withstand the total thrust caused by water pressure and wedging action. Guides shall be mounted on the face of the concrete with type 316 stainless steel anchor bolts embedded in concrete as shown on the plans. F. SEALS Solid bulb Neoprene V seals shall be mounted to a stainless steel spi t along (2) sides and the top ands bottom of the opening. Seals shall be held in place with St nless steel hex head bolts and Stainless steel retainer strip designed to pressure the V seal ag inst the disc. Flush bottom-Seal shall be Neoprene attached to the bottom of th disc. G. STEM Operating stem shall be of Type 316 stainless steel attache to the disc with stainless steel stem connector, housing a threaded bronze thrust nut. Stem shall be designed to transmit in compression least 4 times the rated output of the operating mechanism with a 40-pound effort on the cra Stem shall have a slenderness ratio (L/R) less than 0. The threaded portion of the stem shall have ma ined cut threads of the Acme type. Stems of more than one section shall be joined by stainle steel couplings, threaded and keyed,or bored and pinned to the stems. All threaded an keyed couplings of the same size shall be interchangeable. Stems shall be provided wit an adjustable stop collar on the stem to prevent over travel. .Q H. ANCHORAGE Mounting of side guides will be with Stai less Steel Type 316 threaded rod through bolted in the existing walls, Invert mounting will be with Stainless tee[ epoxy anchors in existing concrete. I. OPERATOR Gate shall be operated by cran bench stand mounted to yoke. Maximum effort on the crank shall not exceed 40 pounds pull, ift mechanism shall be capable of withstanding damage with an effort up to 200 pounds. The 60" gates will have a B 5004 hoist with a 2" diameter stem minimum or approved equal. The 42" gates will have a BS 002 hoist with a 1.5" diameter stem minimum or approved equal. J. SHOP TESTS 09/12103 ASC-82 �� PART DA - ADDITIONAL SPECIAL CONDITIONS Each gate shall be fully assembled and shop-inspected in the vertical position for proper seating. Disc shall be fully opened and closed in its guide system to ensure that it operates freely. . Operators shall be shop tested to ensure proper assembly and operation. DA-126 STOP LOG A. GENERAL 1. SCOPE This specification relates to the design,materials of construction, rication, and 1 furnishing of aluminum stop logs with appurtenant seals, guide e, lifting lugs and accessories,required for the complete and proper operation of a system. i The Contractor shall furnish and install all stop log asse lies in the locations and of the dimensions shown,complete and operable,in accord a with the requirements of the Contract Documents. Equipment provided under this item shall be fab cated, assembled, erected, and placed in proper operating condition in full conformity 'th drawings, specifications, engineering data,instructions, and recommendations of a equipment manufacturer,unless exceptions are noted by the Engineer. 2. ACCEPTABLE MANUFACTURE a. Rodney Hunt Y- b. Waterman Industries C. Hydro Gate Corp. d. Others as App ed by Engineer 1 SUBMITTALS a. S mit three copies of all materials required to establish compliance with 's section. Submittals shall include the following: 1. Complete description of all materials 2. Certified shop and installation drawings showing materials, details of construction,dimensions, and anchorage. 09/12/03 ASC-83 PART DA - ADDITIONAL SPECIAL CONDITIONS 3. Descriptive literature,bulletins and/or catalogs of the equipment. 4. A complete bill of materials 5. Evidence of structural analysis and testing as specified herein 6. A list of manufacturer's recommended spare parts. b. Operation and Maintenance Data 1. Operating and maintenance instructions shall be prepared specifically for this installation and shall include all required cuts,drawings, equipment lists,descriptions that are required to instruct operating and maintenance personnel unfamiliar with such equipment. The maintenance instructions shall include trouble shooting data and full preventive maintenance schedules. 2. A factory representative who has complete knowledge of proper operation and maintenance shall attend the leakage test. 4. NUMBER PLATES Each stop log shall be provided with a number plate,with at least 1-inch high black baked enamel numerals on anodized aluminum plate. The location of number plates and method of attachment shall be acceptable to the Engineer. 5. ALLOWABLE LEAKAGE Stop logs shall be substantially watertight under the design head condition. The maximum permissible leakage will be limited to 0.2 gallons per minute per foot of seating length. 6. WARRANTY The stop logs, guides, and appurtenances shall be furnished by a single manufacturer who is fully experienced,reputable, and qualified in the manufacture of the equipment. Manufacture shall warrant the entire stop log assembly from defects for a period of two years from the date of delivery. Manufacturer representative shall attend stop log leakage testing. B. PRODUCTS 1. GENERAL SERVICE CONDITIONS Service conditions are as designated on the contract drawings. The maximum _ height of the guides shall meet or exceed the maximum head of water. Each stop log shall be of the same height. Furnish sufficient units for the total height as shown on the drawings. 2. STOP LOG ASSEMBLY 09/12/03 ASC-84 PART DA - ADDITIONAL SPECIAL CONDITIONS a. General: All logs shall be new and of current manufacturer. Each stop log panel,including those to seat at the channel invert, shall be of identical construction. Frames shall be adequately braced to prevent warping and bending under the intended usage. b. Guide Frame: Stop log guide frames shall be manufactured of 6063-T6 aluminum alloy with factory welded comers. Stop log guide frames shall be embedded into the concrete. Guide invert shall be flush with channel invert and shall form a seating surface for the resilient seal mounted on the stop logs. Guide seating surfaces shall be faced with bearing strips of polyethylene or other material compatible with the stop log seal to provide low friction operation and prevent bonding, striking, or seizure. Guides shall be of fabricated steel with fiberglass coating or completely fiberglass, and designed for embedding in the concrete. All material, such as anchors and bolts, shall be type 304 stainless steel when ever possible. Guides shall be designed and constructed to withstand the total thrust caused by water pressure. C. Stop Log Panels: Stop log panels shall be manufactured of one piece extruded 6061-T6 aluminum. The stop log panel shall not deflect more than 1/360 span of the log under the design head. The bottom of the log shall be extruded in a manner to accept a resilient seal to provide a flush bottom closure. The resilient seal along the bottom of each log shall seal on the sill plate or top of another log. Seals may also be required within the frame guide itself in order to prevent leakage. Furnish aluminum guide and support shoes on the ends and bottoms of each stop log in order to hold the unit squarely in place. Stop log panels shall be equipped with three attachment points in the top of each stop log, one in the center and one near each end. Stop log panels shall be of sufficient weight to resist buoyancy. Shop drawings shall include dimensions, materials and weight as a minimum for each piece of equipment. Drawings shall also show fabrication, assemble and installation. d. Seals: Stop log seals shall be made of neoprene rubber and shall provide a lip-type seal. The shape of the seal shall provide a seating surface having a _ minimum width of 3/4". The seals shall be located along the bottom of each log section and along both ends of each log and shall be mechanically attached to the log. Adhesives alone are not an acceptable mounting method. Attaching hardware for seals shall be stainless steel. Seals shall be 09/12/03 ASC-85 PART DA - ADDITIONAL SPECIAL CONDITIONS mounted in a manner that allows for easy replacement in the event of damage. e. Seat: Stop log seat shall be flush mounted,neoprene material. f. Anchor Bolts and Hardware: All assembly anchor bolts and hardware shall be stainless steel,Type 304 or Type 316. All anchor bolts and hardware shall be furnished by the stop log manufacturer. g. Grout: Non-shrink,per specifications. 3. ALLOWABLE LENGTHS In order to standardize stop log lengths,the Fort Worth Water Department is limiting the stop logs sizes. The Contractor shall provide the following for this project(incidental to the project): Apnrox. Required Width Number to Provide 4.9' 4 8.?' 2 11.4' 2 The Contractor shall contact the City of Fort Worth to verify the exact dimensions. C. EXECUTION 1. INSTALLATION a. Stop log assemblies shall be installed in strict accordance with the manufacturer's printed recommendations and the requirements herein. b. During construction,the surfaces of the guide frame and stop log panels shall be covered or otherwise protected from concrete spillage,paint,or debris. Any damage that occurs to the stop log assembly shall be corrected prior to installation and testing of the stop log assembly. C. Guide frames shall be accurately positioned and supported to prevent shifting during the pouring of concrete or grouting. Guide frames shall be carefully braced both horizontally and vertically to prevent distortion. Guides shall be installed in a true vertical plane. If there are any difficulties in operation of the equipment due to the manufacturer's fabrication or the contractor's installation, additional service shall be provided at no additional cost to the owner. I 09/12/03 ASC-86 PART DA - ADDITIONAL SPECIAL CONDITIONS The Contractor is responsible to provide adequate clearance(per 1 manufacture)between the stop log and the guide frame. d.. Field Leakage Test: A field leakage test shall be performed by the Contractor after installation of the stop log assembly. The manufacturer shall be notified of the test in sufficient time to enable him to have a representative present at the test. In the event that the unit fails the leakage test,the necessary changes shall be made and the unit reinspected and retested. If any unit remains unable to meet the test requirements,it shall be removed and replaced with satisfactory equipment at no additional cost to the owner. DA-127 TRINITY RIVER AUTHORITY UTILITY CROSSINGS A. NOTIFICATION AND COORDINATION i 1. The Contractor shall notify Sid McCain (Operation and Maintenance Supervisor) or the Tarrant County Water Supply Project office at 817/267-4226 14 days prior to construction when excavating near Trinity River Authority (TRA) utilities. 2. Before construction, the Contractor shall submit to the TRA a schedule and the procedure of installing proposed facilities near TRA utilities. TRA shall have 14 days to approve and comment on the submittal. 3. The Contractor shall support and protect TRA utilities from damage. 4. The Contractor shall notify the TRA and the Engineer 48 hours before the start of construction when excavating near Trinity River Authority utilities. 3. The Contractor shall cover TRA utilities and secure the construction site after each day. 4. Contractor shall abide by the terms of the TRA permit for this project. Contact TRA or the Engineer for a copy. DA-128 GABIONS AND GABION MATTRESSES Description. This Item shall govern for the construction of gabions and/or gabion mattresses of the sizes and types shown on the plans. A. GENERAL Gabions have a height of one (1)foot or greater. Gabions shall have mesh openings with nominal dimensions not to exceed 41/2 inches, and the maximum area of any mesh opening shall not exceed 10 square inches. Gabion mattresses have a height of six(6) inches, nine (9) inches, or 12 inches. Mattresses shall have mesh openings with nominal dimensions not to exceed 31/4 inches, and the maximum area of any mesh opening shall not exceed six(6) square inches. B. MATERIALS 09/12/03 ASC-87 PART DA - ADDITIONAL SPECIAL CONDITIONS Gabions and gabion mattresses shall be fabricated, assembled and installed using the following materials, unless otherwise shown on the plans. The empty basket units shall be furnished as specified with a dimension tolerance of plus or minus five (5) percent. Wire for basket units and lacing shall be either hot-dipped galvanized steel, or polyvinyl- chloride (PVC) coated hot-dipped galvanized steel. The wire shall conform to ASTM A641, Class 3, Finish 5, soft temper, and shall have a minimum tensile strength of 60,000 psi. When required, PVC coating of wire shall be accomplished using fusion bonded, extruded or extruded and bonded PVC material. The wire coating shall have a nominal thickness of 0.020 inch, and a minimum thickness of 0.015 inch. The coating shall be colored black, grey or green. The initial properties of the PVC coating shall meet the following requirements: Specific Gravity: In the range of 1.30 to 1.35, ASTM D2287 and ASTM 792. Tensile Strength: Not less than 2,980 psi, ASTM D412. Modulus of Elasticity: Not less than 2,700 psi at 100 percent strain, ASTM D412. Brittleness Temperature: Not higher than 15 F, ASTM D746. Resistance to Abrasion: The percentage of weight loss shall be less than 12 percent, ASTM D1242. Salt Spray Test: Period of test not less than 3,000 hours, ASTM 6117. Exposure to Ultraviolet Light: Period of test not less than 3000 hours, using apparatus type E and at 63 C, ASTM D1499 and ASTM G23. After the salt spray test and exposure to ultraviolet light as specified above, the PVC coating shall not show cracks, blisters, splits nor noticeable change of color. In addition, the specific gravity, tensile strength, modulus of elasticity and resistance to abrasion shall not change more than 6 percent, 25 percent, 25 percent and 10 percent, respectively,from their initial values. Gabion mesh wire shall consist of either welded wire mesh or twisted wire mesh. Welded wire mesh shall have a uniform square or rectangular pattern with a resistance weld at each connection. Each welded connection shall have a minimum shear strength in accordance with ASTM A185. Twisted wire mesh shall consist of a nonraveling double twisted hexagonal wire mesh (two (2) wires twisted together in three (3) 180 degree turns}. Wire for gabions and gabion mattresses shall be fabricated from wire having the following minimum diameters: 09/12/03 ASC-88 PART DA - ADDITIONAL SPECIAL CONDITIONS I GABIONS Type of Wire Diameter after Diam, with PVC Gaiv. (inch) Coating (if req'd.) (inch) Mesh wire 0.105 0.145 Selvage Wire 0.132 0.172 Spiral Binders, Lacing 0.086 0.126 Wire, or Internal Connecting Wire GABION MATTRESSES Type of Wire Diameter after Diam. with PVC Galy. (inch) Coating (if req'd.) (inch) 1 Mesh Wire 0.078 0.118 Selvage Wire 0.105 0.145 Spiral Binders, Lacing 0.086 0.126 Wire, or Internal Connecting Wire Filler stone shall be hard, durable, clean stone and shall naturally resist crumbling, flaking and eroding. Rock gradation shall be four(4)to eight(8) inches for gabions, and three (3)to six (6) inches for gabion mattresses. Filter material,when required, shall consist of hard, durable, clean sand or gravel, and shall be free from organic matter, clay balls, or other deleterious materials. The maximum particle size shall be 318 inch. Filter fabric, when required, shall conform to the requirements of Departmental Materials Specification D-9-6200, "Filter Fabric", Type 2. C. CONSTRUCTION METHODS The gabion and gabion mattress manufacturer will be required to have a qualified representative on site at the start of gabion construction. The representative shall be available for consultation as needed throughout the gabion and gabion mattress construction. 1. Foundation Preparation. The foundation shall be excavated to the extent shown on the = plans or as directed by the Engineer. All loose or otherwise unsuitable materials shall be removed. All depressions shall be carefully backfilled to grade. The depressions shall be backfilled with suitable materials from adjacent required excavation, or other approved source, and compacted to a density at least equal to that of the adjacent foundation. Any buried debris protruding from the foundation that will impede the proper installation and 09/12103 ASC-89 PART DA - ADDITIONAL SPECIAL CONDITIONS final appearance of the gabion or gabion mattress shall also be removed, and the voids carefully backfilled and compacted as specified above. Immediately prior to gablon placement, the prepared foundation surface shall be inspected by the Engineer. 2. Filter Placement. Filter material, when required, shall be spread uniformly on the prepared foundation surface in a manner satisfactory to the Engineer, and to the slopes, lines and grades as indicated on the plans or as directed by the Engineer. Placing of filter material by methods which will tend to segregate particle sizes will not be permitted. Any damage to the foundation surface during filter placement shall be repaired before proceeding with the work. Compaction of the filter materials will not be required, but it shall be finished to present a reasonably even surface free from mounds or windrows. 3. Filter Fabric Placement. Filter fabric, when required, shall be placed as shown on the plans or as directed by the Engineer. Any defects, rips, holes, flaws or damage to the material may be cause for rejection. The material shall be placed with the long axis parallel to centerline of structure, highway or dam. The securing pins shall be placed in the lapped longitudinal joints and spaced on approximately 10-foot centers. The fabric material shall be free of tension, stress, folds,wrinkles or creases. The material shall be lapped a minimum of three (3)feet along the longitudinal joint of material or have the joints lapped one (1)foot and sewn. The ends of rolls at joints shall be lapped a minimum of three (3)feet. Tom or punctured fabric may be repaired by placing a layer of fabric over the damaged area, which overlaps a minimum of three (3)feet beyond the damaged area in all directions. Securing pins shall be placed through both strips of material at lapped joints at approximately the midpoint of the overlap. Securing pins shall be set at random points as necessary to hold filter fabric in the desired position. The filter fabric material, in specified position, must be covered as soon as practicable; time shall not exceed three (3)days. 4. Assembly and Installation. If PVC coated materials are required, no work shall take place using these materials unless the ambient temperature and the temperature of the PVC materials are a least 15 F above the brittleness temperature of the PVC materials. Empty gabion or gabion mattress units shall be assembled individually and placed on the approved surface to the lines and grades as shown on the plans or as directed by the Engineer, with the sides, ends and diaphragms erected in such a manner to ensure the correct position of all creases and the tops of all sides are level. Filling of basket units In one place and then transporting them to their final position in the work will not be permitted. The front row of gabion or gabion mattress units shall be placed first and successively constructed toward the top of the slope or the back of the structure. The finished gabion or gabion mattress structure shall have no gaps along the perimeter of the contact surfaces between adjoining basket units. All adjoining empty gabion or gabion mattress units shall be connected by lacing,wire spiral binders, or wire fasteners along the perimeter of their contact surface prior to filling in order to obtain a monolithic structure. Connection of adjoining basket units shall be accomplished by spiral binders or by continuous stitching with alternating single and double loops at.intervals of not more than five (5) inches. All lacing wire terminals shall be securely fastened. 09/12103 ASC-90 PART DA - ADDITIONAL SPECIAL CONDITIONS Connections of mesh panels shall have a minimum strength of 1,000 pounds per linear foot for gabions, and 600 pounds per linear foot for gabion mattresses. The connection strength requirements shall apply to all connections of mesh panels, including attachment of end panels, diaphragms and lids. Wire fasteners other than spiral binders and lacing wire may be used provided that they meet the strength requirements above and are approved by the Engineer. For twisted wire baskets, all joining shall be made through selvage-to-selvage or selvage-to-edge wire connection; mesh-to-mesh or selvage-to-mesh wire connection is prohibited except in the case where baskets are offset or stacked and selvage-to-mesh or mesh-to-mesh wire connection would be necessary. Wire fasteners shall not be used to tie-or join stone-filled baskets, unless approved by the Engineer. As a minimum, a fastener shall be installed at each mesh opening at the location where mesh wire meets selvage or edge wire. The initial line of basket units shall be placed on the prepared filter layer surface or 1 foundations as required, and partially filled to provide anchorage against deformation and displacement during filling operations. After adjoining empty basket units are set to line and grade and common sides with adjacent units thoroughly laced or fastened, they shall 1 be placed in tension and stretched to remove any kinks from the mesh and to a uniform alignment. The stretching of empty basket units shall be accomplished in such a manner as to prevent any possible unraveling. Stone-filling operations shall carefully proceed with placement by hand or machine so as not to damage wire coating, to assure a minimum of voids between the stones, and the maintenance of alignment throughout the filling process. Undue deformation and bulging of the mesh shall be corrected prior to further stone filling. To avoid localized deformation, the basket units in any row are to be filled in stages consisting of maximum 12-inch courses, and at no time shall any cell be filled to a depth exceeding one (1)foot more than the adjoining cell. The maximum height from which the stone may be dropped into the basket units shall be 36 inches. For gabion units in excess of two (2)feet in height, two (2) uniformly spaced internal connecting wires shall be placed between each stone layer in all front and side gabion units, connecting the back and the front faces of the compartments. Connecting wires or alternatively the preformed stiffeners shall be looped around two (2)twisted wire-mesh openings or a welded wire joint at each basket face and the wire terminals shall be securely twisted to prevent their loosening. Along all exposed faces, the outer layer of stone shall be carefully placed and arranged by hand to ensure a neat and compact appearance. The last layer of stone shall be uniformly overfilled one (1)to two (2) inches for gabions, and one (1) inch for gabion mattresses, to compensate for the future settlement in rock but still allow for the proper closing of the lid and to provide an even surface that is uniform in appearance. Final adjustments for compaction and surface tolerance shall be done by hand. Lids shall be stretched tight over the stone fill using only an approved lid-closing tool, until the lid meets the perimeter edges of the front and end panels. Using crowbars or other single- point leverage bars for lid closing is prohibited. The lid shall then be tightly closed with spiral binders, lacing wire, or with wire fasteners if approved by the Engineer, along all 09/12/03 ASC-91 PART DA - ADDITIONAL SPECIAL CONDITIONS edges, ends and internal-cell diaphragms. Special attention shall be given to assure that all projections or wire ends are turned into the baskets. Where shown on the plans or as directed by the Engineer, or where a complete gabion or gabion mattress unit cannot be Installed because of space limitations, the basket unit shall be cut,folded and wired together to suit existing site conditions. The mesh must be folded back and neatly wired to an adjacent basket face. The assembling, installation, filling, lid closing and lacing of the reshaped gabion or gabion mattress units shall be carried out as specified above, a) Measurement. Gabions will be measured by the cubic yard of stone-filled gabions, as shown on the plans, complete in place. Gabion mattresses will be measured by the square yard of surface area or by the cubic yard of stone-filled gabion mattresses, as shown on the plans, complete in place. Filter fabric and/or filter material, if used,will not be measured for payment but will be considered subsidiary to this item. b) Payment. The work performed and material furnished by this item, measured as provided under"Measurement",will be paid for at the unit price bid: 1) Per square yard of surface area of"Gabion Mattresses", of the thickness and basket-wire coating specified; or 2) Per cubic yard of"Gabion Mattresses", of basket-wire coating specified; and 3) Per cubic yard of"Gabions", of basket-wire coating specified. These prices will be full compensation for furnishing all materials, the excavation, base preparation, filter fabric,filter material, backfill and grading, lacing or fasteners and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. DA-129 PASSIVE ODOR CONTROL INSERTED ON MANHOLE COVER A. GENERAL This item shall include the installation of a passive odor control device. The system shall be corrosive resistant, light weight, and easily maintained. It shall fit in all manhole frames used for this project, remove hydrogen sulfide and light mercaptans. 1. MANUFACTURES QUALIFICATIONS Odor Knocker(303/765-2581)or approved equal 2. MATERIAL Media shall be organic. It shall remove hydrogen sulfide and light mercaptans to . Media shall be guaranteed for two years. The media shall have the ability to absorb upto 1000 ppm. 99% efficiency at 100 ppm. The unit is to have a 1 year warranty. 09/1V03 ASC-92 1 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 The odor device shall be corrosion resistant, equivalent to Odor Knocker passive 3 odor control system. B. EXECUTION The unit price bid per each shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-130 REINFORCED CONCRETE Description. This Item shall govern reinforced concrete pipe (RCP)ASTM C76. Approved manufacturer is Hanson Pipe & Products or approved equal. Installation and testing shall equal or exceed the manufacturer's standards, but not override Fort Worth standards. The contractor shall verify the following pipe class breakout from the ground cover and 100 year flood elevation indicated in the plans. The pipe class shall be as follows: Start End i Station Station Diameter Class i 1+82 15+93 90" IV 15+93 20+00 72" IV 20+00 21+31 60" V 20+00 21+31 42" V 21+31 27+65 60" 111 21+31 27+65 42" 111 27+65 28+15 60" V 27+65 28+15 42" V 28+15 47+51 72" 111 47+51 48+86 42" II I 48+86 49+80 72" 111 The unit price bid per LF shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-131 REINFORCED CONCRETE CYLINDER PIPE (RCCP) Description. This Item shall govern reinforced concrete cylinder pipe (RCCP) ANSI/AWWA C301. Approved manufacturer is Hanson Pipe & Products or approved equal. Installation and testing shall equal or exceed manufacturer's standards, but not override Fort Worth Standards. The pipe shall be designed for"minimum pressure" per C301 and C304 for the cover and 100 year flood plain elevation shown on the plans. The unit price bid per LF shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. 09/12103 ASC-93 i i i i i i � Certificate of Insurance 1 I 1 1 Appendix A Easements/Permits I 1 lSANITARY SEWER MAIN 244A PARCEL No.1-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 1 2201 NW GREEN OAKS BOULEVARD I LOT 1 J.L.HALLUM ADDITION THENCE South 00 degrees 06 minutes 01 seconds West, with the west line of said 5.0' Easement deeded to Southwestern Bell Telephone Company, a distance of 359.79 1 feet to a point for corner in the southeasterly line of said Lot 1, said point being in the northwesterly right-of-way line of said NW Green Oaks Boulevard,from which a 5/8 inch iron rod found for the southeast comer of said Lot 1 bears a chord bearing of North 51 degrees 30 minutes 06 seconds East, a distance of 1022.07 feet,said point also being the beginning of a non-tangent curve to the left having a radius of 1410.00 feet, a central angle of 08 degrees 36 minutes 42 seconds and whose chord bears South 25 degrees 56 minutes 45 seconds West,a distance of 211.73 feet; THENCE with said non-tangent curve to the left,with the southeasterly line of said Lot 1 and with the northwesterly right-of-way line of said NW Green Oaks Boulevard, an arc length of 211.93 feet to the POINT OF BEGINNING, and containing 44,361 square feet or 1.018 acres of land,more or less. 1 Note: Basis of Bearing is the Texas Coordinate System,NAD 83 (93),North Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. IControl Monument No.AR82. i . Date:July 9,2003 "PSE X TF1' Richard Kennedy �IS7EgFo 9J, I Registered Professional Land Surveyor ,RICHARD KENNEDY No.5527 !; 0 5527 ,. Page 3 of 4 �'t/D SSJOV-0e' IGORRONDONA&ASSOC..INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817-096-1LFAX8]749&1768 STATE OF TEXAS § COUNTY OF TARRANT § iPERMANENT SANITARY SEWER EASEMENT DATE:July 9,2003 GRANTOR:MKP&Associates,Inc. GRANTOR'S MAILING ADDRESS:3411 Bridlegate Drive Arlington,Texas 76016 GRANTEE:The City of Fort Worth GRANTEE'S MAILING ADDRESS:1000 Throckmorton Street Fort Worth,Texas 76102 1 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and J sufficiency of which Is hereby acknowledged. PROPERTY: (See Attached Exhibits"A"and"B") GRANTOR, for the CONSIDERATION paid to GRANTOR, hereby grants, sells, and conveys to GRANTEE, Its successors and assigns,an exclusive,perpetual easement for the construction,operation, maintenance, replacement, upgrade, repair and removal of a utility line in, upon under and across that portion of the PROPERTY more fully described in Exhibit"A"attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all purposes,together with the right and privilege at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, repairing and removing said utility line, and making connections therewith. I TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same,or any part thereof. GRANTOR: 1 ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , know to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Page 1 of 4 GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SHITE 50 FORT WORTH,TEXAS 76112 817496.1424 FAX 817-096-1768 1 SANITARY SEWER MAIN 244A PARCEL No.I-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 2201 NW GREEN OAKS BOULEVARD LOT J.L.HALLUM ADDITION I EXHIBIT"A" Being a Permanent Sanitary Sewer Easement out of Lot 1 of the J. L. Hallum Addition, an addition to the City of Arlington,Tarrant County,Texas as recorded in Cabinet A,Slide 3509 of the Plat Records of Tarrant County,Texas,said Lot 1 being deeded to MKP &Associates, Inc. as recorded in Volume 16599, Page 245 of the Deed Records of Tarrant County, Texas, said a Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as Ifollows: BEGINNING at a 1/2 inch iron rod with cap(unreadable)found for the southwest corner of said Lot 1,said 1/2 inch iron rod with cap being in the east line of a tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 225 of said Deed Records of Tarrant County, Texas,said 1/2 inch iron rod with cap also being in the westerly right-of-way line of NW Green Oaks Boulevard(a 120.0'right-of-way); THENCE North 00 degrees 04 minutes 06 seconds West,with the west line of said Lot 1 and with the east line of said tract of land deeded to the City of Arlington, a distance of 82.74 feet to a point for corner; THENCE North 21 degrees 52 minutes 48 seconds East,a distance of 168.57 feet to a point for corner; 1 THENCE North 00 degrees 06 minutes 01 seconds East,a distance of 384.41 feet to a point for corner; THENCE North 49 degrees 21 minutes 19 seconds East,a distance of 811.49 feet to a point for corner in the north line of said Lot 1,said point being in the south line of Block 1 of the Village Creek Plant Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-213, Page 49 of said Plat Records of I Tarrant County,Texas; J THENCE North 89 degrees 35 minutes 48 seconds East, with the north line of said Lot 1 and with the south line of said Block 1, a distance of 46.44 feet to a point for the northwest corner of a 5.0' Easement deeded to Southwestern Bell Telephone Company as recorded in Volume 10625, Page 83 of said Deed Records of Tarrant County,Texas,from which the northeast corner of said Lot 1 bears North 89 degrees 35 minutes 48 seconds East,a distance of 153.58 feet; THENCE South 49 degrees 21 minutes 19 seconds West, with the northwest line of said 5.0' Easement deeded to Southwestern Bell Telephone Company, a distance of 773.59 I feet to a point for the beginning of a curve to the left having a radius of 130.00 feet,a Jcentral angle of 49 degrees 15 minutes 18 seconds and whose chord bears South 24 degrees 43 minutes 40 seconds West,a distance of 108.35 feet; THENCE with said curve to the left and with the westerly line of said 5.0'Easement deeded to Southwestern Bell Telephone Company, an arc length of 111.76 feet to a point for corner; 1 111 Page 2of4 uls UL�.: GORRONDONA&ASSOC..INC. 6707 BRENTWOOD STAIR RD. SU17E 50 FORT WORTH.TEXAS 76112 81 -1424-'Flf7C8't7�96cF968------- 1 EXHIBIT "B 99 PARCEL No. I—PE LINE TABLE BLOCK 1 LINE BEARING I DISTANCE VILLAGE CREEK PLANT ADDITION L-1 N 00'04'06'V 1 82.74 VOLUME 388-213, PAGE 49 L-2 N 21'52'48"E 168.57 P.R.T.C.T. L-3 N 89'35'48"E 46.44 �ck 0 N 89'35'48'E a QTY OF FORT WORTH L-3 mw OXY OF ARLINGTON I .....iii:•./ PERMANENT SANITARY SEWER EASEMENT ' .... �'i:;:3:::; , 44,361 SQ,FT. OR 1.018 ACRES p,°b..e9 o� LOT 1 "Y �;% '� ,/' MKP & ASSOCIATES, INC. z`aJ. L. HALLUM ADDITION �'•/ J�/'/ /' / VOLUME 16599, PAGE 245 (i:::i �� . / / CABINET A, SLIDE 3509Ob Cb :•:•:i'' 1� /�/ /' ,/ �y�p��•�p6. FND 5/8'IR 1 j 5.0' EASEMENT ati'ii'�';':•J'ti /'/ // / O11p QP I I SOUTHWESTERN BELL N •�% �� /,/ / ,/ P�PJ09•GS' / TELEPHONE COMPANY C�'�`""•�• Gj ,// ,/ / ?S?g'S 4• / VOLUME 10625, PAGE 83 !': r' ,/,/ ,/ ,/ E�7•�C>F�4�OQ'' / / 1 0�y;l� / �•J / l v I.iii:• � � •CL y e,. 40, d �::ii:•:II I I / , �,O 0 o M `` eo I v i:•::•::1 0 3 N O I: •:•:: I 1 I V l O:w 0:::•:�I'0 �o I, w 1:•::•: o y w�30 aa Z' �O I nx I a mww m ' / 150 75 0 150 w 00 a� ry!•''•iii"�• 02� SCALE IN FEET k,h l7 CURVE TABLE Q CURVE RADIUS DELTA CHORD BEARING CHORD ARC go C-1 130.00 49'15'18" S 24'43'40'W 108.35 111.76 :•' o•/ C-2 1410.00 42'29'59" N 51'30'06"E 1022.07 1045.88 C-3 1410.00 08'36'42" S 25'56'45"W 211.73 211.93 P.O.B. FND 1/2W/CAP'IR NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, I UNREADABLE) NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE (UNREADABLE) CITY OF LINGTON G.P.S. CONTROL MONUMENT NO. MOB AND G.P.S. CONTROL MONUMENT NO.AR82. EXHIBIT SHOWING A I PERMANENT SANITARY SEWER EASEMENT BEING A PORTION OF LOT 1 4F TFC J. L. HALLUM ADDITION AN ADDITION TO THE �•• •. CITY OF ARLINGTON, TARRANT COUNTY, TEXAS RICHARD KENNEDY I RECORDED IN CABINET A. SLIDE 3509OF THE °q 5527 v PLAT RECORDS OF TARRANT COUNTY, TEXAS S PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 EASEMENT ACQUISITION AREA: 44,361 SQUARE FEET OR 1.018 ACRES RICHARD KEN NOY JOB N0. 0108-1300 DRAWN BY: RK I CABO FILE: 1300ESMT.DWC ]REGISTERED PROFESSIONAL LMO SU R DATE: JULY 9. 2003 PAGE 4 OF 4 SCALE: 1' 150' _ NO. 5327 GORRONDONA&ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH,TX. 75112 1 817-496-1424 FAX 817-496-1768 l I SANITARY SEWER MAIN 244A PARCEL No.1-TE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 2201 NW GREEN OAKS BOULEVARD LOT J.L.HALLUM ADDITION I25.0'TEMPORARY CONSTRUCTION EASEMENT THAT I/WE, MKP & Associates, Inc., hereinafter referred to as "Grantor" for and in i consideration of One Dollar($1.00)and other valuable consideration paid by the City of Fort Worth,a JI 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, and across, below and along the following parcel or tract of land situated in Tarrant County,Texas, in accordance I with the plat hereto attached,to wit: It is further agreed and understood that City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction of said sanitary sewer improvements. Upon completion of said improvements and its acceptance by the City of Fort Worth,Texas,all rights granted within the above-described Temporary Construction Easement shall cease. 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, I until the completion of construction.And Uwe do hereby bind myself/ourselves,my/our heirs,successors, and assigns,to warrant and defend,all and singular,the said premises unto the said City of Fort Worth,its successors and assigns,against every person whomsoever lawfully claiming or to claim the same or any part thereof IIt is intended by these presents to convey a Temporary Construction Easement to the said City of Fort Worth to construct the described improvements, with the usual rights of ingress and egress in the necessary use of such Temporary Construction Easement,in and along said premises. IN WITNESS WHEREOF,Grantor has caused this instrument to be executed on this the day of ,20 1 OWNER: l I ACKNOWLEDGEMENTS J STATE OF TEXAS § I COUNTY OF TARRANT § lBEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , know to me to be the same person whose I name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purpose and consideration therein expressed and in the capacity therein stated. lGIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Page 1 of 4 ICORRONDONA&ASSOC..INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817-496-1768 1 I SANITARY SEWER MAIN 244A PARCEL No.1-TE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 2201 NW GREEN OAKS BOULEVARD LOT J.L.HALLUM ADDITION 1 EXHIBIT"A" Being a 25.0' Temporary Construction Easement out of Lot 1 of the J. L. Hallum Addition, an addition to the City of Arlington,Tarrant County,Texas as recorded in Cabinet A,Slide 3509 of the Plat Records of Tarrant County,Texas, said Lot 1 being deeded to MKP &Associates, Inc. as recorded in Volume 16599, Page 245 of the Deed Records of Tarrant County, Texas, said 1 25.0'Temporary Construction Easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the southeast comer of said Lot 1, said 5/8 inch iron rod being in the northwesterly right-of-way line of NW Green Oaks Boulevard (a 120.0'right-of-way),said 5/8 inch iron rod also being the beginning of a non-tangent curve to the left having a radius of 1410.00 feet, a central angle of 51 degrees 06 minutes 41 seconds and whose chord bears South 47 degrees 11 minutes 45 seconds West, a distance of 1216.52 feet; l THENCE with said non-tangent curve to the left, with the southeasterly line of said Lot 1 and with the northwesterly right-of-way line of said NW Green Oaks Boulevard, an are length of 1257.81 feet to a 1/2 inch iron rod with cap (unreadable)found for the southwest comer of said I Lot 1,said 1/2 inch iron rod with cap being in the east line of a tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 225 of said Deed Records of Tarrant County, Texas;THENCE North 00 degrees 04 minutes 06 seconds West,with the west line of said Lot 1 and with the east line of said tract of land deeded to the City of Arlington, a distance of 82.74 feet to the POINT OF BEGINNING; THENCE North 00 degrees 04 minutes 06 seconds West,with the west line of said Lot 1 and with the east line of said tract of land deeded to the City of Arlington, a distance of 66.89 feet to a point for comer; ITHENCE North 21 degrees 52 minutes 48 seconds East,a distance of 101.72 feet to a point for corner; JTHENCE North 00 degrees 06 minutes 01 seconds East,a distance of 391.06 feet to a point for corner; I THENCE North 49 degrees 21 minutes 19 seconds East,a distance of 793.41 feet to a point for J corner in the north line of said Lot 1,said point being in the south line of Block 1 of the Village Creek Plant Addition, an addition to the City of Fort Worth, Tarrant I County, Texas as recorded in Volume 388-213, Page 49 of said Plat Records of Tarrant County,Texas; THENCE North 89 degrees 35 minutes 48 seconds East, with the north line of said Lot 1 and I with the south line of said Block 1, a distance of 38.70 feet to a point for the JI northwest comer of a proposed Permanent Sanitary Sewer Easement,from which the northeast comer of said Lot 1 bears North 89 degrees 35 minutes 48 seconds East, a distance of 200.02 feet; THENCE South 49 degrees 21 minutes 19 seconds West, with the northwest line of said proposed Permanent Sanitary Sewer Easement, a distance of 811.49 feet to a point for comer; THENCE South 00 degrees 06 minutes 01 seconds West, with the west line of said proposed Permanent Sanitary Sewer Easement,a distance of 384.41 feet to a point for corner; Page 2 of 4 GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817-496-1424 FAX 817.496-1768 ISANITARY SEWER MAIN 244A PARCEL No.I-TE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 I 2201 NW GREEN OAKS BOULEVARD LOT 1 J.L.HALLUM ADDITION ITHENCE South 21 degrees 52 minutes 48 seconds West, with a northwesterly line of said proposed Permanent Sanitary Sewer Easement, a distance of 168.57 feet to the POINT OF BEGINNING,and containing 33,133 square feet or 0.761 acres of land, more or less. Note: Basis of Bearing is the Texas Coordinate System,NAD 83 (93),North Central Zone, I based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. Control Monument No.AR82. 1 I 1 I 1 I l I _ Date:July 9,2003 I �P•�EQr T�.F Richard Kennedy g' Q�o19Fa 9`i' Registered Professional Land Surveyor .RICFIARD KENNEDY No.5527 Aqp 5527 Page 3 of 4 GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUITED FORT WORTH,TEXAS 76112 817496.1424 FAX 817.496-1768 EXHIBIT "B " PARCEL No. 1—TE i LINE TABLE I LINE BEARING DISTANCE BLOCK L-1 N 00'04'06"W 82.74 VILLAGE CREEK PLANT ADDITION L-2 N 00'04'06"W 66.89 VOLUME 388-213, PAGE 49 � L-3 N 21'52'48"E 101.72 P.R.T.C.T. 1 L-4 N 89.35'48"E 38.70 ddb ja L-5 S 21.52'48"W168.57 N 89.35'48'E rc an of roar woarn L-4 200.02' w„j v 25.0 TEMPORARY CONSTRUCTION EASEMENT z 3; 33,133 SQ.FT. OR 0.761 ACRES z LOT 1 :: �.' ```.'� '� .' MKP & ASSOCIATES, INC. o; .`.: /,' ,�,' , ' ,' VOLUME 16599, PAGE 245 Zar J. L. HALLUM ADDITION r;;; /� �o ,i,� D.R.T.C.T. CABINET A, SLIDE 3509 I4N� P.R.T.C.T. +�: -':''� i�i�'�'� i' ,'' �Py P.0.C. w 5.0EASEMENT v j I SOUTHWESTERN BELL Oj�riii%1 ' �,',' /,' ,' o PF,� FND 5/8-IR Jo TELEPHONE COMPANY •ti °� QG > VOLUME 10625• PAGE 83 �.::�•`'''` D.R.T.C.T. 25.O'—\"..,....:::i•S:i� ,/i l I el C O o Q oE`: J- i �� I r'1 F.:•� I I � Cc,J Eii:1I� I I .� 6 / 4a 3 oE:::::•:o z o11. .;::•i�p I I I 44 I I W4MK I I ' a I o M. 44) = 150 75 0 150 SCALE IN FEET ��Qs CURVE TABLE I qV I CURVE RADIUS DELTA I CHORD BEARING I CHORD I ARC FND 1/2-IR /o C-1 1410.00 51'06'41 S 47'11'45"W 1216.52 1257.81 QW/CAP (UNREADABLE) �I NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, I NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE CITY OF ARLINGTON G.P.S. CONTROL MONUMENT NO. AR06 AND G.P.S. CONTROL MONUMENT NO.AR82. EXHIBIT SHOWING A I 25.0' TEMPORARY CONSTRUCTION EASEMENT BEING A PORTION OF .`�dF r� LOT 1 5���p16TFq� 9�1 J. L. HALLUM ADDITION AN ADDITION TO THE RICHARD KENNEDY CITY OF ARLINGTON, TARRANT COUNTY, TEXAS ll RECORDED IN CAoBFINTM A, SLIDE 35095527 w• PIAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR I DOE No. 3295 EASEMENT ACQUISITION AREA: 3-1.,133 SQUARE FEET OR 0.761 ACRES RICHARD KENNEDY JOB NO. 0108-1300 DRAWN Y: RK1 CADD FILE: I300ESMT.DWG REGISTERED PROFESSIONAL LAND SU OR DATE: JULY 9, 2003 1 PAGE 4 OF 4 SCALE: I• - 150' NO. 5527 GORRONDONA &ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH.TX. 76112 817-498-1424 FAX 817-496-1768 l CITY OF FORT WORTH PERMANENT SANITARY SEWER EASEMENT STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT } 1 THAT, the City of Arlington, a municipal corporation of Tarrant County, Texas, hereinafter called Grantor, for and in consideration of ONE DOLLAR and other good and valuable iconsideration paid by the City of Fort Worth,a municipal corporation of Tarrant County,Texas, I receipt of which is hereby acknowledged,does hereby grant,bargain and convey to said City of Fort Worth the right to construct, reconstruct and perpetually maintain a sanitary sewer line together with all necessary appurtenances thereto, and with the right and privilege at any and all times to enter said premises, or any part thereof, as is necessary to the proper use of any other right granted herein and for the purposes of constructing, reconstructing and maintaining said sanitary sewer line and for making connections therewith,in,upon and across that certain tract or parcel of land in Tarrant County,Texas,being described as follows: SEE ATTACHED EXHIBIT"A"AND"B"INCORPORATED HEREIN BY l REFERENCE FOR ALL INTENTS AND PURPOSES TO HAVE AND TO HOLD the same perpetually unto the City of Fort Worth, its successors and assigns forever. IWITNESS our hands this day of ,20 l l STATE OF TEXAS } COUNTY OF TARRANT } 1 BEFORE ME,the undersigned authority,on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes I and consideration therein expressed. Given under my hand and seal of office this day of ,20 1 INotary Public in and for the State of Texas My commission expires on Page 1 of 6 IGORRONDONA do ASSOC.,MC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817.496-1424 FAX 817496-1768 SANITARY SEWER MAIN 244A PARCEL No.2-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 NW GREEN OAKS BOULEVARD JOHN SMITH SURVEY,ABSTRACT NO.1446 M.G.ELKINS SURVEY,ABSTRACT NO.502 JOEL L.HALLUM SURVEY,ABSTRACT NO.723 1 EXHIBIT"A" I Being a Permanent Sanitary Sewer Easement situated in the John Smith Survey, Abstract No. 1446, the M. G. Elkins Survey, Abstract No. 502 and the Joel L. Hallum Survey, Abstract No. 723, City of Arlington,Tarrant County,Texas and being a portion of three tracts of land deeded to the City of Arlington as recorded in Volume 10541,Page 779,Volume 12777,Page 225 and I Volume 12777, Page 227 of the Deed Records of Tarrant County, Texas, said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "Graham & Assoc" found for the I southwest corner of said tract of land deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County,Texas,said 1/2 inch iron rod with cap stamped "Graham & Assoc" being the southeast corner of Lot 1, Block 1 of The Academy at Waterchase, an addition to the City of Fort Worth and the City of Arlington, Tarrant County, I Texas as recorded in Cabinet A, Slide 4691 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped"Graham&Assoc" also being in the north right-of-way line of Interstate Highway 30, from which a 1/2 inch iron rod with cap stamped "Graham& Assoc" 1 found for comer in the south line of said Lot 1 bears North 88 degrees 06 minutes 28 seconds JI West,a distance of 352.14 feet; THENCE North 06 degrees 19 minutes 59 seconds East,with the west line of said tract of land 1 deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County,Texas and with the east line of said Lot 1,a distance of 32.60 feet to a point for corner; 1 THENCE South 88 degrees 06 minutes 28 seconds East, a distance of 2.97 feet to a point for comer; THENCE North 46 degrees 53 minutes 32 seconds East,a distance of 120.19 feet to a point for comer in the east line of a Permanent Water Transmission Line Easement deeded to the City of Fort Worth as recorded in Volume 6938,Page 2340 of said Deed Records of Tarrant County,Texas; THENCE North 14 degrees 23 minutes 27 seconds East, with the east line of said Permanent Water Transmission Line Easement recorded in Volume 6938,Page 2340,a distance of 149.33 feet to a point for corner; ITHENCE North 06 degrees 05 minutes 27 seconds East, with the east line of said Permanent Water Transmission Line Easement recorded in Volume 6938,Page 2340,a distance of 251.30 feet to a point for comer; lTHENCE North 03 degrees 50 minutes 27 seconds East, with the east line of said Permanent Water Transmission Line Easement, a distance of 901.70 feet to a point for the northeast corner of said Permanent Water Transmission Line Easement recorded in Volume 6938, Page 2340, said point being in the north line of said tract of land deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County,Texas and in the south line of said tract of land deeded to the City of Arlington as recorded in Volume 10541, Page 779 of said Deed Records of Tarrant County, Texas, said point also being the southeast corner of a Permanent Water Transmission Line Easement deeded to the City of Fort Worth as recorded in Volume 7000,Page 220 of said Deed Records of Tarrant County,Texas; l Page 2 of 6 GORRONDONA&ASSOC.,MC. 6707 BRENTWOOD STAB2 RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817-496-1768 SANITARY SEWER MAIN 244A PARCEL No.2-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 NW GREEN OAKS BOULEVARD JOHN SMITH SURVEY,ABSTRACT NO.1446 M.G.ELKINS SURVEY,ABSTRACT NO.502 JOEL L.HALLUM SURVEY,ABSTRACT NO.723 THENCE North 03 degrees 40 minutes 05 seconds East, with the east line of said Permanent Water Transmission Line Easement recorded in Volume 7000,Page 220, a distance of 613.15 feet to a point for the beginning of a curve to the right having a radius of 480.00 feet, a central angle of 34 degrees 27 minutes 00 seconds and whose chord l bears North 20 degrees 53 minutes 37 seconds East,a distance of 284.33 feet; ITHENCE with said curve to the right and with the east line of said Permanent Water Transmission Line Easement recorded in Volume 7000, Page 220, an arc length of 288.65 feet to a point for corner; THENCE North 23 degrees 22 minutes 29 seconds East,a distance of 381.87 feet to a point for corner; THENCE North 66 degrees 37 minutes 31 seconds West,a distance of 15.00 feet to a point for corner; I THENCE North 23 degrees 22 minutes 29 seconds East,a distance of 44.56 feet to a point for corner; THENCE North 21 degrees 52 minutes 48 seconds East,a distance of 39.54 feet to a point for corner; THE, South 68 degrees 07 minutes 12 seconds East,a distance of 15.00 feet to a point for corner; THENCE North 21 degrees 52 minutes 48 seconds East,a distance of 405.23 feet to a point for corner in the east line of said tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 225 of said Deed Records of Tarrant County, 1 Texas, said point being in the west line of Lot 1 of the J. L. Hallum Addition, an addition to the City of Arlington, Tarrant County, Texas as recorded in Cabinet A, Slide 3509 of said Plat Records of Tarrant County,Texas; THENCE South 00 degrees 04 minutes 06 seconds East,with the east line of said tract of land 11 deeded to the City of Arlington as recorded in Volume 12777,Page 225 of said Deed Records of Tarrant County,Texas and with the west line of said Lot 1,a distance of 82.74 feet to a 1/2 inch iron rod with cap(unreadable)found for the southwest comer of said Lot 1, said 1/2 inch iron rod with cap being in the west right-of-way line of NW Green Oaks Boulevard (a 120.0'right-of-way), from which a 5/8 inch iron rod found for the southeast corner of said Lot 1 bears a chord bearing of North 47 I degrees 11 minutes 45 seconds East, a distance of 1216.52 feet, said 1/2 inch iron J rod with cap being the beginning of a non-tangent curve to the left having a radius of 1410.00 feet, a central angle of 06 degrees 16 minutes 08 seconds and whose chord bears South 18 degrees 30 minutes 20 seconds West,a distance of 154.19 feet; THENCE with said non-tangent curve to the left and with the west right-of-way line of said NW Green Oaks Boulevard,an arc length of 154.27 feet to a point for corner; I THENCE South 21 degrees 52 minutes 48 seconds West, a distance of 174.57 feet to a point 1 for corner; THENCE South 68 degrees 07 minutes 12 seconds East,a distance of 15.00 feet to a point for corner; Page 3 of 6 1 GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH.TEXAS 76112 817496-1424 FAX 917496-1768 SANITARY SEWER MAIN 244A PARCEL No.2-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 NW GREEN OAKS BOULEVARD JOHN SMITH SURVEY,ABSTRACT NO.1446 M.G.ELKINS SURVEY,ABSTRACT NO.502 JOEL L.HALLUM SURVEY,ABSTRACT NO.723 THENCE South 21 degrees 52 minutes 48 seconds West,a distance of 40.46 feet to a point for corner; THENCE South 23 degrees 22 minutes 29 seconds West,a distance of 45.47 feet to a point for l corner; I THENCE North 66 degrees 37 minutes 31 seconds West,a distance of 15.00 feet to a point for comer; l THENCE South 23 degrees 22 minutes 29 seconds West, a distance of 585.89 feet to a point Ifor comer; THENCE South 03 degrees 52 minutes 52 seconds West, a distance of 100.86 feet to a point 1 for corner; THENCE North 86 degrees 07 minutes 08 seconds West,a distance of 25.00 feet to a point for comer; THENCE THENCE South 03 degrees 52 minutes 52 seconds West, a distance of 1708.83 feet to a point for corner; ITHENCE South 14 degrees 30 minutes 52 seconds West, a distance of 205.94 feet to a point for comer; 1 THENCE South 46 degrees 53 minutes 32 seconds West, a distance of 118.22 feet to a point for corner in the south line of said tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 227 of said Deed Records of Tarrant County, Texas,said point being in the north right-of-way line of said Interstate Highway 30; ITHENCE North 88 degrees 05 minutes 10 seconds West, with the south line of said tract of land deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County,Texas and with the north right-of-way line of said Interstate Highway 30,a distance of 29.55 feet to the POINT OF BEGINNING and containing 106,600 square feet or 2.447 acres of land,more or less. I Note: Basis of Bearing is the Texas Coordinate System;NAD 83 (93),North Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. Control Monument No.AR82. 1 I _ Date:January 31,2003 OF rp Richard Kennedy Registered Professional Land Suryor RICHARD KENNEDY No. 5527 '0 5527 Page 4 of 6 �9,i;�FFsSON pQ SUM CORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817.496-1768 EXHIBIT "B " PARCEL No. 2—PE MATCH LINE "A" 219.321 ACRE TRACT OF LAND I ,I LINKS AT WATERCHASE, LLCI z 1= , ,�•."•••"'::.e.. VOLUME 13972• PAGE 344 �!;{:;:� �F D.R.T.C.T. I c{iil .t.•iii:!!;?•ii::ii:ii:;r�:•:•:•.. t' a/ a F•:�i.•:i:•i:•::•i:•:ii:i::i:•:::•. I C OAN v F.•ii.?v+4:::?:'ii::•:':F'::iic•>k. __aURVEY UNE �:i?: 1 z C::c:::::•:f::•.iii?jiF,.�i:•i:'iiiiii'S4 ---- - --- �L-1--- °'-- o'er o I 1 r c� :.a•.:1C4ii::is?:iiiiii:•}:•:ii:i:•ii:•:•ii J I I z[:•iil V z a 3 iii.?:::iiii::':}ii:•i:?•i:':i;•i:6•::;•i:•::ii:•}:•::: PERMANENT SANITARY I I IiitT > SEWER EASEMENT [.;:.r;::Y:%ti.`k'•::i::i:2?i;<: �oF�ui wonTH 108,800 SO.FT. OR 2.447 ACRES F:•iEiiii:?i:•i:•'riii7:i:iii':'r' Oy.-p 3s Ili:)::i}ii:•ii:•:):isr:;(I;isi.................::....... < J •.•:.:........rs.5................... A'V 1 --_-_ - 'iivwiik:••: •..'Ii__ r'yii'':/ I (A z ow DETAIL "A„ I `��� �O ion I L•:::i za,; _J �paU � i nl'•...� 4N� I I 1 � LOT > � I I , t;•iil � < I`t'ii:•1 o , [ 111 �� i,l�nrc 1 �zt::i'rljv v2: s I I I tr• }�4 �G' W 33 u a I , '1•:iil 0�G 4,O' JI i ,�o tiro O^ LINE TABLE I N , L%I L,*" ;JAZ UNE BEARING DISTANCE Q --1 i 1--1 l:? / L-1 N 06.19'59'E 32.60 r a I y*'•) 1 I `�I L-2 S 88'06'28'E 2.97 w '' � L-3 N 4653.32'E 120.19 L-16 S 46'53'3214 118.22 qm L-17 N 88'05'1014 29.55 rJ I n ry:;:i Ir I N oiiiil I W 1 j�NF:t:•:tl 1 W I ,xi C I ,2 [:•iii:[ 1 � / 1 /r.'•ar ��x Iy /w of..•i:•'Iq;n �'�'�`��' I ' •' I i k:;i rn m.9 1 SII 200 100 0 200 '"GR 1/2 IR WSOAP , GRAHAM &ASSOC� / i �/ •:::. 5 S I I i r•.t;•i•i�1e �4> N _ _ :iJ:iii•�, SCALE IN FEET N 88-0628--w _--352.14' ------------------ NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, SEE DETAIL "A" NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE P.O.B. CITY OF MUNOTON G.P.S. CONTROL MONUMENT NO. INTERSTATEHIGHWAY 30 ARDS AND C.P.S. CONTROL MONUMENT NO. AIT82. 1 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT I SITUATED IN THE JOHN SMITH SURVEY, ABSTRACT NO. 1446QF y THE M. G. ELKINS SURVEY, ABSTRACT NO. 502 5 o�srFRFo 9s AND THE �. . JOEL L. HALLUM SURVEY, ABSTRACT NO. 723 RICHARD627. Dv CITY OF FORT WORTH & CITY OF ARLINGTON " 5527 P:• TARRANT COUNTY, TEXAS 1 . PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 EASEMENT ACQUISITION AREA: 106,600 SQUARE FEET OR 2.447 ACRES RICHARD KEN NEW- 1 JOB N0. OI OB-1300 DRAWN BY: RK CADO FILE: 1300ESMT.OWG REGISTERED PROFESSIONAL LAND SU R 111 DATE: JANUARY 31, 2003 PAGE 5 OF 8 1 SCALE: 1` - 200' NO. 5527 GORRONDONA&ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " 1 PARCEL No. 2-PE u3S N � FNO 5/8'IR/ I to/`:i"::r:f:�i::4:•i:;:;:•iisi^i}:•ii:6:ii/ ��i w y" / 0 u I �:•:iri:::?iii:•iiiij�i}i:<•iiF:•:ici-•:c{•:!?•i>:i�::...1U 1 a t= � ( /4 ZZ :p;3 I I sct C h tii:4i:!y;>;:i�::•ir:3:•:iisi?'rii•1:•ii:•i:•1ici:•?i'ri.i.i?:.i3 /�:;..;::r::::. isi(•:isiiSi•::•ilii:}r:rtiiii:ii ::;ir:? I Zw v/.•..........:•:::c:?............:•'rii:•iii•i'r:•ili::•ii` / O / L•i::•i:•i•i::i•:i:•iiii?•i:•:•iir:•iii:•iiii:4:::•i:::::•:::i•:: 1 � [i?}isniiiiii•:;•}:•ii•:F:�i?:ir f:•i:i:•i??:•?:i;•?:;;•:?;� ZaF �;_ � �/ /w / I�N N p :•:.r L:ii.'iiiii`:;:iii;;•:::r:4: ;i•:tcik>:•iitc' I � •' O' f;;:;•�m// ... iiii?:ifii}ii:.`?��v I I �i� /!�_��^ry 1 {{ �F.::::• Eiir:•ii:•. N 0 DETAIL „B„ ; 219.321 TRACT / 19. 1 ACRE RACOF LAND 31 / /•' j/I °i U Il SEE DETAIL "B" LINKS AT WATERCHASE, LLC ` ,Q o ///��� I ''O"•'`ii..•/, z ••••DETAIL "C" VOLUME 13972, PAGE 344 D.R.T.C.T. (R- O V zz� / ,{`` 1•�;'..r:•iiiij I � 1 � F LINE TABLE J o LINE BEARING DISTANCE 0 0�C U�+`•+`" / 0 5 m� L-4 N 86'37'311Y 15.00 L-5 N 23.22'29"E 44.56 P L-6 N 21.52'48'E 39,54 (�� troy U3 ��:..%•i;, ♦�� ,jam-'+ L-7 S 66'07'12'E 15.00 �•/•`' � APPROXIMATE LOCATION I i;ate YO�;� ,� L-8 S 00'04'06'E 82.74 20.0'PERMANENT SAN NARY I levo Nrl L-9 S 21.52'4819 174.57 SEWER EASEMENT Do I.' •� "e �'"�'`i'%`� L-10 S 6W07'1 2"E 15.00 CITY OF FORT WORTH ;,•,•..no F:'i' VOLUME 9967,PAGE 606 mow A z L-11 S 21.52.481V 40.48 s ♦2 :;ii' o O.R.T.C.T. :• �� ♦ ..F.I I L-12 S 23.22'29'W 45.47 1•1 0� N 66'37'31'W 15.00 ♦ i /.•::}T I Irk ♦ ., !•`.•:'•7� 3 w L-14 S 03'52.5214 100.86 a / ♦ 3� sr L-15 N 86'07'OB'W 25.00 zo LAMAR BLVD EASEMENT AND RICHT-OF-WAY TRINITY RIVER 1IY OF TEXAS • VOLUME .R.T.323.PAGE 452 ! �, :;•:;• jpiiii::• z ``� 1 r::•i , v ''� PERMANENT SANITARY I ,1 fii;`t'ii:�l-taI� ^� _ SEWER EASEMENT 1106,6150 SOFT. OR 2.447 ACRES ----------------------- -- - •--------------------------------------- - 30.0' MHT-OF-WAY i !:?6ij - UNRED OASflPIPEUNE COMPANY I I•I..�,�V I N� Q VOLUME 5395,PAGE 771 I �!:':'rijm:0 O'-6 D.R.T.O.T• �C)> MATCH LINE "A" NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, CURVE TABLE NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE CURVE RADIUS DELTA CHORD BEARING CHORD ARC CITY OF ARLINGTON G.P.S. CONTROL MONUMENT NO. C-1 480.00 34'27'20" N 20.53'37'E 284.33 288.65 AR06 AND G.P.S. CONTROL MONUMENT NO. AR82. C-2 1 1410.00 51'06.41' N 47'11.45"E 1216.52 1257.81 C-3 I 1410.00 06'16.08' S 18.3O'201V 154.19 154.27 EXHIBIT SHOWING A PERMANENT SANITARY SEWER EASEMENT 1 SITUATED IN THE JOHN SMITH SURVEY, ABSTRACT NO. 1446 THE M. G. ELKINS SURVEY, ABSTRACT NO. 502 `' 1uT�HFo�s AND THE • ••• • RICHARD KENNEDY JOEL L. HALLUM SURVEY, ABSTRACT NO. 723 • A s5zi' CITY OF FORT WORTH & CITY OF ARLINGTON SS Q TARRANT COUNTY, TEXAS 1 �N� y0 PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 1 EASEMENT ACQUISITION AREA: 106 600 SQUARE FEET OR 2.447 ACRES RICHARD KEN JOB NO. 0108-1300 DRAWN BY: RK CADD FILE: 1300ESMT.DWG REGISTERED PROFESSIONAL LAND SUR OR JII DATE: JANUARY 31, 2003 PAGE 6 OF 6 SCALE: 1' _ 200' NO. 5527 GORRONDONA & ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH,TX, 76112 - 817-496-1424 FAX 817-496-1768 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT I STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT } THAT the City of Arlington, a municipal corporation of Tarrant County, Texas, hereinafter called Grantor, for and in consideration of ONE DOLLAR and other good and valuable 1 consideration paid by the City of Fort Worth,a municipal corporation of Tarrant County,Texas, I receipt of which is hereby acknowledged, does hereby grant, bargain and convey to said City of Fort Worth a temporary construction easement to be used as needed for construction; said construction easement will exclude areas on which there are major improvements and will become effective when construction commences on the property and shall cease upon the final acceptance of the construction project by the City of Fort Worth, and is to be upon and across that certain tract or parcel of land in Tarrant County,Texas,being described as follows: SEE ATTACHED EXHIBIT"A"AND 'B"INCORPORATED HEREIN BY l REFERENCE FOR ALL INTENTS AND PURPOSES , 1 TO HAVE AND TO HOLD the same perpetually unto the City of Fort Worth, its successors Iand assigns forever. 1 WITNESS our hands this day of ,20 I 1 1 I STATE OF TEXAS } COUNTY OF TARRANT } IBEFORE ME,the undersigned authority,on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to,me that he/she executed the same for the purposes I and consideration therein expressed. Given under my hand and seal of office this day of ,20 I I Notary Public in and for the State of Texas My commission expires on Page 1 of 7 J OORRONDONA&ASSOC..INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817.496-1768 SANITARY SEWER MAIN 244A PARCEL No.2-TE(PART ONE) VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 NW GREEN OAKS BOULEVARD l JOHN SMITH SURVEY,ABSTRACT NO.1446 JOEL L.HALLUM SURVEY,ABSTRACT NO.723 M.G.ELKINS SURVEY,ABSTRACT NO.502 EXHIBIT"A" Being a Temporary Construction Easement situated in the John Smith Survey,Abstract No. 1446 and the M. G. Elkins Survey, Abstract No. 502, City of Arlington, Tarrant County, Texas and being a portion of two tracts of land deeded to the City of Arlington as recorded in Volume I10541, Page 779 and Volume 12777, Page 227 of the Deed Records of Tarrant County, Texas, said Temporary Construction Easement being more particularly described by metes and bounds as follows: ICOMMENCING at a 1/2 inch iron rod with cap stamped"Graham&Assoc"found in the south line of Lot 1,Block 1 of The Academy at Waterchase,an addition to the City of Fort Worth and the City of Arlington, Tarrant County, Texas as recorded in Cabinet A, Slide 4691 of the Plat I Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Graham&Assoc" 1 also being in the north right-of-way line of Interstate Highway 30; THENCE South 88 degrees 06 minutes 28 seconds East,with the south line of said Lot 1 and with the north right-of--way line of said Interstate Highway 30,passing at a distance of 352.14 feet a 1/2 inch iron rod with cap stamped "Graham & Assoc" found for the southeast corner of said Lot 1 and for the southwest corner of said tract of land deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County, Texas, in all, a distance of 381.69 feet to the I POINT OF BEGINNING, said point being the southeast corner of a proposed Permanent Sanitary Sewer Easement; THENCE North 46 degrees 53 minutes 32 seconds East, with the east line of said proposed I Permanent Sanitary Sewer Easement,a distance of 118.22 feet to a point for corner; f THENCE North 14 degrees 30 minutes 52 seconds East, with the east line of said proposed Permanent Sanitary Sewer Easement,a distance of 205.94 feet to a point for corner; THENCE North 03 degrees 52 minutes 52 seconds East, with the east line of said proposed I Permanent Sanitary Sewer Easement,a distance of 1708.83 feet to a point for corner; THENCE South 86 degrees 07 minutes 08 seconds East, with the east line of said proposed 11 Permanent Sanitary Sewer Easement,a distance of 25.00 feet to a point for corner; I THENCE South 03 degrees 52 minutes 52 seconds West,a distance of 1711.15 feet to a point for corner; THENCE South 14 degrees 30 minutes 52 seconds West, a distance of 215.52 feet to a point Ifor corner; THENCE South 46 degrees 53 minutes 32 seconds West, a distance of 100.50 feet to a point for corner in the south line of said tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 227 of said Deed Records of Tarrant County, Texas,said point being in the north right-of-way line of said Interstate Highway 30; 1 Page 2 of 7 -� GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAni RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817-496-1768 I ISANITARY SEWER MAIN 244A PARCEL No.2-TE(PART ONE) VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 I NW GREEN OAKS BOULEVARD JOHN SMITH SURVEY,ABSTRACT NO.1446 M.G.ELKINS SURVEY,ABSTRACT NO.502 JOEL L.HALLUM SURVEY,ABSTRACT NO.723 I THENCE North 88 degrees 05 minutes 10 seconds West, with the south line of said tract of I land deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County,Texas and with the north right-of-way line of said Interstate Highway 30,a distance of 35.34 feet to the POINT OF BEGINNING and containing 50,752 square feet or 1.165 acres of land,more or less. INote: Basis of Bearing is the Texas Coordinate System,NAD 83 (93),North Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. Control Monument No.AR82. I 1 1 I l I Date:January 31,2003 OF. TFa Richard Kennedy Registered Professional Land Surveyor .FtICFIARD KENNEDY No. 5527 Page 3 of 7 9�t7 SJFiV���� IGORRONDONA&ASSOC.,14C. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496.1424 FAX 817.496-1768 SANITARY SEWER MAIN 244A PARCEL No.2-TE(PART TWO) VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 l NW GREEN OAKS BOULEVARD I JOEL L.HALLUM SURVEY,ABSTRACT NO.723 IEXHIBIT"A" Being a Temporary Construction Easement situated in the Joel L. Hallum Survey,Abstract No. 723,City of Arlington,Tarrant County,Texas and being a portion of a tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 225 of the Deed Records of Tarrant County, Texas, said Temporary Construction Easement being more particularly described by metes and bounds as follows: lCOMMENCING at a 5/8 inch iron rod found for the southeast corner of Lot 1 of the J. L. Hallum Addition, an addition to the City of Arlington, Tarrant County, Texas as recorded in Cabinet A, Slide 3509 of the Plat Records of Tarrant County,Texas,said 5/8 inch iron rod being I in the westerly right-of-way line of NW Green Oaks Boulevard(a 120.0'right-of-way), said 5/8 l inch iron rod also being the beginning of a non-tangent curve to left having a radius of 1410.00 feet, a central angle of 51 degrees 06 minutes 41 seconds and whose chord bears South 47 I degrees 11 minutes 45.seconds West, a distance of 1216.52 feet; THENCE with said non- tangent curve to left,with the southerly line of said Lot 1 and with the westerly right-of-way line of said NW Green Oaks Boulevard,an arc length of 1257.81 feet to a 1/2 inch iron rod with cap (unreadable)found for the southwest comer of said Lot 1, said 1/2 inch iron rod with cap being in the east line of said tract of land deeded to the City of Arlington; THENCE continuing with said non-tangent curve to left having a radius of 1410.00 feet and with the westerly right-of-way line of said NW Green Oaks Boulevard, through a central angle of 06 degrees 16 minutes 08 seconds and a chord bearing of South 18 degrees 30 minutes 20 seconds West,a chord distance I of 154.19 feet and an arc length of 154.27 feet to the POINT OF BEGINNING; JTHENCE continuing with said non-tangent curve to the left having a radius of 1410.00 feet and with the westerly right-of-way line of said NW Green Oaks Boulevard, through a I central angle of 06 degrees 06 minutes 56 seconds and a chord bearing of South 12 degrees 18 minutes 48 seconds West, a chord distance of 150.43 feet and an arc length of 150.50 feet to a point for corner; I THENCE South 21 degrees 52 minutes 48 seconds West,a distance of 66.82 feet to a point for corner; I THENCE South 23 degrees 22 minutes 29 seconds West, a distance of 159.51 feet to a point for corner in the south line of an Easement and Right-of-Way deeded to the Trinity River Authority of Texas as recorded in Volume 5389, Page 732 of said Deed Records of Tarrant County,Texas; ITHENCE South 41 degrees 27 minutes 51 seconds West, with the south line of said Easement and Right-of-Way, a distance of 45.49 feet to a point for corner in the west line of said tract of land deeded to the City of Arlington,said point being in the east line of a I tract of land deeded to the City of Arlington as recorded in Volume 10541,Page 779 J of said Deed Records of Tarrant County,Texas; THENCE North 00 degrees 03 minutes 24 seconds West,with the west line of said tract of land deeded to the City of Arlington as recorded in Volume 12777,Page 225 of said Deed Records of Tarrant County,Texas and with the west line of said tract of land deeded to the City of Arlington as recorded in Volume 10541, Page 779 of said Deed Records of Tarrant County,Texas,a distance of 27.34 feet to a point for comer in the east line of a proposed Permanent Sanitary Sewer Easement; THENCE North 23 degrees 22 minutes 29 seconds East, with the east line of said proposed IPermanent Sanitary Sewer Easement,a distance of 132.07 feet to a point for corner; Page 4 of 7 GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817496-1768 ISANITARY SEWER MAIN 244A PARCEL No.2-TE(PART TWO) VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 I NW GREEN OAKS BOULEVARD JOEL L.HALLUM SURVEY,ABSTRACT NO.723 I THENCE South 66 degrees 37 minutes 31 seconds East, with the east line of said proposed Permanent Sanitary Sewer Easement,a distance of 15.00 feet to a point for corner; I THENCE North 23 degrees 22 minutes 29 seconds East, with the east line of said proposed Permanent Sanitary Sewer Easement,a distance of 45.47 feet to a point for corner; THENCE North 21 degrees 52 minutes 48 seconds East, with the east line of said proposed Permanent Sanitary Sewer Easement,a distance of 40.46 feet to a point for corner; THENCE North 68 degrees 07 minutes 12 seconds West, with the east line of said proposed Permanent Sanitary Sewer Easement,a distance of 15.00 feet to a point for corner; ITHENCE North 21 degrees 52 minutes 48 seconds East, with the east line of said proposed Permanent Sanitary Sewer Easement, a distance of 174.57 feet to the POINT OF IBEGINNING and containing 6,656 square feet or 0.153 acres of land,more or less. Note: Basis of Bearing is the Texas Coordinate System,NAD 83 (93),North Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. Control Monument No.AR82. 1 1 I 1 1 _ Date:January 31,2003 Richard KennedyI Wil):•,itICFIAtiD KY Registered Professional Land Surveyor 5527 .•• _ No.5527 k— "N Page 5 of 7 Si1RV -I GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIlL RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817-496-1768 1 EXHIBIT "B " PARCEL No. 2—TE MATCH LINE "A" I Etl � E;EB zm I l u I l l I I 219.321 ACRE TRACT OF LAND LINKS AT WATERCHASE, LLCV I I ;;;�: I VOLUME 13972, PAGE 344 'U r4J D.R.T.C.T. —— i 1:1.1 'x• i� y`�a•� r•.:• I (1i Imo . I o y-4�� ,��.:....8:•.. SURVEY LINE :•i1.ci:•):;• ......liiry PROPOSED I IE v 3 —� a `� PERMANENT SANITARY I I ?{:(:;`:;.`.!V�, Eli > -v I F•:•i•::iiiiii '7! SEWER EASEMENT I I ? a n r I -- ----�-- vn.+�.;a.-•;k _;.---•--- cm �c tv oFFal]�or -- w L-4 —- I PASSING AT 352.14' A FND 1/2•IR W/CAP F, I i fa I "GRAHAM &ASSOC" J�J �DcrO i I E I o 1 I 1� 11 I 'm11oa,c Z I DETAIL "A' �\ �O" om EI I t;iE � �a 1 I I I E11iT ?ar I ,%1 I �h "L. I I 1 Ei1:9 1.2v rciaF I I ; 71 o�c 1 Pill,I E:i:l v� 25.0' 1 1I I 1 EE1E1 i h•'-i3 1 I I �O cn OO� LOT 1 o � _ ,oF�Q� Ro I I kIllik: r.W Y� I I I INf:::�l� Ip{"i3:u� 3wo.o6 1 I I o4�Ly� '�• � PO � I 1 ' F:1; G o•�� �E:n3 LINE TABLE F- �riip 1 f UNE BEARING DISTANCE a —1'�'I'_111 L-1 I N 46'53'32'E 1 118,22 �•-i F-d I I L'1Ei;i1 pZ I v! L-3 S 46'53'32W 1 10.50 Z 1i:�f i `�%i fUZ Y L-4 N 8805 tOVl 35.34 WDO 1;1 I Ri:'j �' / Q A0 i ;1 I i1:1 z � i I �' 1 j rEtj ppare I LJQ I aN E �n a2N I v 1 � I 1 �1EIEi) N• E"1I � " yN w5ww I 3 ''' 11 / 2 N(:•::TN^ .'S 1 I 2D0 a �I! 200 100 0 PASSING AT 352.14'A 1 I ESA fEi;/ y '40 FND /2-IR W/CAPj 'GRAHAM & ASSOC' ^ SCALE IN FEET SEE DETAIL A" 1 �''`�L-3 _*0— ' _ S 88'06'28"E 381.69' -�-�----- (PART ONE) NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, P.0.T E) P.0•B• CITY NAD OF ARLINGTON G.PSNORTH MCONTROL RAL ZONE. OONUMENT NO.ED ON (PART ONE) INTERSTATE HIGHWAY 30 ARDS AND G.P.S. CONTROL MONUMENT N0.AR82. EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THE JOHN SMITH SURVEY, ABSTRACT NO. 1446 ��QF Tyr THE Ej �131S7,gF'rfp M. G. ELKINS SURVEY, ABSTRACT NO. 502 Q 3a� .°,' AND THE .RICFIARD KENNEDY JOEL L. HALLUM SURVEY, ABSTRACT NO. 723 �o552i'...' ' CITY OF FORT WORTH & CITY OF ARLINGTON TARRANT COUNTY, TEXAS PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 \l I EASEMENT AC UIS11ION AREA: 57,408 SQUARE FEET OR 1.318 ACRES RICHARD KENNE Y JJ JOB NO. 0108-1300 DRAWN BY: RK CADD FILE: 1300ESMT.DWC REGISTERED PROFESSIONAL LAND SU OR DATE: JANUARY 31, 2003 PAGE 6 OF 7 SCALE: 1" - 200' NO. 5527 GORRONDONA&ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 • 817-496-1424 FAX 817-498-1768 EXHIBIT "B " PARCEL No. 2—TE i DETAIL "B" FND 5/8"IR Z i<rt':':t' I I�' '�;3Y�1 v°v`'�i�~ (PPiJZTOno• r Ai / @ , l f•::; 1 I I isa �04 i:•:;:•:::•::•:;:.�r� I I / (PART TWO P.0.B. 4 N/ PERMANENT ED PROPSSANITARY (D / ••.••..•'��_ i / SEWER EASEMENT ChM 1 -1 JSEE DETAIL "B" TEMPORARY CONSTRUCTION EASEMENT (PART TWO8,856 SQ.FT. OR 0.153 ACRS / > oW �°•H /�'•'r w LINE TABLE °dal- , �•'�// LINE BEARING DISTANCE L-2 S 86'07'08"E 25.00 W L-5 S 21'52'4814 68.82 _ P s F L-8, �S� L-6 S 23'22'291vIY 159.51 Q �o� /i �,!;' s�3 l-7 S 41'27'S1' 45.49 �•�'`` APPROXIMATELOCADON }'i.; > �/ wzQ L-8 N 00'03'24'W 27.34 PERNANENL L-9 N 23220290E 132.07 �. SEWER WENT F,3 L-10 S 66'37'31'E 15.00 LU OFF . WORTH 3 W i..r`d / �!//' VOLUME 9987,PAGE 606 ���? �i /�� 7 I zm L-11 N 23'22'29'E 45.47 O.R.T.C.T. =• / I ou L-12 N 21'S2'48'E 40.46 L-13 N 68'07 121N 15.00 w i .i /• / sw�a� L-14 N 21'52'48'E 174.57 LAMAR BLVD EASEMENT AND AUTHORITY TRINITY RIVER AUTHORITY OF TEXAS I VOLUME D.R.T.C.T. PAGE 452 D.R.T.C.T. Z -\ 219.321 ACRE TRACT OF LAND \� LINKS AT WATERCHASE, LLC VOLUME 13972, PAGE 344 D.R.T.C.T. 1 11 1 � X�l eeW -------------------------------------------------- L 1 •.,"f In Z f" v �� gyp• ------------------------------------------- S {ys}- I i a ti ]0G RICHT-OF-WAY I!!'' :•%J , NO UNITED CAS PIPELINE E771COMPANY I y N ;;•;•J• n I O N VOLUME 5395,PACE 771 �'•:�IO O D.R.T.C.T. II 1 h�1:.?•7•:N t2 TEMPORARY CONSTRUCTION I I "lF:a^c \� EASEMENT (PART ONE) z •••f y 50,752 SOFT. OR 1.185 ACRES MATCH LINE "A" NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, CURVE TABLE NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE CURVE RADIUS DELTA CHORD BEARING CHORD ARC CITY OF AARRLINGTON O.P.S. CONTROL MONUMENT N0. C-1 1410.00 51'06'41' S 4T11'45'W 1216.52 1257.81 AROB AND G.P.S. CONTROL MONUMENT NO.AR82. C-2 1410.00 06'16'08' S 18.30'2014 154.19 154.27 C-3 1 1410.00 06.06'56'1 S 12'18'4814 150.43 150.50 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THE JOHN SMITH SURVEY, ABSTRACT NO. 1446 OF TF TH M. G. ELKINS SURVEYS ABSTRACT N0. 502 5G1STfgF9� .. AND THE RICHARD KENNEDY. . .. ' JOEL L. HALLUM SURVEY, ABSTRACT NO. 723 . •"q'Sszi"'`" CITY OF FORT WORTH & CITY OF ARLINGTON TARRANT COUNTY, TEXAS ti0 s O PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 EASEMENT ACQUISITION AREA: 57 408 SQUARE FEET OR 1.318 ACRES RICHARD KENN JOB NO. 0108-1300 DRAWN BY: RK CARD FILE: 1300ESMT.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JANUARY 31, 2003 PAGE 7 OF 7 SCALE: I' = 200' N0. 5527 GORRONDONA &ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 • 817-496-1424 FAX 817-496-1768 1 CITY OF FORT WORTH PERMANENT SANITARY SEWER EASEMENT STATE OF TEXAS } KNOW ALL MEN BY THESE PRESENTS 1 COUNTY OF TARRANT } THAT, the City of Arlington, a municipal corporation of Tarrant County, Texas, hereinafter 1 called Grantor, for and in consideration of ONE DOLLAR and other good and valuable consideration paid by the City of Fort Worth,a municipal corporation of Tarrant County,Texas, receipt of which is hereby acknowledged,does hereby grant,bargain and convey to said City of Fort Worth the right to construct, reconstruct and perpetually maintain a sanitary sewer line l together with all necessary appurtenances thereto, and with the right and privilege at any and all Itimes to enter said premises, or any part thereof, as is necessary to the proper use of any other right granted herein and for the purposes of constructing, reconstructing and maintaining said sanitary sewer line and for making connections therewith,in,upon and across that certain tract or Iparcel of land in Tarrant County,Texas,being described as follows: SEE ATTACHED EXHIBIT"A"AND"B" INCORPORATED HEREIN BY REFERENCE FOR ALL INTENTS AND PURPOSES 1 TO HAVE AND TO HOLD the same perpetually unto the City of Fort Worth, its successors and assigns forever. I WITNESS our hands this day of ,20 1 l STATE OF TEXAS } COUNTY OF TARRANT } IBEFORE ME,the undersigned authority,on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes 1 and consideration therein expressed. 1 Given under my hand and seal of office this day of_ 120 lNotary Public in and for the State of Texas I My commission expires on J Page 1 of 3 GORRONDONA&ASSOC..INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496.1424 FAX 817-496-1768 1 SANITARY SEWER MAIN 244A PARCEL No.2B-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 l NW GREEN OAKS BOULEVARD I JOHN SMITH SURVEY,ABSTRACT NO.1446 1 EXHIBIT"A" I Being a Permanent Sanitary Sewer Easement situated in the John Smith Survey, Abstract No. 1 1446, City of Arlington, Tarrant County,Texas and being a portion of a tract of land deeded to the City of Arlington as recorded in Volume 12777, Page 227 of the Deed Records of Tarrant County, Texas, said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: 1 COMMENCING at a 1/2 inch iron rod with cap stamped "Graham & Assoc" found for the southwest corner of said tract of land deeded to the City of Arlington,said 1/2 inch iron rod with cap stamped"Graham&Assoc"being the southeast comer of Lot 1,Block 1 of The Academy at I Waterchase, an addition to the City of Fort Worth and the City of Arlington, Tarrant County, lTexas as recorded in Cabinet A, Slide 4691 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Graham &Assoc" also being in the north right-of-way line of Interstate Highway 30, from which a 1/2 inch iron rod with cap stamped "Graham &Assoc" found for corner in the south line of said Lot 1 bears North 88 degrees 06 minutes 28 seconds West, a distance of 352.14 feet;THENCE North 06 degrees 19 minutes 59 seconds East, with the west line of said tract of land deeded to the City of Arlington and with the east line of said Lot 1,a distance of 32.60 feet to the POINT OF BEGINNING; THENCE North 06 degrees 19 minutes 59 seconds East,with the west line of said tract of land deeded to the City of Arlington and with the east line of said Lot 1,a distance of 30.00 feet to a point for comer; THENCE South 83 degrees 40 minutes 01 seconds East,a distance of 17.77 feet to a point for comer in the west line of an Easement and Right-of-Way deeded to the Trinity River 1 Authority of Texas as recorded in Volume 5570, Page 289 of said Deed Records of Tarrant County,Texas, said point being the beginning of a non-tangent curve to the left having a radius of 748.56 feet, a central angle of 00 degrees 56 minutes 57 seconds and whose chord bears S 06 degrees 05 minutes 04 seconds West,a distance of 12.40 feet; THENCE with said non-tangent curve to the left and with the west line of said Easement and Right-of-Way deeded to the Trinity River Authority of Texas,an arc length of 12.40 feet to a point for corner; THENCE South 46 degrees 53 minutes 32 seconds West,a distance of 22.86 feet to a point for comer; THENCE North 88 degrees 06 minutes 28 seconds West,a distance of 2.97 feet to the POINT OF BEGINNING and containing 401 square feet or 0.009 acres of land, more or less. Note: Basis of Bearing is the Texas Coordinate System,NAD 83 (93),North Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. IControl Monument No.AR82. J Date:August 21,2003 l Richard Kennedy C,5. ��sTftiF gs I Registered Professional Land Surveyor ENNEDY No. 5527 RICHAR ' ..ti'65. . '' Page 2 of 3 9��SURv�yO GORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496.1424 FAX 817496-1768 EXHIBIT "B " PARCEL No. 2B—PE CURVE TABLE I CURVE I RADIUS I DELTA I CHORD BOYEARING CHORD ARC C-1 748.56 00'56'57' S OB' 04- 12.40 1 12.40 m n I i II I o� I I I 219.321 ACRE TRACT OF LANDI II LINKS AT WATERCHASE, LLC I II z r I 1 VOLUME 13972, PAGE 344 I '-' (_i I I 1 D.R.T.C.T. I O p NO SURVEY LINE I I zw L-31 - - --- I -- �-- Foy %x. - 1 11 o is a1_—_ P > sem~ I -+ crtv of Font YOU —--—-cmc-RLBHffox I -1' I 6' C/ t i a I L J c� -------/ II I z 1� - w DETAIL A" 1 \ 00 rc=ou ' I 0-0 Rt cj p L-41I LOT 1 0 Waw 1 1 1 + •;�P�0^'� W � • 1 I I ,��� h I 1 .`` 3Wo , ��,o F-: 1 ' %o c,o� /yO� LINE TABLE I U)r aL�I !: I I %���4, J 1 I �1 UNE BEARING I DISTANCE L-1 I N 06'19'S9'E 32.60 Z d `,• / .� ' L-3 S 83'40'09"E 1 17.77 L-4 I S 46'53'32"41 1 22.86 AV L-5 N 88'06'28"W 2.97 � • I } f h I PERMANENT SANITARY 1 ® ' 1 SEWER EASEMENT �� 1 ' ^ 1 401 SQ.FT. OR 0.009 ACRES `.J IIII �e� ZwI 200 100 0 200 y, �C SEE"DETAIL "A" I I I+ SCALE IN FEET 1 '�LN 88'O6'28"W 352.14'----- ---- ------------ FND 1/2"IR W/CAP ? NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, �7 0 G' NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE 'GRAHAM & ASSOC" CITY OF ARLINGTON C.P.S. CONTROL MONUMENT NO. AROB AND G.P.S. CONTROL MONUMENT N0. AR82. INTERSTATE HIGHWAY 30 1 EXHIBIT SHOWING A �OF l�Cj PERMANENT SANITARY SEWER EASEMENT F9 SITUATED IN THE 5•�,G RFa, I JOHN SMITH SURVEY, ABSTRACT N0, 1446flICHARD KENNEDY N CITY OF FORT WORTH & CITY OF ARLINGTON JJJ TARRANT COUNTY, TEXAS PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 EASEMENT ACQUISITION AREA: 401 SQUARE FEET OR 0.009 ACRES RICHARD JOB NO. 0108-1300 DRAWN BY: RK CA00 FlLE: 1300ESMT.DWG REGISTERED PROF LAND SURVEYOR DATE: AUGUST 21. 2003 PAGE 3 OF 3 SCALE: 1" a 200' NO. 5527 GORRONDONA &ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX. 76112 • 817-496-1424 FAX 817-496-1768 a 4 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date_ NAME OF PROJECT: Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector- Contract 1 ^ PROJECT NUMBER: P170-070170410020 IS TO CERTIFY THAT: S.J.Louis Construction of Texas.Ltd. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for lyLLa 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. 1' TYPE OF INSURANCE !.w Policy Effective Expires Limits of Liabilit Worker's Compensation J07.%0/o //- /•O'1 /I - - vs' So v ra Comprehensive General Bodily Injury: Liability Insurance(Public �� / Ur Ea.Occurrence: $ DO o GLot3o7zoo //--/-0y Liability) Property Damage: Ea.Occurrence: $ /000 Blasting & p „f07A0 0 /- -d y // - / - d.; Ea.Occurrence: $ / 00 Collapse of Building or structures adjacent to GLD�307 200 �/ �/-Oy //-/-Ol- Ea.Occurrence: $ 10 excavations �+ Damage to Underground Utilities GLD 930 7.200 // -/ dy /� / O� Ea.Occurrence: $4 DDO i Builder's Ris A /r, o ZI97 07Y1 //'/ -ay !/--/ -os- po iw Comprehensi e Bodi Inj SL Automobile Liability 1 Pe : $ G AI°p3o7.tr� l/- / -0y ,// / OS' Ea. c ence:$ Pr erty mage: ` a.Occurr e:$ a Bodily Injury: Contractual Liability G�0l307ZOf7 �/ - d Ea.Occurrence: $/, Oo p Property Damage: Ea.Occurrence: $ Other 44 Locations covered: L/Ji¢ Description of operations covered:_ 4// 4/0dr M /Je1 a Ao a-® The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or @� canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. ' Agency AGo/��/ G` Insurance Co.: �,' 1 AM Fort Worth Ajzent By ` Address Ae Title A7 ke 1 I CONTRACTOR COMPLIANCE WITH 1 WORKERS' COMPENSATION LAW l 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.3295 and City of Fort Worth Project Number P170-070170410020 S.J.Louis Construction of Texas,Ltd. CONTRACTOR By: 4 N �-- 1 Les V . Whitman , General Manager Title 05-WL- a005 I Date j STATE OF TEXAS § _ 1 COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared LPS • l I W known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to ind that he executed the same as the act and deed of S.J.Louis Construction of Texas,Ltd,the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2 ay of /n R 4 '.2005. ;P-ems: BECKY JONES NcFry Publi an or MY COMMISSION EXPIRES the State of Vxas pF December 19,2006 _1 l ,J _I l l I STATE OF TEXAS § COUNTY OF TARRANT § IPERMANENT SANITARY SEWER EASEMENT DATE:December 22,2003 GRANTOR:Dorcas E.Benson GRANTOR'S MAILING ADDRESS:4012 Fairway Court Arlington,Texas 76016 i 'GRANTEE:The City of Fort Worth I GRANTEE'S MAILING ADDRESS: 1000 Throckmorton Street Fort Worth,Texas 76102 1 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: (See Attached Exhibits"A"and"B") GRANTOR, for the CONSIDERATION paid to GRANTOR, hereby grants, sells, and conveys to GRANTEE, its successors and assigns,an exclusive, perpetual easement for the construction,operation, 1 maintenance, replacement, upgrade, repair and removal of a utility,line in, upon under and across that portion of the PROPERTY more fully described in Exhibit"A"attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all purposes,together with the right and privilege at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, repairing and removing said utility line, and making connections therewith. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND I FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same,or any part thereof. I GRANTOR: Dorcas E.Benson ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day I personally appeared , know to me to be the same person whose name is subscribed to the foregoing Instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 1 Notary Public in and for the State of Texas Page 1 of 3 J GORRON DONA&ASSOC..MC. 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817496-1424 FAX 817496-1768 1 SANITARY SEWER MAIN 244A PARCEL No.3-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 2831 EAST FREEWAY LOT 1,BLOCK 1 THE ACADEMY AT WATERCHASE EXHIBIT"A" Being a Permanent Sanitary Sewer Easement out of Lot 1, Block 1 of The Academy at Waterchase, an addition to the City of Fort Worth and the City of Arlington, Tarrant County, Texas as recorded in Cabinet A, Slide 4691 of the Plat Records of Tarrant County,Texas, said Lot 1 being deeded to Dorcas E. Benson as recorded in Volume 17330, Page 119 of the Deed Records of Tarrant County, Texas, said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod with cap stamped "GRAHAM & ASSOC" found for the i southeast corner of said Lot 11 said 1/2 inch iron rod with cap stamped "GRAHAM&ASSOC" lbeing the southwest comer of a tract of land deeded to the City of Arlington as recorded in Volume 12777,Page 227 of said Deed Records of Tarrant County,Texas,said 1/2 inch iron rod with cap stamped "GRAHAM &ASSOC" also being in the north right-of-way line of Interstate Highway 30; THENCE North 88 degrees 06 minutes 28 seconds West,with the south line of said Lot 1 and 1 with the north right-of-way line of said Interstate Highway 30, a distance of 164.76 feet to a point for comer, from which a 1/2 inch iron rod with cap stamped "GRAHAM&ASSOC"found for comer in the south line of said Lot 1 bears North 88 degrees 06 minutes 28 seconds West,a distance of 187.38 feet; ITHENCE North 46 degrees 54 minutes 53 seconds East, a distance of 45.98 feet to a point for comer; THENCE South 88 degrees 06 minutes 28 seconds East,a distance of 134.76 feet to a point for corner in the east line of said Lot 1 and in the west line of said tract of land deeded to the City of Arlington; 1 THENCE South 06 degrees 19 minutes 59 seconds West, with the east line of said Lot 1 and f with the west line of said tract of land deeded to the City of Arlington, a distance of 32.60 feet to the POINT OF BEGINNING, and containing 4,867 square feet or 0.112 acres of land,more or less. Note: Basis of Bearing is the Texas Coordinate System,NAD 83 (93),North Central Zone, based on the City of Arlington G.P.S. Control Monument No. AR06 and G.P.S. IControl Monument No.AR82. I I _ Date:December 22,2003 �P�E'QrElFr9 Richard Kennedy Registered Professional Land Surveyor 1 RICHLWJ DY. No. 5527Esc o Page 2 of 3 asp SURV�Y� I QQ,q� OORRONDONA&ASSOC.,INC. 6707 BRENTWOOD STAIR RD. SUrrE 50 FORT WORTH.TEXAS 76112 817496-1424 FAX 817496-1768 EXHIBIT B 99 1 PARCEL No. 3—PE I' QTY OF FORT WORTH __ _-- CITY OF ARLINGTON FND 1/2'IR W/CAP 1•, STAMPED "GRAHAM &ASSOC" LINE TABLE LINE BEARING I DISTANCE L-1 N 88'06'28'V 1 164.76 1 Z I 75.0' EASEMENT& RIGHT-OF-WAY L-2 N 46'54'53"E 45.98 TEXAS ELECTRIC SERVICE COMPANY ml VOLUME 5009, PAGE 577 L-3 S 88'06'28"E 134.76 D.R.i.C.T. ml, L-4 S 06'19'59"W 32.60 LOT 1 1 Wall 1i o" DORCAS E. BENSON VOLUME 17330, PAGE 119 D.R.T.C.T. \ rn "r THE ACADEMY AT WATERCHASE I i�';� CABINET A, SLIDE 4691 •, t + P.R.T.C.T. 1 PERMANENT SANITARY Il .r,'i;r5 SEWER EASEMENT rn 4 r 4,867 SQ.FT. OR 0.112 ACRES 1=-�I m l'L-4 N I 11 �- -------------- ------- w I� EASEMENT AND RIGHT-OF-WAY O , TRINITY RIVER AUTHORITY OF TEXAS II VOLUME 5570, PAGE 289 - I O,R.T.C.T. I; PERMANENT WATER TRANSMISSION I LINE EASEMENT CITY OF FORT WORTH VOLUME 6938, PAGE 2340 II D.R.T.C.T. I; ELECTRIC EASEMENT I'' VOLUME 3183, PAGE 616 CITY OF ARLINGTON VOLUME 5070, PAGE 234 VOLUME 12777, PAGE 227 D.R.T.C.T. D.R.T.C.T. II II 100 50 0 100 NI� GREEN O/� 1 SCALE IN FEET AKS ,90U l NOTE: BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM, LEVgRb NAD 83 (93), NORTH CENTRAL ZONE, BASED ON THE CITY OF ARLINGTON G.P.S. CONTROL MONUMENT NO. I AR06 AND C.P.S. CONTROL MONUMENT NO. AR82. EXHIBIT SHOWING _ A PERMANENT SANITARY SEWER EASEMENT BEING A PORTION OF I LOT 1 , BLOCK 1 F t, THE ACADEMY AT WATERCHASE 7`�G1STEq�Q 9�T AN ADDITION TO THE .• .., CITY OF FORT WORTH, TARRANT COUNTY, TEXAS RI'kh'6 I(ENNEDY RECORDED IN CABINET A, SLIDE 4691 . .. Q 52' I OF THE if PLAT RECORDS OF TARRANT COUNTY, TEXAS c G•,• Q PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR I DOE No. 3295 Pyr ti y0 EASEMENT ACQUISITION AREA: 4,867 SQUARE FEET OR 0.112 ACRES RICHARDI JOB NO. 0108-1300 1 DRAWN BY: RK CARD FILE: 13O0ESMT.DWG REGISTERED PROFS IONAL LAND SUR OR DATE: DECEMBER 22, 2003 PAGE 3 OF 3 SCALE I" - 100' NO. 5527 L.GORR DNA&ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH,TX. 78112 817-496-1424 FAX 817-496-1768 CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER MAIN M-244A VILLAGE CREEK PARALLEL COLLECTOR IDOE 3295 IPERMITS LIST IPermit Contract Fort Worth Floodplain Development Permit 1, 2, 3, 4 Corp of Engineer Permit 12 1,2, 3, 4 ITRA (pending) 1, 3, 4 IUnion Pacific Railroad 3 _ I IREPORT LIST IName Contract Geotechnical Investigation 1, 2, 3, 4 I I l l 1 l -I G:\200\01884\Specs\100%Final\permit report index.doc PLEASE TYPE APPLICATION FOR Date October 30, 2002 Permit No. FLOODPLAIN DEVELOPMENT PERMIT FP-02-198—FP Office Use Only Name of Owner or Applicant City of Fort Worth -Water Department& Telephone No.817-871-7949 proved Ap Approved X Department of Engineering (City Contact-Gopal Sahu, P.E.) w th Nearest Stream Denied" Conditions' Address of owner 1000 Throckmorton, Fort Worth, TX 76102 Village Creek 1 Date Ind 1/4/Obate Out: 11-17103 Location of Perrrit Area(Address or Legal Description) West of Village Creek(along the Fort Worth-Arlington City Limit Line)from US180 to the Village processed By.CindyRobinson Creek Wastewater Treatment Plant. Filling Dredging or Mining Utility Construction PURPOSE OF REQUEST: Excavation 9 g Building Permit Gradin Paving Drilling Operations Other BRIEF DESCRIPTION OF PROPOSAL(Attach separate sheet if needed) Construction of 72"- 90" relief sanitary sewer line for existing sanitary sewer -244. The alignment will be approximately 22,693 feet in length and includes 47 manhole/junction boxes.With the exception of the 5 ft diameter sanitary sewer manhole/junction box access locations, which will stand approximately 2 feet above existing ground, the ground surface will be restored to pre- construction conditions (D.O.E. No. 3295, Sewer Project No. P170-070170410020). COMPLETE APPLICABLE QUESTIONS: 2. Regulatory flood elev. NIA Not available. Total drainage area of watercourse 188 square rriles acres. 9 ry O No a Is site subject to looding? Yes No I 3. Has site previously flooded? Yes l 5. Is safe access available during times offlood? Yes No Unknovm 6. Is theP roposal within the designated AYesoodway? No Unknown t J7. Have all necessary prior approval permits been obtained tom federal,state or local governmental agencies? None Required 1111 Yes No (If no,explain:if yes,provide copies of approval Ieners or permits.) �ttached U.S Fish &Wildlife letter, Texas Historical Commission letter and NWP#12 ATTACH THE FOLLOWING IF APPLICABLE: 1. Two(2)sets scale drawings showing location,dime^cions,elevations ofexisting and proposed topographic alterations,listing and proposed structures, location relative to tioodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. I 3. Supporting hydraulic calculations,reports,etc.,used as a basis 6r proposed improvements. 1 4. Lowest floor elevation(including basement)of all proposed structures. 1111 5. Elevation to which any non-residential structure shall be food proofed. hitect that food proofing criteria are met as set brth in Section 7-347,Sub-Section b,Odinance No. 6. Certification by registered professional engineer or arc 11998. Info. Not CURING THE OCCURRENCE OFA 100-YEAR FREQUENCY FLOOD WILL THE Yes No Available OPOSAL: X 1. Reduce capacity of channelslfloodwa s/watercourse in floodplain area? X 2. Measurably increase flood flows/hei htsldama eon off-site properties? X 3. Individually or combined with other existing or anticipated development expose adjacent properties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of X floodplain soils on subject prol5erty or adjacent property upstream/downstream? X Encroach on floodway causing increase in flood levels? X 6. Provide compensatory storage for any measurable loss of flood storage capacity? I FLOODPLAIN DEVELOPMENT PERMIT jThe City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or,,the provisions of City Ordinance No. 11998 may be superseded by other•provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to, City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the -mation contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I I .sess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Al3plicant or Authorized Agent Craig Bond, P.E., TranSystems Corporation Consultants, Inc., 817-339-8950 l OFFICE USE ONLY 1 FLOODPLAIN AREA DEFINED BY: X FEMA COE FLOOD STUDIES HIGH WATER MARKS OTHER I FEMA INS.ZONE AE FEMA MAP N0.48439C0318,319, FLOOD ELEV. GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" *1. Construction must follow the approved plan l2. Ground surface must be returned to original contours l -1 DEPARTMENT OF TH:E ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. O. BOX 17300 FORT WORTH, TEXAS 76102-0300 i REPLY TO IATTENTION OF- January 16, 2003 i Planning, Environmental, and Regulatory Division I Regulatory Branch ISUBJECT: Project Number 200200069 Mr. Kent Lunski, P.E. Project Engineer TranSystems Corporation Consultants 1 500 West 7th Street, Suite 600 Fort Worth, Texas 76102-4773 Dear Mr. Lunski: Thank you for your initial letter of January 15, 2002, and subsequent submittals concerning I the proposed construction of the City of Fort Worth M-244-A Sanitary Sewer Relief from US 180 to the Village Creek Wastewater Treatment Plant in Fort Worth, Tarrant County, Texas. This project has been assigned Project Number 200200069. Please include this number in all future correspondence concerning this project. Failure to reference the project number may result in a delay. 1 We have reviewed this project in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U. S. Army Corps of I Engineers (USACE) regulates the discharge of dredged and fill material into waters of the United States, including wetlands. Our responsibility under Section 10 is to regulate any work in, or affecting, navigable waters of the United States. Based on your description of the proposed I work, and other information available to us, we have determined that this project will not involve activities subject to the requirements of Section 10. However, this project will involve activities subject to the requirements of Section 404. Therefore, it will require Department of the Army authorization. It appears that this.project is authorized by nationwide permit 12 for Utility Line Activities. ITo use this permit, the person responsible for the project must ensure that the work is in compliance with the specifications and conditions listed on the enclosures. Also, if the work I occurs on Indian Country/Indian Tribal lands, the person responsible for the project must obtain l an individual water quality certification or waiver from the U. S. Environmental Protection Agency, Attention: Marine and Wetlands Section (6WQ-EM), 1445 Ross Avenue, Dallas, Texas 75202, telephone (214)665-6680. Failure to comply with these specifications and conditions invalidates the authorization and may result in a violation of the Clean Water Act. -I - 2 — l Our verification for the construction of this activity under this nationwide permit is valid until March 18, 2007, unless prior to that date the nationwide permit is suspended or revoked, or modified such that the activity would no longer comply with the terms and conditions of the nationwide permit on a regional or national basis. The USACE will issue a public notice announcing the changes when they occur. Furthermore, if you commence, or are under contract to commence, this activity before the date that this nationwide permit is modified or revoked, you will have twelve months from the date of the modification or revocation to complete the activity 1 under the present terms and conditions of the nationwide permit. Continued confirmation that an activity complies with the specifications and conditions, and any changes to the nationwide permit, is the responsibility of the permittee. 1 Our review of this project also addressed its effects on endangered species. Based on the I information provided, we have determined that this project will not affect any species listed as threatened or endangered by the U.S. Fish and Wildlife Service within our permit area. However, please note that you are responsible for meeting the requirements of general condition 1 11 on endangered species. 1 The permittee must sign and submit to us the enclosed certification that the work, including 1 any required mitigation, was completed in compliance with the nationwide permit. You should submit your certification within 30 days of the completion of work. . IThis permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of private rights, or any linfringement of federal, state, or local laws or regulations. Thank you for your interest in our nation's water resources. If you have any questions concerning our regulatory program,please contact Mr. David Madden at the address above or telephone (817)886-1741. If you would like more information about our nationwide permit I program, please contact us and we will furnish you with a copy of the nationwide permit 1 regulations. Sincerely, '2' , 1 _ Wayne A. Lea I Chief, Regulatory Branch lEnclosures 1 NATIONWIDE PERMIT 12 Utility Line Activities : 1 Effective Date: March 18,2002 Activities required for the construction, maintenance and repair of utility lines and associated facilities in waters of the US as follows: (i)Utility lines: The construction, maintenance, or repair of utility lines,including outfall and intake structures and the associated excavation,backfill, or bedding for the utility lines, in all waters of the US,provided there is no I change in preconstruction contours. A"utility line"is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance,for any purpose,and any cable,line,or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and radio and television communication (see Note 1, below). Material resulting from trench excavation may be temporarily sidecast(up to three months) into waters of the US,provided that the material is not placed in such a manner that 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 US(e.g., backfilling with extensive gravel layers, creating a french drain effect).For example,utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the US through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately upon completion of the 1 utility line crossing of each waterbody. 1 (ii)Utility line substations: The construction, maintenance,or expansion of a substation facility associated with a power line or utility line in non-tidal waters of the US, excluding non-tidal wetlands adjacent to tidal waters, provided the activity does not result in the loss of greater than 1/2-acre of non-tidal waters of the US. (iii)Foundations for overhead utility line towers,poles, and anchors:The construction or maintenance of foundations for overhead utility line towers,poles, and anchors in all waters of the US,provided the foundations are the minimum size necessary and separate footings for each tower leg(rather than a larger single pad)are used where feasible. (iv)Access roads: The construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the US,excluding non-tidal 1 wetlands adjacent to tidal waters, provided the discharges do not cause the loss of greater than 1/2-acre of non-tidal J waters of the US. Access roads shall be the minimum width necessary(see Note 2,below). Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the US and as near as possible I to preconstruction contours and elevations(e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above preconstruction contours and elevations in waters of the US must be properly bridged or culverted to maintain surface flows. The term "utility line" does not include activities which drain a water of the US,such as drainage tile, or french drains; however, it does apply to pipes conveying drainage from another area. For the purposes of this NWP, the loss of waters of the US includes the filled area plus waters of the US that are adversely affected by flooding, excavation, or drainage as a result of the project. Activities authorized by paragraph(i)through (iv)may not I exceed a total of 1/2-acre loss of waters of the US. Waters of the US temporarily affected by filling,flooding, excavation, or drainage, where the project area is restored to preconstruction contours and elevation, is not included in the calculation of permanent loss of waters of the US. This includes temporary construction mats(e.g., timber, steel, geotextile)used during construction and removed upon completion of the work. Where certain functions and values of waters of the US are permanently adversely affected, such as the conversion of a forested wetland to a herbaceous wetland in the permanently maintained utility line right-of-way, mitigation will be required to reduce the adverse effects of the project to the minimal level. Mechanized land clearing necessary for the construction, maintenance, or repair of utility lines and the construction, maintenance and expansion of utility line substations,foundations for overhead utility lines, and access roads is authorized, provided the cleared area is kept to the minimum necessary and preconstruction I contours are maintained as near as possible. The area of waters of the US that is filled, excavated, or flooded must be limited to the minimum necessary to 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 US even if there is no associated discharge of dredged or fill material (See 33 CFR part 322). Notification:The permittee must notify the District Engineer in accordance with General Condition 13,if any of the following criteria are met: (a)Mechanized land clearing in a forested wetland for the utility line right-of-way; (b)A Section 10 permit is required; (c)The utility line in waters of the US,excluding overhead lines,exceeds 500 feet; (d)The utility line is placed within a jurisdictional area(i.e.,water of the US), and it runs parallel to a stream bed that is within that jurisdictional area; (e)Discharges associated with the construction of utility line substations that result in the loss of greater than 1/10- acre of waters of the US; (f)Permanent access roads constructed above grade in waters of the US for a distance of more than 500 feet; or (g)Permanent access roads constructed in waters of the US with impervious materials.(Sections 10 and 404) Note 1:Overhead utility lines constructed over Section 10 waters and utility lines that are routed in or under Section-10 waters without a discharge of dredged or fill material require a Section 10 permit;except for pipes or pipelines used to transport gaseous, liquid, liquescent,or slung substances over navigable waters of the US,which are considered to be bridges,not utility lines,and may require a permit from the USCG pursuant to section 9 of the Rivers and Harbors Act of 1899.However, any discharges of dredged or fill material associated with such pipelines will require a Corps permit under Section 404. Note 2:Access roads used for both construction and maintenance may be authorized,provided they meet the terms and conditions of this NWP.Access roads used solely for construction of the utility line must be removed upon completion of the work and the area restored to preconstruction contours,elevations,and wetland conditions. Temporary access roads for construction may be authorized by NWP 33. Note 3:Where the proposed utility line is constructed or installed in navigable waters of the US(i.e.,Section 10 waters), copies of the PCN and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration(NOAA),National Ocean Service(NOS), for charting the utility line to protect navigation. NATIONWIDE PERMIT GENERAL CONDITIONS The following General Conditions must be followed in order for any authorization by an NWP to be valid: 1. Navigation.No activity may cause more than a minimal adverse effect on navigation. 2. Proper Maintenance. Any structure or fill authorized shall be properly maintained, including maintenance to ensure public safety. 3. Soil Erosion and Sediment Controls.Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 4. Aquatic Life Movements.No activity may substantially disrupt the necessary life-cycle movements of those species of aquatic life indigenous to the waterbody,including those species that 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. Equipment. Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. 6. Regional and Case-By-Case Conditions.The activity must comply with any regional conditions that may have 2 been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state or tribe in its Section 401 Water Quality Ceri fication and Coastal Zone Management Act consistency determination. Note: Statewide Regional Conditions have been added for activities within Texas. 7.Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation,or study status.Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management, U.S.Fish and Wildlife Service). 8.Tribal Rights.No activity or its operation may impair reserved tribal rights, including,but not limited to, p reserved water rights and treaty fishing and hunting rights. N9. 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 water quality management measures, the permittee must provide water quality management measures that will ensure that the authorized work does not result in more than minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where applicable,will ensure no more than minimal adverse effect on water quality).An important component of water quality management includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality(refer to General Condition 21 for stormwater management requirements).Another important component of water quality management is the establishment and maintenance of vegetated buffers next to open waters, including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality.While appropriate measures must be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require monitoring. 10. Coastal Zone Management. In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11.Endangered Species. (a)No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act(ESA), or which will destroy or adversely modify the critical habitat of such species.Non-federal permittees shall notify 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 ESA have been satisfied and that the activity is authorized.For activities that may affect Federally-listed endangered or threatened species or designated critical habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work.As a result of formal or informal consultation with the FWS or NMFS the District Engineer may add species- specific regional endangered species conditions to the NWPs. (b)Authorization of an activity by a NWP does not authorize the "take"of a threatened or endangered species as defined under the ESA. In the absence of separate authorization(e.g., an ESA Section 10 Permit, a Biological Opinion with"incidental take"provisions,etc.)from the USFWS or the NMFS,both lethal and non-lethal "takes"of protected species are in violation of the ESA.Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide web pages at http://www.fws.gov/r9endspp/endspp.htnl and http://www.nmfs.noaa.gov/prot_res/overview/es.html respectively. 3 12.Historic Properties.No activity which may affect historic properties listed,or eligible for listing,in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C.The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places, and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized.Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)).For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places, the notification must state which historic property 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 preconstruction notification(PCN)as early as possible.The District Engineer must determine if the notification is complete within 30 days of the date of receipt and can request additional information necessary to make the PCN complete only once.However,if the prospective permittee does not provide all of the requested information,then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN review process will not commence until all of the requested information has been received by the District Engineer.The prospective permittee shall not begin the activity: 1 (1)Until notified in writing by the District Engineer that the activity may proceed under the NWP with any special conditions imposed by the District or Division Engineer;or (2)If notified in writing by the District or Division Engineer that an Individual Permit is required; or (3)Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. Subsequently,the permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b)Contents of Notification:The notification must be in writing and include the following information: (1)Name,address and telephone numbers of the prospective permittee; (2)Location of the proposed project; (3)Brief description of the proposed project;the project's purpose;direct and indirect adverse environmental effects the project would cause;any other NWP(s),Regional General Permit(s), or Individual Permit(s)used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP(Sketches usually clarify the project and when provided result in a quicker decision.); (4)For NWPs 7, 12, 14, 18,21,34;38, 39,40,41,42,and 43, the PCN must also include a delineation of affected special aquatic sites, including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,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 design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed; (6)For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of the US will be minimized to the maximum extent practicable; (7)For NWP 21 (Surface Coal Mining Activities), the PCN must include an Office of Surface Mining(OSM)or state-approved mitigation plan,if applicable.To be authorized by this NWP,the District Engineer must determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in writing; (8)For NWP 27(Stream and Wetland Restoration Activities), the PCN must include documentation of the prior condition of the site that will be reverted by the permittee; (9)For NWP 29(Single-Family Housing),the PCN must also include: (i)Any past use of this NWP by the Individual Permittee and/or the permittee's spouse; 4 (ii)A statement that the single-family housing activity is for a personal residence of the permittee; (iii)A description of the entire parcel, including its size,and a delineation of wetlands.For the purpose of this lNWP,parcels of land measuring 1/4-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 1/4-acre in size, 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 Facilities),the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)maintenance plan. In addition,the PCN must include all of the following: (i)Sufficient baseline information identifying the approved channel depths and configurations and existing facilities.Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii)A delineation of any affected special aquatic sites,including wetlands;and, (iii)Location of the dredged material disposal site; (11)For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12)For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; (13)For NWP 39 and NWP 42, the PCN must include a compensatory mitigation proposal to offset losses of waters of the US or justification explaining why compensatory mitigation should not be required.For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed, to be authorized,the District Engineer must deter►ine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; (14)For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to offset losses of waters of the US.This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless, for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this.criterion in writing,and the District Engineer has determined that the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the aquatic environment are minimal,both individually and cumulatively; (15)For NWP 43 (Stormwater Management Facilities),the PCN must include, for the construction of new stormwater management facilities, a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively,and waive the limitation on stream impacts in writing before the permittee may proceed; (16)For NWP 44(Mining Activities),the PCN must include a description of all waters of the US adversely affected by the project, a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate 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; and (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. (c)Form of Notification:The standard Individual Permit application form(Form ENG 4345)may be used as the 5 notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)-(18) of General Condition 13.A letter containing the requisite information may also be used. (d)District Engineer's Decision: In reviewing the PCN for the proposed activity,the District Engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest.The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the process.The District Engineer will consider any proposed 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, after considering mitigation,the District Engineer will notify the permittee and include any conditions the District Engineer deems necessary.The District Engineer must approve any compensatory mitigation proposal before the permittee commences work.If the prospective permittee is required to submit a Icompensatory 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.The response l will state that the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the adverse effects of the proposed work are more than minimal, then the District Engineer will notify the applicant either: (1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an Individual Permit;(2)that the project is authorized under the NWP subject to the applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the I NWP with specific modifications or conditions.Where the District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period.The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level. When conceptual mitigation is included,or a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer has approved a specific mitigation plan. (e)Agency Coordination:The District Engineer will consider 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 environmental effects to a minimal level. For activities requiring notification to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US, the District Engineer will provide immediately(e.g.,via facsimile transmission,overnight mail, or other expeditious manner)a copy to the appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic Preservation Officer(SHPO),and,if appropriate, the NMFS). With the exception of NWP 37,these agencies will then have 10 calendar days from 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 NMFS 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)Wetland Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size).The permittee may ask the Corps to delineate the special aquatic site.There may be some delay if the Corps does the delineation. 6 1 _ r Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14.Compliance Certification.Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation.The certification will be forwarded by the Corps with the authorization letter and will include: (a)A statement that the authorized work was done in accordance with the Corps authorization,including any general or specific conditions; (b)A statement that any required mitigation was completed in accordance with the permit conditions; and (c)The signature of the pem-dttee certifying the completion of the work and mitigation. 15.Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is l prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the US for the total project cannot exceed 1/3-acre). 16.Water Supply Intakes.No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17.Shellfish Beds.No activity, including structures and work in navigable waters of the US or discharges of f 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 US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA). 19.Mitigation.The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a)The project must be designed and constructed to avoid and minimize adverse effects to waters of the US to the maximum extent practicable at the project site(i.e.,on site). (b)Mitigation in all its forms(avoiding,minimizing,rectifying,reducing or compensating)will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland impacts requiring a PCN,unless the District Engineer deternvnes in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with preservation used only in exceptional circumstances. (d)Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not bP used to increase the acreage losses allowed by the acreage limits of some of the NWPs.For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39 verification. However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to the minimum impact level in order to meet the minimal impact requirement associated with NWPs. (e)To be practicable,the mitigation must be available and capable of being done considering costs,existing technology, and logistics in light of the overall project purposes.Examples of mitigation that may be appropriate and practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and values by creating,restoring,enhancing, or preserving similar functions and values,preferably in the same 7 watershed. (0 Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment,maintenance,and legal protection(e.g.,easements, deed restrictions)of vegetated buffers to open waters.In many cases,vegetated buffers will be the only compensatory mitigation required. N Vegetated buffers should consist of native species.The width of the vegetated buffers required will address N documented water quality or aquatic habitat loss concerns.Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site, the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation) based on what is best for the aquatic environment on a watershed basis.In cases where vegetated buffers are determined to be the most appropriate form of compensatory mitigation,the District Engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland impacts. (g)Compensatory mitigation proposals submitted with the "notification"may be either conceptual or detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters of the US. (h)Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation.In all cases that require compensatory mitigation, the mitigation provisions will specify the I party responsible for accomplishing and/or complying with the mitigation plan. 20. Spawning Areas.Activities, including structures and work in navigable waters of the US or discharges of dredged or fill material, in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction(e.g.,excavate,fill, or smother downstream by substantial turbidity)of an important spawning area are not authorized. 1 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 provide for not increasing water flows from the project site, relocating water,or redirecting water flow beyond preconstruction conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site,unless the activity is part of a larger system designed to manage water flows. In most cases, it will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterflows.While appropriate measures must be taken,it is not necessary to conduct detailed studies to identify such measures or require monitoring to ensure their effectiveness.Normally,the Corps will defer to state and local authorities regarding management of water flow. 22.Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to the maximum extent practicable.This includes structures and work in navigable waters of the US,or discharges of dredged or fill material. 23. Waterfowl Breeding Areas.Activities, including structures and work in navigable waters of the US or discharges of dredged or fill material, into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 24. Removal of Temporary Fills.Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 8 25. Designated Critical Resource Waters.Critical resource waters include,NOAH-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 US are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within, or directly affecting,critical resource waters,including wetlands adjacent to such waters.Discharges of dredged or fill materials into waters of the US may be authorized by the above NWPs in 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 11 and the USFWS or the NMFS 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 it is determined that the impacts to the critical resource waters will be no more than minimal. I26. Fills Within 100-Year Floodplains.For purposes of this General Condition, 100-year floodplains will be identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or FEMA-approved local floodplain maps. (a)Discharges in Floodplain;Below Headwaters.Discharges of dredged or fill material into waters of the US within the mapped 100-year floodplain,below headwaters(i.e. five cfs),resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,43,and 4.4. (b)Discharges in Floodway;Above Headwaters.Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42,and 44. (c)The permittee must comply with any applicable FEMA-approved state or local floodplain management requirements. 27. Construction Period. For activities that have not been verified by the Comps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 12-months after such date(including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period, the work must be completed by the date determined by the Corps. For projects that have been verified by the Corps,an extension of a Corps approved completion date maybe requested.This request must be submitted at least one month before the previously approved completion date. FURTHER INFOR►ti1ATION 1.District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations required by law. 3.NWPs do not grant any property rights or exclusive privileges. 4.NWPs do not authorize any injury to the property or rights of others. 5.NWPs do not authorize interference with any existing or proposed Federal project. DEFINITIONS Best Management Practices(BMPs): BMPs are policies,practices,procedures,or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are 9 categorized as structural or non-structural.A BMP policy may affect the limits on a development. Compensatory Mitigation: For purposes of Section 10/404,compensatory mitigation is the restoration,creation, enhancement,or in exceptional circumstances,preservation of wetlands and/or other aquatic resources for the purpose of compensating for unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Creation:The establishment of a wetland or other aquatic resource where one did not formerly exist. Enhancement:Activities conducted in existing wetlands or other aquatic resources that increase one or more aquatic functions. Ephemeral Stream:An ephemeral stream has flowing water only during and for a short duration after, precipitation events in a typical year.Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream Runoff from rainfall is the primary source of water for stream flow. Farm Tract:A unit of contiguous land under one ownership that is operated as a farm or part of a farm. Flood Fringe:That portion of the 100-year floodplain outside of the floodway(often referred to as "floodway fringe"). Floodway:The area regulated by Federal,state,or local requirements to provide for the discharge of the base flood so the cumulative increase in water surface elevation is no more than a designated amount(not to exceed one foot as set by the National Flood Insurance Program)within the 100-year floodplain. I Independent Utility:A test to determine what constitutes a single and complete project in the Corps regulatory program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area.Portions of a multi-phase project that depend upon other phases of the project do not have independent utility.Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Intermittent Stream:An intermittent stream has flowing water during certain times of the year,when groundwater provides water for stream flow.During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of Waters of the US:Waters of the US that include the filled area and other waters that are permanently adversely affected by flooding,excavation, or drainage because of the regulated activity.Permanent adverse effects include permanent above-grade, at-grade, or below-grade fills that change an aquatic area to dry land,increase the bottom elevation of a waterbody,or change the use of a waterbody.The acreage of loss of waters of the US is the threshold measurement of the impact to existing waters for determining whether a project may qualify for an NWP;it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and values.The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Impacts to ephemeral streams are not included in the linear foot measurement of loss of stream bed for the purpose of determining compliance with the linear foot limits of NWPs 39,40,42, and 43.Waters of the US temporarily filled, flooded,excavated, or drained,but restored to preconstruction contours and elevations after construction,are not included in the measurement of loss of waters of the US. Non-tidal Wetland: A non-tidal wetland is a wetland(i.e.,a water of the US)that is not subject to the ebb and flow of tidal waters.The definition of a wetland can be found at 33 CFR 328.3(b).Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line(i.e.,spring high tide line). Open Water:An area that,during a year with non-nal patters of precipitation,has standing or flowing water for sufficient duration to establish an ordinary high water mark.Aquatic vegetation within the area of standing or flowing water is either non-emergent, sparse,or absent.Vegetated shallows are considered to be open waters.The term"open water"includes rivers, streams, lakes,and ponds. For the purposes of the NWPs, this term does not include ephemeral waters. Perennial Stream:A perennial stream has flowing water year-round during a typical year.The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Permanent Above-grade Fill:A discharge of dredged or fill material into waters of the US, including wetlands, that results in a substantial increase in ground elevation and permanently converts part or all of the waterbody to dry land. Structural fills authorized by NWPs 3,25,36, etc.are not included. Preservation:The protection of ecologically important wetlands or other aquatic resources in perpetuity through 10 the implementation of appropriate legal and physical mechanisms.Preservation may include protection of upland areas adjacent to wetlands as necessary to ensure protection and/or enhancement of the overall aquatic ecosystem. Restoration:Re-establishment of wetland and/or other aquatic resource characteristics and function(s)at a site where they have ceased to exist, or exist in a substantially degraded state. Riffle and Pool Complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1)Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics.The rapid movement of water over a course substrate in riffles results in a rough flow,a turbulent surface, and high dissolved oxygen levels in the water.Pools are deeper areas associated with riffles.A slower stream velocity, a streaming flow, a smooth surface,and a finer substrate characterize pools. ISingle and Complete Project:The tern"single and complete project"is defined at 33 CFR 330.2(1)as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers (see definition of independent utility).For linear projects,the"single and complete project"(i.e., a single and Icomplete crossing)will apply to each crossing of a separate water of the US (i.e.,a single waterbody)at that location.An exception is for linear projects crossing a single waterbody several times at separate and distant locations:each crossing is considered a single and complete project.However, individual channels in a braided stream or river, or individual arms of a large,irregularly shaped wetland or lake,etc.,are not separate waterbodies. Stormwater Management:Stormwater management is the mechanism for controlling stormwater rtmoff for the purposes of reducing downstream erosion, water quality degradation,and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater Management Facilities: Stormwater management facilities are those facilities, including but not limited to,stormwater retention and detention ponds and BMPs,which retain water for a period of time to control runoff and/or improve the quality(i.e.,by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants)of stormwater runoff: Stream Bed:The substrate of the stream channel between the ordinary high water marks.The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed,but I outside of the ordinary high water marks, are not considered part of the stream bed. Stream Channelization:The manipulation of a stream channel to increase the rate of water flow through the stream channel.Manipulation may include deepening,widening,straightening, armoring,or other activities that change the stream cross-section or other aspects of stream channel geometry to increase the rate of water flow through the stream channel.A channelized stream remains a water of the US, despite the modifications to increase the rate of water flow. Tidal Wetland:A tidal wetland is a wetland(i.e.,water of the US)that is inundated by tidal waters.The definitions of a wetland and tidal waters can be found at 33 CFR 328.3(b)and 33 CFR 328.3(f),respectively.Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun.Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters,wind,or other effects.Tidal wetlands are located channelward of the high tide line(i.e., spring high tide line)and are inundated by tidal waters two times per lunar month,during spring high tides. Vegetated Buffer: A vegetated upland or wetland area next to rivers,streams, lakes, or other open waters which separates the open water from developed areas,including agricultural land. Vegetated buffers provide a variety of aquatic habitat functions and values(e.g., aquatic habitat for fish and other aquatic organisms,moderation of water temperature changes, and detritus for aquatic food webs)and help improve or maintain local water quality.A vegetated buffer can be established by maintaining an existing vegetated area or planting native trees,shrubs,and herbaceous plants on land next to open-waters.Mowed lawns are not considered vegetated buffers because they provide little or no aquatic habitat functions and values.The establishment and maintenance of vegetated buffers is a method of compensatory mitigation that can be used in conjunction with the restoration, creation,enhancement,or preservation of aquatic habitats to ensure that activities authorized by NWPs result in minimal adverse effects to the aquatic environment. (See General Condition 19.) Vegetated Shallows:Vegetated shallows are special aquatic sites under the 404(b)(1)Guidelines.They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation,such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody:A waterbody is any area that in a normal year has water flowing or standing above ground to the 11 extent that evidence of an ordinary high water mark is established.Wetlands contiguous to the waterbody are considered part of the waterbody. ADDITIONAL INFORMATION Information about the U.S.Army Corps of Engineers regulatory-program,including nationwide permits,may also be accessed on our Internet page: http://www.usace.army.mil/inet/functions/cw/cecwo/reg This nationwide permit is effective March 18,2002,and expires on March 19,2007,unless sooner modified, suspended,or revoked. Summary Version: March 18,2002 I I 12 Robert J.Huston,Chairman �• R.B."Ralph"Marquez,Commissioner Kathleen Hartnett White,Commissioner : Jeffrey A.Saitas,Executive Director TEXAS NATURAL RESOURCE CONSERVATION COMMISSION Protecting Teras by Reducing and Preventing Pollution April 4,2002 Brigadier General David P.Melcher Commanding General U.S. Army Corps of Engineers _ Southwestern Division I 1114 Commerce Street Dallas,Texas 75242-0216 RE:USCOE Nationwide Permits " Dear Brigadier General Melcher: f Thank you for your March 25 , 2002, letter requesting clarification of the Texas Natural Resource Conservation Commission(TNRCC)March 18,2002,conditional certification of the U.S.Army Corps of Engineers (Corps) Nationwide Permits (N%VPs). TNRCC appreciates the opportunity to clarify the conditions of the certification of the NWPs. Please consider this letter as the final certification decision for the Notice of Issuance of Nationwide Permits published in the Federal Register(Part II, Vol. 67,No. 10, pages 2020-2095)on January 15,2002,with corrections published in the Federal Register(Vol.67,No.30, pages 6692-6695)on February 13,2002. As stated in the March 18,2002 letter the TNRCC certifies that the activities authorized by NWPs 1,2,4, 5 6,9, 10, 11,20,23,24,28,34,and 35 should not result in a violation of established Texas Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code(TAC), Chapter 279. The TNRCC conditionally certifies that the activities authorized by NWPs 3,7, 12, 13, 14, 15, 16, 17, 18, 19,21, 22,25,27,29,30,31,327 33,36, 37, 38,39,40,41,42,43, and 44 should not result in a violation of established Texas Water Quality Standards he conditions o n Enclosure d by Section 41 of the Federal areClean followed.Act and pursuant to Title 30,TAC,Chapter 279,provided that This certification decision is limited to those activities under the jurisdiction of the TNRCC. For activities related to the production and exploration of oil and gas,Texas Railroad Commission certification is required as provided in the Texas Water Code §26.131. Per your request, the TNRCC's has reformatted the conditions of the March 18, 2002, conditional that these are conditions of the TNRCC's water quality certification and certification letter to make it clear added a statement that for those NWP maust hoose atht are conditionally one of the listed BMPstWe haver tained Management Practice(BMP),the applicant P.O.Box 13087 • Austin,Texas 78711-3081 • 51219-39-1000 • Internet address:www.tnrcc.state.tx.us s.n'•bascd in:; Brigadier General David P.Melcher U.S. Army Corps of Engineers Nationwide Permits Certification Page 2 April 4,2002 the statement that if the applicant does not choose a BMP from the list,individual certification from TNRCC will be required. Subsurface drains for erosion control and gravel bag berms for sediment control have been deleted from the list of BMPs.These changes are shown in Enclosure 1. These water quality certification conditions are intended to enhance the water quality protection goals of the Corps nVP General Condition#3, Soil Erosion and Sediment Control and General Condition#9 Water Quality. The TNRCC conditions address three broad categories of water quality management with specific BMPs recommended for each category. Enclosure 2 is provided as a quick reference of TNRCC conditions for all nVPs. A detailed description of the BMPs'is also being provided as Enclosure 3. The TNRCC is conditioning the water quality certification on our being copied on any written notification to an applicant of a mitigation waiver. Also, while a limited number of waivers for intermittent streams greater than 300 feet are anticipated, NWP 39,40, and 42 are conditionally certified to require the Corps to copy TNRCC on all written approvals of waivers for impacts to these streams. The TNRCC is requesting this information to fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. In response to TNRCC's request for including additional information in the annual mitigation report, you directed TNRCC to the Regulatory Branch at Corps Headquarters. TNRCC staff will continue to work with Corps headquarters to encourage others waters,such as free flowing streams which the Corps has identified as vital aquatic ecosystems,be incorporated into the annual mitigation report on NWPs. As active partners in the regulatory process of NWPs,the TNRCC would still request that a copy of the NWP mitigation report be sent to the TNRCC. The Corps has indicated they consider the TNRCC's conditional certification of NWP 16 as denied without prejudice because the Corps considers the standard not reasonably enforceable. The TNRCC routinely issues permits with Total Suspended Solids (TSS) limits and notes that TSS limits are commonly accepted technological requirements for a number of industries identified in 40 CFR§405-472(Effluent Guidelines and Standards). Furthermore,the condition is part of the approved Tier 1 Checklist under the MOA between TNRCC and the Corps. Therefore,we reiterate that NWP 16 is conditionally c.rtified with the requirement that return water from upland contained disposal areas not exceed a TSS concentration of 300 mg/1 unless an individual certification has been issued with site-specific TSS limits. Applicants for NWP 16 may request a site-specific TSS limit from the TNRCC for effluent permitted under NWP 16. Applicants should be aware that site-specific TSS limits may be increased or decreased,depending on the characteristics of the receiving water. TNRCC also- reserves the right to retain the 300 mg/l limit if no additional information warranting a site-specific modification is presented by the applicant. The TNRCC has reviewed the Notice of Issuance of Nationwide Permits for consistency with the goals and policies of the Texas Coastal Management Program(CMP)in accordance with the regulations of the Coastal Coordination Council,31 TAC§505.30,Amendment 1,and determined that the action is consistent with the applicable CMP goals and policies. Brigadier General David P.Melcher U.S. Army Corps of Engineers Nationwide Permits Certification Page 3 April 4, 2002 This certification decision was reviewed for consistency with the CMP's development in critical areas policy {31 TAC §501.14(h)} and dredging and dredged material disposal and placement policy {31 TAC §501.14G)}. This certification decision complies with the CYiP goals{31 TAC§501.12(1,2,3,5)}applicable to these policies. Wetlands play a major role in maintaining water quality and are protected by the Texas Surface Water Quality Standards. We support a goal of no net loss of wetlands. To this end, we support wetland nimized,or mitigated in accordance with Section 404 Guidelines. impacts/losses being avoided,mi The TNRCC reserves the right to modify this certification if additional information identifies specific areas where significant impacts,including cumulative or secondary impacts, are occurring, and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction behveen public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. If we may be of further assistance,please contact Mr. Mark Fisher, Water Quality Assessment MC-150, Water Quality Division at(512)239-4586 or by e-mail at mfrsher@tnrcc.state.tx.its. Sincerely, Jeffrey ai s,PV E cutive Director Texas N r R ounConservation Commission Enclosures cc: U.S. Army Corps of Engineers Southwestern Division Attention:Vicki Dixon 1114 Commerce Street Dallas,Texas 75242-0216 Mr. Wayne Lea,Branch Chief U.S. Army Corps of Engineers Regulatory Branch CESWF-OD-R P.O. Box 17300 Fort Worth,Texas 76102-0300 U.S. Army Corps of Engineers Regulatory Branch,CESWG-CO-RB P.O. Box 1229 Galveston,Texas 77553-1229 Brigadier General David P.Melcher U.S. Army Corps of Engineers j Nationwide Permits Certification Page 4 April 4,2002 U.S. 'Army Corps of Engineers Attention: Regulatory Section P.O. Box 61 Tulsa, Oklahoma 74121-0061 U.S. Army Corps of Engineers Albuquerque District 4101 Jefferson Plaza NE Albuquerque,New Mexico 87109-3435 I i Texas Natural Resource Conservation Commission 401 Water Quality Certification Conditions for Nationwide Permits Attachment 1 Below are the 401 water quality certification conditions the Texas Natural Resource Conservation Commission (TNRCC) added to the January 15, 2002 issuance of Nationwide Permits (NW?), as described in the Federal Register(Part H,Vol. 67,No. 10,pages 2020-2095). These conditions were included as part of TNRCC's certification finalized on April XX,2002. Additional information regarding these conditions, including descriptions of the best management practices, can be obtained from the TNRCC by contacting the 401 Coordinator, MC-150, P. O. Box 13087,Austin,Texas 78711-3087 or from the appropriate U.S.Army Corps of Engineers district office. I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions(erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3,7, 12, 13, 14, 15, 17, 18, 19, 21,22, 25, 27, 29, 30,31,32,33,36,37,38, 39,40,41, 42,43,and 44. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Temporary Vegetation o Blankets/Matting j o Mulch o Sod o Interceptor Swale o Diversion Dike II. Sedimentation Control Prior to project initiation,the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state,including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3,7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, and 44. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required.. o Sand Bag Berm o Rock Berm o Silt Fence o Hay Bale Dike B 401 Water Quality Certification Conditions for Nationwide Permits Page 2 o Triangular Filter.Dike o Brush Berms o Stone Outlet Sediment Traps o Sediment Basins III. Post-Construction TSS Control After construction has been completed and the site is stabilized,total suspended solids (TSS)loadings shall be controlled by at least one of the following BNTs for NVWPs 12, 14, 17, 18,21, 29;31, 36, 39, 40, 41, 42, and 44. If the applicant does not choose one of the BN2s listed, an individual 401 certification is required. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems IV.Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal areas shall not exceed a TSS concentration of 300 mg/L unless an individual certification has been issued with site-specific TSS limits. V. NWP 39,40, and 42 The Corps will copy the TNRCC on all authorzations for impacts of greater than 300 feet of intermittent strams sent to applicants. Attachment 2 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post Construction TSS 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance(Repair,Replacement, X X rehabilitation of currently serviceable structure or fill) 4 Fish and Wildlife Harvesting, Enhancement and Attraction Devices and Activities(Duck Blinds and Crab Traps) - 5 Scientific Measurement Devices 6 Survey Activities 7 Outfall Structures and Maintenance X X 8 Oil and Gas Structures l 9 Structures in Fleeting And Anchorage Areas 10 Mooring Buoys I 1 Temporary Recreation Structures 12 Utility Line Activities x x x 13 Bank Stabilization X X 14 Linear Transportation Projects X x x 15 U.S.Coast Guard Approved Bridges X X 16 Return Water From Upland Disposal Areas 17 Hydropower Projects x x x 18 Minor Discharges(25yds) x x 19 Minor Dredging x x 20 Oil Spill Cleanup 21 Surface Coal Mining Activities x x x 22 Removal of Vessels x x Attachment 2 Reference to Nationwide Permits Best Management Practices Requirements I NWP Approved Categorical Exclusions Erosion Control Sediment Control Post Construction TSS 23' Approved Categorical Exclusions 24 State Administered 404 Program 25 Structural Discharges X X 26 Reserved 27 Stream and Wetland Restoration X X I28 Modifications of Existing Marinas 29 Single-Family Housing X X X 30 ' Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood X X X Control Facilities 32 Completed Enforcement Actions X X 33 Temporary Construction,Access and X X Dewatering 34 Cranberry Production 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic X X Waste 39 Residential,Commercial, and X X X Institutional Developments 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches X X X 42 Recreational Facilities X X X 43 Stormwater Management Facilities X X 44 Mining Activities X X X i i i i i i i Enclosure 3 i i i i i i Enclosure 3 �P�E Op • TEXAS NATURAL RESOURCE CONSERVATION COIvMSSION Description of BMPs EROSION CONTROL BNT Temporary Veeetation Description: Vegetation can be used asra temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be o required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. I • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept.of Agriculture certified seed. Installation: j • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized,loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should covered with appropriate soil stabilization matting. April 4, 2002 -1 Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been priapproved by TxDOT are alsoppr uss/insdtdot/orgcharot/cmd/erosion/content tht i whichh is updated as web site at http://�v.dot.sta new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. { • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. I • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding.Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. April 4, 2002 _2 • Wood-fiber or paper-fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine,mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested,delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. April 4, 2002 -3- f � • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem,sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). f • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. - • Not more than one third of the grass leaf should be removed at any one cutting. fInterceptor Swale ' Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off-site runoff from entering the disturbed area,and prevent sediment-laden runoff from leaving a disturbed site. e slopes of 3:1 utflow They may have a v-shape or be trapea stabilized bilized outlet ors sedimel with a flat bottom and nt trapping device.fiThe swa s should from a swale should be directed to a sta remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick,riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2%or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year,24-hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. April 4, 2002 _4 1 • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1,or flatter.Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting.stabilization necessary, recommended to reduce velocities in the s-,vales possibly reducing the t • Minimum compaction ,om action for the swale should be 90%standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device as and dive is it away fromom an en, easily exposed slopeserodible to a stabilized outlet iversion inch intercepts runoff from small upland are as a rock berm, sandbag berm, or stone outlet structure.These controls can be used on the-perimeter of the site to prevent runoff from enteringe runoff fromion area. Dikes are tilto preventlly exce used ehosion ation until of construction to intercept and rero permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non-woven polypropylene fabric designed specifically for use as a soil ate weight of 6 oz./yd', a Mullen burst rating of 140 psi, and having an filtration media with an approxim I equivalent opening size (EOS) greater than a rr50 sieve. Installation: • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum oe top o eig Of Corn of,ht pacted the dike and Navel of slopes of inches measured form the top of the existing ground at the upslop P 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 %standard proctor density. • The channel,which is formed by the dike,must have positive drainage for its entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), ocities do not exceed 6 feet per second, vegetation may be stabilLation is required.In situations where vel used to control erosion. April 4, 2002 �5 SINVS Sand Bae Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sand bag berm. a berm due to e reduced Sediment carred in the runoff is deposited on upstream overethet op of he sand ba berm. Sand bag flow velocity. Excess runoff volumes are allowed to berms are used only during construction activities in streambeds when the contributing drainage area is ity construction in channels, between 5 and 10 acres and the slope is eto cn Plastic facing should be installed on he upstr amtemporary channel crossing for construction equipment, and the berm should be anchored to the streambed by drilling into the rock and driving in"T" posts or rebar (#5 or#6) spaced appropriately. Materials: _ • The,sand bag material should be polypropylene,polyethylene,polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2,mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches,width should be 16 to 18 inches and thickness should be 6 to 8 inches. • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • height of 18 inches, measured from the top of the existing ground at The berm should be a minimum the upslope toe to the top of the berm. - • The berm should be sized as shown in the plans but should e a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured athe top of he berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material,the open end of the sandbag should be stapled or tied with nylon or poly cord. at least three rows abutting each other, and in staggered arrangement: • Sandbagsshould be stacked in sandbags. These can be reduced to 2 and 1 bag in the • The base of the berm should have at least 3 second and third rows respectively. -6- April 4. 2002 • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump-around system,or similar alternative,should be used on conjunction with the berm for effective dewatering of the work area. I Silt Fence fDescription: A silt fence is a barrier consisting of-eotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling noff to pond which allows heavier solids to settle. If not sediment from disturbed areas. They cause ru properly installed,silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water-borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water I to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene,polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,mullen burst strength exceeding 190 lb/in 2 ,ultraviolet stability exceeding 70%,and minimum apparent opening size of U.S.Sieve No.30. • FenceP osts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized,minimum nominal weight 1.25 lb/ft 2,and Brindell hardness exceeding 140. • Woven wire backing to support the.fabric should be galvanized 2"x 4"welded wire, l2 gauge minimum. Installation: • Steel posts, which support the silt fence, he ed mum of lfoot deep and spaced not more installed tthan 8rfeetton runoff source. Post must be embedded center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down-slope of disturbed area, following the contour as closely as possible.The fence should be sited so that the maximum drainage area is %a acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher,so that the down- slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e.g., pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. April 4, 2002 -� tened to each steel • Silt fence should be fence post. There should be a 3 foot overlap,securely fastened where ends of fabric brt post or to woven wire, which is in tum attached to the steel fence pos meet. Triangular Filter Dike Description: The purpose of a triangular sediment filter nla sediment filter dike ileus d wherethere sediment from unprotected areas of limited extent. The triangular is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%,the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation,corrective action I should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on e maintained. e paved areas where installation of silt fe ceith whichis nosthey can be m ed to allow veible or where vehicle access must hicle le traffic and then advantage of these controls is the e reinstalled to maintain sediment e Materials:. • Silt fence material should be polypropylene,polyethylene or polyamide woven or nonwoven fabric.The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,mullen burst strength exceeding 190 lb/in 2 ,ultraviolet stability exceeding 70%,and minimum apparent opening sLe of U.S.Sieve No.30: • The dike structure should be 6 gauge 6"x 6"wire mesh folded into triangular form being eighteen (18) finches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6" x 6", 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends six (6) inches to cover dike to dike junction; each junction should be secured by shoat rings. • Position dike parallel to the contours,with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground.The fabric skirt maybe toed-in with 6 inches of compacted'material,or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. n with ends • Triangular sediment filter dikes should be installed rexposed intercept no more than one slopes during score of runoff. of the dike tied into existing grades to prevent failure and should int • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. -8- April 4, 2002 f Rock Berm ated flow, to l Description: The purpose of a rock berm is to serve as a check dam in areas of he water in sheet flow.The rock berm intercept sediment-laden runoff,detain the sediment and rele he contributing drainage area is less than 5 acres. Rock berms are used in areas should be used when t where the volume of runoff is too great for a silt fence to contain. They are hi beer flows than a silt removal than silt fences, particularly for fine particles, but are able to ,etc. Rock berms are fence. As such,rock berms are often used in areas of channel flows (ditches,gullies, most effective at reducing bed load in channels and should not be substituted for other erosion and f sediment control measures further up the watershed. I Materials: g maximum • The berm structure should be securedo t galvanized and should be sech a woven wire sheathing ured with shoat opening of 1 inch and a minimum wire diameter of 20 gauge • Clean,open graded 3•- to 5-inch diameter rock sho� be used, diameter except c in areas us d large volumes of flow ere high velocities or are expected,where ro Installation: • n wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge Lay out the wove woven wire mesh with 1 inch openings. imum with side slopes being 2:1 (II:V) or flatter. • Berm should have a top width of 2 feet min • Place the rock along the sheathing to a height not less than 18". • Wrap the wire sheathing around the rock and secure at the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into exvent faille of theeontrolthe berm should be buried in a trench approximately 3 to 4 inches deep to pre ur Hay Bale Dike in small Description: The purpose of a hay or straw bale di e is �Straw bales areand o be used when amounts is not feasible to ofsediment- laden runoff from relatively small unprotected areas. S install other, more effective measures or when the construction phase is expected to last less where rock o other hard surfaces prevent the full aand months. Straw bales should not be used on areas uniform anchoring of the barrier. Materials: Straw: The best quality straw mulch comes from wheat,oats orarley eda and hound b hfrs liee of weed ght and therefore seed which may not be desired vegetation for grass the area to be protected. must be properly anchored to the ground. April 4, 2002 ade grasses d not Hay: This is very similar to straw with the exception that it affable f does introduce weeds and and grass Y stems. This form a. Like stra v,hay is ight and musts be nis very inexpensive and is c hored. seed to the ar • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string,jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and n ground aemyanchored inimum of 6sing 2"inchesX 2"wood stakes or CY 3/8" diameter rebar driven through the bales into gr • Bales are to be placed directly adjacent to one another leaving no gap between them. - • All bales should be placed on the contour. ard the previously laid bale to force the bales together: • The first stake in each bale should be angled tow Brush Berms or to be Organic litter and spoil material from site clearing operations ton thel onsburned u cion site itself. The key dumped elsewhere.Much of this material can be used n and place the brush.It will not be to constructing an efficient brush berm is in the method used intot ato tpile. This method does of assre acceptable to simply take a bulldozer and push whole continuous ground contact with the berm and will allow uncontrolled flows under the berm. s ma be used where there is little or no concentration of water in a channel or other drainage Brush berm Y way above the berm.The sLe of the drainage area should he bare norier should not exceed 100 feet;reater than one-fourth of an and the feet of barrier length; the maximum slope length behind maximum slope gradient behind the barrier should be less than 50 percent (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence faJnc. • The rope should be t/4 inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. -10- April 4, 2002 i • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground.Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up-slope base to just beyond its peak.The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other.Where joints are necessaty, the fabric should be spliced together with a minimum 6-inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying Irope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. rFasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Tran A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site.The purpose of a sediment trap is to intercept sediment-laden runoff and trap the sediment in order to protect drainage ways,properties and rights of way below the sediment trap from sedimentation.A sediment trap is usually installed at points of discharge from disturbed areas.The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin.A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities.The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at lest 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene,polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: April 4, 2002 -11- • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth: Before , compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material.Compact each layer to 95 percent standard proctor density.Do not place material on surfaces that ide slopes for the embankment are to be 3:1. The minimum width of the are muddy or frozen. S embankment should be 3 feet. • A gap is to be left in the embankment in the location where 6 e n snage ural drainage of runoff acresembankment line.Thcrosses the e gap is to have a width in feet equal to of 1.5 feet and a • Geotextile Covered Rock Core: A core of filter stone having a minimum height embankment and minimum width at the base of 3 feet should be placed across the opening of the earth should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. slope • Filter Stone Embankment: Filter stone shout 3b1 and should cover the ge text e/rock core a m e placed over the &eotextUe and is to have a side umum which matches that of the earth embankment of of 6 inches when installation is complete.The crest of the outlet should be at least 1 foot below the top of the embankment. - Sediment Basins: to The purpose of a sediment basin is to intercept sediment-laden runoffand trap the sediment order A protect drainage ways, properties and rights of way below the sediment from disturbed areas. The drainage area for a sediment basin is usually installed at points of di scharg sediment basin is recommended to be less than 100 acres, from larger dsturbed areas Sediment basins are effective for capturing and fwhere a perrmanent pond thereby allowing sedimentation to take place.A sediment basin can be created BMP is being constructed. Guidelines for construcnoallation ofsand or o n of the permanenther filte�media shobe luld no the revegetation,placement of underdrain piping,and r carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete de of the emba should be ched t the riser and should have positive flow to a stabilized outlet on the downstream • An anti-vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: at one time, a • For common drainage locations that serve an of runoff from two-yearea with ten or more s 24-h o disturbed storm rfrom each sediment basin should provide storage for a volume disturbed acre drained. • should be at least 2:1 to improve trapping efficiency.The shape may be The basin length to width ratio -12- April 4, 2002 attained by excavation or the use of baffles.The lengths should be measured at the elevation of the riser de-watering hole. • Place fill material in layers not more than 8 inches in loose depth.Before compaction,moisten or aerate each layer as necessary to provide the optimum moisture content of the material.Compact each layer to 95 percent standard proctor density.Do not place material on surfaces that are muddy or frozen.Side slopes for the embankment should be 3:1 (H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year,3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete.Attached to this structure should be a horizontal pipe,which should extend through the embankment to the toe of fill to provide a de-watering outlet for the basin. • An anti-vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). l The basin should include a permanent stake to indicate the sediment level in the pool and marked to l indicate when the sediment occupies 50%of the basin volume (not the top of the stake). fThe top of the riser pipe should remain open and be guarded with a trash rack and anti-vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway.The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti-seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from to the volume of the basin.This is the maximum sediment storage the bottom of the riser pipe equal elevation.The size of the perforation may be calculated as follows: As 2h ,—X980,00-0 Where: Ao = Area of the de-watering hole, ft 2 April 4, 2002 -13- As = Surface area of the basin,ft 2 Cd = Coefficient of contraction, approximately 0.6 . h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. POST-CONSTRUCTION TSS CONTROLS Retention/IrriYation Systems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond,then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized capture and disposal of runoff without direct release of captured flow to receiving streams. by the Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/irrigation practice,but should be operated and sized to provide adequate volume. This technology,which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because of increasing I demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: RetentioaArrigation practices achieve 100%removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irriation systems- 0 include runoff storage facility configuration and sizing,pump and wet well system components,basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The l retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine Iinspections, sediment removal,mowing,debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are nornially used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre-development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore,nutrients,heavy metals, toxic materials, and oxygen-demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement, it is possible to achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75%of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing,basin configuration,basin side slopes,basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate ll event for the area. slopes. The retention capacity should be sufficient considering the average rainfa -14- April 4, 2002 Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control,structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description: Filter strips,also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales, except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. 9 Filter strips cannot treat high velocity flows,and do not provide enough storage or infiltration to effectively for design storms.This lack of quantity control favors use reduce peak discharges to predevelopment levels in rural or low-density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%.The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water, passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are a2propriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips.Although an inexpensive control measure,they are most useful in contributing watershed areas where peak runoff velocities are low,as they are unable to treat the high flow velocities typically associated with high impervious cover. The most important criteria for selection and use of this BMP are soils,space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical,chemical,and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation,aeration,biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings,including such things as the potential energy of a stream or flooding river,should be utilized April 4, 2002 -15- as much as possible. The wetland should approximate a natuial situation and unnatural attributes,such as rectangular shape or rigid channel,should Site considerations should include the water table depth,soil/substrate,and space requirements.Because the wetland must have a source of flow,it is desirable that the water table is at or near the surface. If runoff getation estab is the only source of inflow for the wetland,the t�`ic aler ew tland should be vel often fluctuatloose loamlistonclay.ent oA perennial may be difficult. The soil or substrate of an baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system o than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing,wetland configuration, se�llsland ent aeration. Constructed d wetlands are appropriaon, outflow structure, depth te inundation during storm events,depth of microp , for large drainage areas with low to moderate slopes. - ` Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections,debris and litter removal,erosion levels.ntrol,nuisance control,structural repairs,sediment - removal, harvesting, and maintenance of water Wet Basins ng Description: Wet basins are runoff control fa that maintain atryna permanent wet n appearance fromonatural Bonds to crop of emergent littoral vegetation. These facilitiesmay enlarged,bermed (manmade) sections of drainage designs can ms and nrevent scour and other damay function as online or offline toathetwet although offline configuration is preferable. Offl o P pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. I During storm events,runoff inflows displace part or poll of the existing basin llutant removal mechanisms volume are settling of solids, treated in the facility until the next storm event. T When the wet basin is adequately sized, pollutant np wetland plant uptake, and microbial degradation. removal performance can be excellent,especially for the dissolved fraction. Wet basins also help provide ws during larger storm events. Wet basins CP W erosion protection for the receiving channel by limitingin a comm°nity and offer sio-nificant opportunity for are often perceived as a positive aesthetic elementis creative pond configuration and landscape design. Participation rtondst in arid climates is thatthewetland sudesigner ggested . A significant potential drawback f p the watershed for these facilities is often incapable of providing keua water (i e., welquate water l water ory to m umaintain pal permanent pool, especially during the summer month P ent ntrunoff.11/runoff process, especially for wet basin drinking water) is sometimes used to supplem facilities treating watersheds that generate insufficient ained Design Considerations: Wet basins can remove over 9le of the total elements of wet basins ainclude basin si_zine basin the volume of runoff captured in the basin. Design elem structures, a configuration, basin side slopes, sediment forebay, inflow and outflowonate for large dra'nagenareas with permanent pool, aeration, and erosion control. Wet basins se pp P low to moderate slopes. -16- April 4, 2002 Maintenance-Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. Grassy Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil.They require shallow slopes and soils that drain well.Pollutant removal capability is related to channel dimensions,longitudinal slope,and type of vegetation.Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems.They can provide sufficient control under light to moderate runoff conditions,but their ability to control storms is limited.Therefore,they are most l larg applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly,urbanized settings, and they are generally not effective-enough to receive construction stage runoff where high sediment loads can overwhelm the system.Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to ! increase runoff storage and promote greater settling of pollutants. ! Grassy swales can be more aesthetically pleasing than concrete or rock-lined drainage systems and are generally less expensive to construct and maintain.Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery'associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channeluation over time,and the need for more right-of- way as compared to a storm drain system.When properly constructed,inspected,and maintained, the life expectancy of a swale is estimated to be 20 years. Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swa!-! at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system.In general, swales can be used to serve areas of less than 10 acres,with slopes no greater than 5%.The seasonal high urface.Use of natural topographic lows is encouraged,and water table should be at least 4 feet below the s natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant.Therefore, irrigation is not required to maintain growth during dry periods, but may be April 4, 2002 -17 necessary only to prevent the vegetation from dying. Vegetative Filter Strips Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow.A schematic of a vegetated buffer strip is shown in Figure 3.3.They may appear in any vegetated form from grassland to forest,'and are designed to intercept upstream flow,lower flow velocity,and spread water out as sheet flow.The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows,and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms.This lack of quantity control favors use in rural or low-density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before a ntering a conveyance system.Properly designed roadway medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow.To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant,soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses,wetlands,or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning.The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% April 4, 2002 -18 • Comparable performance to more expensive structural controls Sand Filter Systems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff.The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations.One of the main advantages of sand filters is their adaptability;they can be used on areas with thin soils,high evaporation rates,low-soil infiltration rates,in limited-space areas, and where groundwater is to be protected. Since their original inception in Austin, Texas, hundreds of intermittent sand filters have been implemented to treat stormwater runoff.There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat-sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs . Design Considerations: - f • Appropriate for space-limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; howevr the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. -19- April 4, 2002 PERMIT COMPLIANCE CERTIFICATION I ' Permit Number: Name of Permittee: Date of Issuance: Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: Regulatory Branch CES WF-PER-R U.S. Army Corps of Engineers P.O. Box 17300 IFort Worth, Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension, modification, or revocation. lI hereby certify that the work authorized by the above referenced permit was completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. Signature of Permittee Date TERRA-MAR, INC. Consulting—Geotechnical-Environmental Construction Materials Testing I GEOTECHNICAL INVESTIGATION - PROPOSED SANITARY SEWER MAINA42"RELIEF FORT WORTH, TEXAS TMI REPORT NO. FE02-169 TO TRANSYSTEMS CORPORATION CONSULTANTS FORT WORTH, TEXAS BY TERRA-MAR, INC. DALLAS I FORT WORTH / HOUSTON I AUSTIN FEBRUARY 28, 2003 TERRA-MAR Consulting Engineers•Geotechnical•Environmental•Construction Materials Testing — DALLAS•FORT WORTH•HOUSTON•AUSTIN July 7, 2003 TMI Report No. FE02-169 TranSystems Corporation Consultants 500 West Seventh St., Suite 600 Fort Worth, Texas 76102 Attn: Mr. Kent A. Lunski, P.E. Re: Geotechnical Investigation Sanitary Sewer Main 442 Relief Fort Worth, Texas I Dear Mr. Lunski: Submitted here is our geotechnical report for the above referenced project. The study was performed in accordance with our proposal P02-2201 FE dated October 18, 2002. This report describes the results of our field and laboratory investigations together with recommendations for the design and construction of the various project elements. Three bound copies and one unbound copy of the report have been provided. We appreciate the opportunity to assist on this project and trust that our field and laboratory data and engineering recommendations will be of assistance in your design efforts. Do not hesitate to call if there are questions, or when we may be of further service. OF Respectfully, TERRA-MAR, INC. s*r *t I••Ns•N GARRETT E. WILUAMS •N -2525 Leonel Ruiz, E.I.T. Garrett E. Williams, P.If'•.,F,f zONA` 6� Graduate Engineer Fort Worth Office Manage l''�� 2400 Gravel Drive, Bldg. 25, Fort Worth,Texas 76118 Phone: 817-284-9363 Fax: 817-284-9430 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-169 -_-_ February,2003 Consulting-Geotechnical-Environmental Construction Materials Testing TABLE OF CONTENTS Page 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE--------------------------------------------1 2.0 FIELD AND LABORATORY INVESTIGATIONS---------------------------------------------------1 3.0 SITE AND SUBSURFACE CONDITIONS------------------------------------------------------------2 3.1 Site Geology--------------------------------------------------------------------------------------------------2 3.2 General Stratigraphy---------------------------------------------------------------------------------------2 3.3 Groundwater--------------------------------------------------------------------------------------------------3 4.0 TRENCH/BORE PIT EXCAVATIONS-----------------------------------------------------------------4 4.1 Expected Subsurface Conditions-----------------------------------------------------------------------4 4.2 Open Cut------------------------------------------------------------------------------------------------------4 4.3 Trench Bracing-----------------------------------------------------------------------------------------------5 4.4 Jack Allowable Bearing Pressure ----------------------------------------------------------------------6 4.5 Trench/Bore Pit Dewatering------------------------------------------------------------------------------7 4.6 Soft Trench Bottom Conditions -------------------------------------------------------------------------7 4.7 Excavation Considerations-------------------------------------------------------------------------------8 4.8 Trench Backfill-----------------------------------------------------------------------------------------------9 4.9 Trench Backfill Settlement--------------------------------------------------------------------------------9 4.10 Provisions to Reduce Backfill Settlement-------------------------------------------------------10 4.11 Bore/Tunnel Considerations------------------------------------------------------------------------ 10 5.0 PIPE DESIGN RECOMMENDATIONS -------------------------------------------------------------12 5.1 Flexible Pipe Deflection---------------------------------------------------------------------------------12 5.2 Vertical Soil Loads---------------------------------------------------------------------------------------- 13 5.3 Live Loads--------------------------------------------------------------------------------------------------- 14 5.4 Deflection Lag Factor------------------------------------------------------------------------------------ 14 5.5 Bedding Coefficient--------------------------------------------------------------------------------------- 14 5.6 Modulus of Soil Reaction ------------------------------------------------------------------------------- 14 5.7 Corrosion Potential ---------------------------------------------------------------------------------------15 6.0 MANHOLE & JUNCTION BOX DESIGN RECOMMENDATIONS---------------------------17 6.1 Allowable Bearing Pressure----------------------------------------------------------------------------17 6.2 Manhole and Junction Box Backfill ------------------------------------------------------------------17 6.3 Lateral Earth Pressures---------------------------------------------------------------------------------17 6.4 Wall Backfill-------------------------------------------------------------------------------------------------18 6.5 Backfill Settlement---------------------------------------------------------------------------------------- 19 7.0 INSPECTION AND TESTING ------------------------------------------------------------------------- 19 8.0 LIMITATIONS --------------------------------------------------------------------------------------------- 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMI No. FE02-169 =_ February,2003 __ _ Consulting—Geotechnical-Environmental Construction Materials Testing ILLUSTRATIONS Figure Planof Borings ------------------------------------------------------------------------------------------------------- 1 Logs of Borings -------------------------------------------------2 - 21 Legend for Log of Borings--------------------------------------------------------------------------------- 22 - 23 Results of Sieve Analysis----------------------------------------------------------- ------------------------ 24, 25 Corrosion Potential Test Results-------------------------------------------------------------------------------26 Key to Corrosion Potential Test Results--------------------------------------------------------------- 27 - 28 Field and Laboratory Procedures -----------------------------------------------------------------Appendix A II f I i Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMIFeb No.uar ,202-169 Consulting Geotechnical-Environmental February,2003 -== g IConstruction Materials Testing Figures 2 through 21. A key to the boring log terms and symbols is presented on Figures 22 and 23. Results of sieve analysis tests are presented on Figures 24 and 25. 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the Geologic Atlas of Texas, the proposed alignment is geologically located in the Woodbine Formation of the Upper Cretaceous Age. The overburden soils are Alluvial and Terrace deposits associated with the flood plain of the Trinity River and Village Creek. The Woodbine Formation, in its unweathered state, consists primarily of shale, cemented sand and extremely hard sandstone boulders. Significant groundwater seepage can be encountered in the Woodbine, Alluvial and Terrace deposits, particularly in the more granular materials. 3.2 General Stratigraphy The stratigraphy along the alignment was noted as being variable, due mainly to the length of the alignment and changes in geology along the project alignment. This makes a broad generalization of the subsurface conditions for the entire project difficult. Therefore, we have provided generalized subsurface conditions for the following segments of the alignment: Borings B-1 through B-6, B-10 and B-16: These borings were typically characterized by the presence of clays with some silty and sandy clays and occasional sands and gravel. The clays were generally dark brown, dark gray, brown and gray and contained sand and calcareous nodules. These soils were fill in Borings B-1, B-4, B-6 and B-16 above depths of 2 to 7 feet. They had Liquid Limits (LL) varying from 52 to 65 percent and Plasticity Indices (PI) varying from 35 to 44 and classified as CH by the Unified Soil Classification System (USCS). The silty and sandy clays were generally brown, tan and gray with LL's varying from 29 to 49 percent and Pi's varying from 16 to 32 and classified as CL by the USCS. Dense reddish brown sands with clay and gravel were encountered in Boring B-1- between the depths of 18 and 24 feet and were underlain by tan and gray shaley clays. Borings B-1, B-3, B-4 and B-16 were terminated in the clays and silty clays at depths of 29 to 47 feet. Page 2 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. r TMI No.FE02-169 — _–_ tpp February,2003 Consulting–Geotechnical-Environmental Construction Materials Testing Gray shale was present in Borings B-5 and B-6 at a depth of about 18 feet and continued to termination at depths of 25 to 26 feet. Gray shale was encountered in Boring B-2 at a depth of 38 feet and continued to termination at a depth of 50 feet. Borings B-7 B-8 & B-9 and B-11 through B-15: The subsurface conditions in this portion of the alignment were typically characterized by silty and f sandy clays with some layers of clays and sands. The silty and sandy clays were dark brown, brown and reddish brown in color near the surface and became brown, tan and gray in color with depth. Brown, reddish brown and tan sands and clayey sands were present near the surface in Borings B-7 and B-9 extending to depths of 17 and 31 feet, respectively, and in Boring B-8 between the depths of 26 and 41 feet. Boring B-9 was terminated in the sands at a depth of 31 feet. The sands were underlain by clays in Boring B-7 and by shale in Boring B-8 at a depth of 41 feet, which continued to boring termination at a depth of 60 feet. Shale was also encountered in Boring B-12 at a depth of 11 feet and continued to termination at a depth of 26 feet. The remaining borings were terminated in the various sandy and silty clays at depths of 21 to 55 feet. The sandy and silty clays had LL's varying from 19 to 47 percent and PI's varying from 6 to 30 and classified as CL by the USCS. The clays had LL's varying from 50 to 71 percent and PI's varying from 31 to 41 percent and classified as CH by the USCS. 3.3 Groundwater The borings were advanced using continuous fight augers which allows relatively accurate measurement of seepage during drilling. Groundwater seepage was encountered during drilling in all the borings, except in Borings B-4, B-6, B-11, B-12 and B-15, at depths ranging from 8.5 to 38 feet below existing grade. Water levels at completion were typically measured within a few feet of the observed seepage levels. It is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, and it should be recognized that groundwater levels will fluctuate with variations in seasonal precipitation and surficial runoff. However, we- anticipate e-anticipate that groundwater levels near the observed levels will be present throughout the year where the granular materials are present. If there is a noticeable change from the conditions reported herein, Terra-Mar should be notified immediately to review the effects it may have on the design. Page 3 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMI No. FE02-169s= February,2003 =_— Consulting-Geotechnical-Environmental - Construction Materials Testing 4.0 TRENCH/BORE PIT EXCAVATIONS 4.1 Expected Subsurface Conditions The majority (approximately 75%) of the sewer main will be constructed using open cut trenches. Approximately 5,100 feet will be constructed using bores for the various crossings and about 820 feet will be constructed using a siphon structure. The trench excavations will generally extend to I depths on the order of 15 to 27 feet. The bore locations typically extend to depths of 20 to 28 i feet except for the long bore beneath Meadowbrook Boulevard, which extends up to 53 feet f below grade. The approximate excavation depths, manhole depth and anticipated soil conditions I at each boring location are summarized in the following Table 1. TABLE 1 —ANTICIPATED SOIL CONDITIONS AT THE PIPE ELEVATION STATION BORING STRUCTURE ANTICIPATED STRATA NO. NO. DEPTH (FT.) 2+00 B-1 24 Sand near.contact with clay 20+00 B-2 44 Shale 28+00 B-3 42 Clay 42+50 B-16 25 Silty Clay 49+00 B-4 24 Clay 57+35 B-5 20 Shale 69+70 B-6 21 Shale 86+70 B-7 50 Shale 94+00 B-8 53 Shale 102+00 B-9 26 Clayey Sand 133+00 B-10 21 Clay 169+00 B-11 20 Sandy Clay 180+00 B-12 21 Shale 206+50 B-13 22 Silty Clay 221+00 B-14 22 Silty Clay 226+45 B-15 16 Sandy Clay 4.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the Page 4 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas III TERRA-MAR, INC. TMI No. FE02-169 — — February,2003 ==z— Consulting—Geotechnical-Environmental Construction Materials Testing various clays, silty clays and sandy clays, it is expected that near vertical excavation walls will be possible. However, for excavations through soft clays, granular soils, non-compacted fill, or submerged soil it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. According to OSHA standards, the stiff to hard naturally occurring clays are classified as Type A deposits and the silty and sandy clays are classified as Type B deposits. The granular soils, soft clays, non-compact fills, and soils which occur below the groundwater table or through which seepage water is encountered, are classified as Type C deposits. Excavated slopes should be no steeper than 1 H:1 V in clays above the groundwater level, or f2H:1 V in granular soils and submerged soil conditions. A 2H:1 V slope is recommended in clays overlying sands. For sloped excavations, surcharge loads, such as those resulting from excavation spoil or equipment should be placed no closer than 2 feet from the crest of the slope in accordance with OSHA regulations. In addition, vehicle traffic should be maintained at least 5 ffeet from the edge of the slope crest. Open-cut slope excavations should take into account any existing utilities in order to avoid undermining pipelines. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 4.3 Trench Bracing Where site limitations require excavations to have vertical sidewalls, an internal bracing system will be necessary. Bracing may consist of steel sheet piling, timber, or steel shoring or Page 5 of 19 Sanitary sewer Main 442 Relief;Fort worth,Texas .ALS� TERRA-MAR, INC. TMI No.FE02-169 February,2003 Consulting—Geotechnical-Environmental Construction Materials Testing manufactured steel trench braces. The trench bracing and bore pit shoring should be designed for a constant lateral earth pressure of '30nH', in psf; where, H is the excavation height in feet; n equals 1.3 for excavations in clays and sandy clays; and n equals 1.0 for excavations in clayey sands and sands. Surcharge loads and traffic live loads, if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit, adequate to withstand anticipated lateral pressures, may be used where lateral movements will not affect the stability of the existing pipelines. Trench excavation in the area of Boring B-1 and bore pits in the area of Borings B-7, B-8 and B-9 will extend into loose to dense sands. Sand could also be present in other areas of the f alignment. Vertical trench walls are not expected to have sufficient standup time to allow I placement of trench boxes or shields where sands and clayey sands are present in the trench walls. For these conditions, the trench walls will need to be sloped or have a driven sheet piling system or some other type of shoring that maintains continuous shoring against the soil. Depending upon the conditions encountered during construction, it may also be necessary to dewater the sand deposit in order to control excavation wall and base stability. 4.4 Jack Allowable Bearing Pressure Surficial clays and sandy clays encountered along the alignment are generally stiff to hard in consistency exhibiting unconfined compressive strengths of about 1 to 2.5 tsf with some harder zones. An allowable bearing pressure of 2,000 psf may be used for jack supports if the supporting soils are dry and relatively undisturbed. The bearing value includes a safety factor of 2, and assumes that jack supports are at least 8 feet below adjacent grade. Clayey sands and sands could be encountered at jacking locations. These materials will not provide comparable bearing pressures unless they are confined. I Page 6 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, /NC. TMI No.FE02-169 February,2003 === Consulting—Geotechnical-Environmental Construction Materials Testing 4.5 Trench/Bore Pit Dewatering Based on the groundwater observations it is expected that groundwater seepage will occur in a majority of the excavations. Controlling groundwater is essential to construction of the pipeline. Failure to control the groundwater level could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling. Groundwater levels should be maintained at least two feet below the bases of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. - It is likely that seepage in the clays may be controlled by means of collection ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. In some areas, water-bearing sand layers may be encountered during construction. A system of wells or well points will likely be required where water-bearing sands are present in the trench excavation in order to maintain the trench wall and bottom stability. Dewatering methods should consider the difficulty associated with the relatively low permeability of the clayey sands present at some locations. Dewatering of the sands is not necessary for sheet pile walls, provided the walls are designed for both earth and water pressures. Seepage from sheet pile joints should be anticipated. This seepage water should be collected and removed from the excavation. The Contractor should verify the presence and depth to groundwater prior to construction in order to determine dewatering requirements. The design of the actual dewatering system required is the contractor's responsibility. The groundwater control system should provide continuous system operation at all times. This includes the control of tailwater flow through the backfilled sections of previous utility construction. 4.6 Soft Trench Bottom Conditions Soft trench bottom conditions may be encountered. Unstable trench bottoms are considered to be unsuitable for support of the pipe. Sands, clayey sands and soft clays could be present that when exposed become unstable due to construction activity, improperly dewatering water bearing Page 7 of 19 Sanitary Sewer Main 442 Relief:Fort Worth,Texas TERRA-MAR, INC. TMIFeb No.uar ,202-169 — Consulting Geotechnical-Environmental February,2003 —_=— g Construction Materials Testing sands or the presence of saturated low PI sandy clays or clayey sands that cannot be effectively dewatered. In any areas where unsuitable bearing deposits are encountered at the planned invert elevation the trench'bottom can be prepared using one of the following methods: 1. Under cut to a suitable bearing subgrade and replace with a structural compacted fill. The over excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The y overexcavation backfill should be completely surrounded with a geotextile consisting of Mirafi I 140NL, Amoco 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e. sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM 4253 and 4254. 2. Casting a .6-inch thick reinforced concrete slab. The concrete should have a minimum 3,000 psi compressive strength at 28 days. Exposed shale in the bottom of the pipe trench or bore pit can deteriorate rapidly. Should the surface of the shale breakdown to a soft consistency prior to placing the pipe embedment [ material, the softened shale should be undercut and replaced with a thicker bedding layer. 4.7 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby, help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. Conventional earth moving equipment is expected to be suitable for excavating the overburden soils and most shales. However, heavy-duty excavation equipment consisting of hoe-rams or backhoes with buckets with rock teeth may be required to excavate harder shale layers. While not encountered in the borings lightly to highly cemented sands and extremely hard sandstones can be encountered along the alignment. This material will require heavy-duty excavation equipment to excavate. Page 8 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, 11M TMI No. FE02-169 a= February,2003 === Consulting—Geotechnical-Environmental Construction Materials Testing 4.8 Trench Backfill Pipe embedment should be a coarse-grained cohesion-less material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. However, significant processing of shales or cemented sands and sandstones (if encountered) will be required to use this material as fill. Excavated rock used as fill should be pulverized to a maximum size of 6 inches with at least 50 percent passing a No. 4 sieve. Use of rock fragments greater than 6 inches in any=dimension should be prohibited, since attaining a uniform moisture and density f without voids would be difficult. Shale and rock fragments larger than 6 inches in diameter should be crushed by tracking over the material with a dozer. It may be necessary to remove larger hard rock fragments that will not crush under the loads of the construction equipment. Backfill should be compacted in maximum 9 inch loose lifts at a minimum of 95% of the Standard Proctor density (ASTM D698). Shale should not be used for backfill if large settlements are a concern. The shale will weather in place to a soil. This weathering can result in larger ground subsidence as discussed in the next report section. Clay soils having a PI over 20 should be compacted at a moisture content ranging from 0 to + 4 percent above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from —3 to +3 percent of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or consideration can also be given to flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi as an alternative. 4.9 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 25 feet of fill would be expected to settle on the order of 3 to 6 inches. A greater amount of fill settlement could occur if shale fragments are used as fill due to the breakdown of the shale Page 9 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. CMI No.FE02-169 i�'� February,20032- Now Consulting-Geotechnical-Environmental - Construction Materials Testing fragments into individual clay-size particles over time. These settlements could approach 3 to 5 percent of the fill thickness depending on the thickness of shale placed as backfill. The trench backfill could be overbuilt in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the I excavation should be over built one foot and sloped down to match grade at the edge of the excavation. 4.90 Provisions to Reduce Backfill Settlement Field testing -will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during construction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where Class 1 and Class 2 crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material. 4.11 Bore/Tunnel Considerations The sanitary sewer line has 6 bores which total approximately 5,100 feet. The approximate bore depths, bore length and anticipated soil conditions at the representative boring location(s) is summarized in the following Table 2. TABLE 2 - ANTICIPATED SOIL CONDITIONS AT BORE LOCATIONS STATION NO. LENGTH BORING NOS. BORE ANTICIPATED (FT.) DEPTH (FT.) STRATA 50+34 to 57+33 700 B-4, B-5 20 to 21 Clay and Shale Page 10 of 19 Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-MAR, INC. TMI No.FE02-169 February,2003 ==_= Consulting—Geotechnical-Environmental Construction Materials Testing 69+10 to 101+99 3289 B-6 thru B-9 21 to 53 Sand, Clay and Shale 169+95 to 240 B-11 20 Clay 172+35 208+00 to 260 B-13 22 Clay 210+60 213+39 144 B-13 26 Clay 221+88 to 466 B-14, B-15 16 to 22 Clay 226+46 The four smaller bores are anticipated to encounter clays, silty clays and sandy clays. The 700 foot bore will encounter clay at the invert elevation in the vicinity of Boring B-4 changing from clay to shale at the invert elevation between Boring B-4 and B-5, to the south with significant water seepage in Boring B-5. The strata at the invert elevation for the 3289 foot bore varies from shale in the vicinity of Borings B-6 and B-8; shaley clays in the vicinity of Boring B-7; and clayey sands in the vicinity of Boring B-9. Seepage was present in the sandy clays in Boring B-8 and in the sands in Borings B-7 and B-9. Boring and tunneling in the clayey sands and sands will be difficult because the clayey sands and sands are not expected to have sufficient standup time to allow .open face excavations. In addition, tunnel roof stability and floor stability problems may develop in boring and tunneling in the sands. Dewatering prior to boring/tunneling operations and/or special boring/tunneling techniques will be required to control excavation instability associated with the clayey sands and sands to prevent ground loss and subsequent settlement of structures overlying the tunnel. Joints present in the shale can result in separation with rock falls into bore/tunnel excavations. Groundwater could seep into bore/tunnel excavations. Joints in the shale and shaley clays can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. The shales and highly active clays are expansive and will swell when water is available to therm subjecting the pipe to uplift pressures. The swell pressures will reduce as the material swells. Page 11 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, 1NC. TMI No. FE02-169 - - February,2003 -= Consulting-Geotechnical-Environmental Construction Materials Testing 5.0 PIPE DESIGN RECOMMENDATIONS 5.1 Flexible Pipe Deflection The modified Iowa formula is typically used to estimate vertical deflection of flexible pipe. One form of the modified Iowa formula is given below: Ay_ O L X Ws + WL l.< K x X100% D 0.149xPS +0.061xEd Where: Dy/D = predicted vertical pipe deflection as a percent of the outside pipe diameter. f Dy = change in vertical diameter of pipe, inches. l D = diameter of pipe, inches WS = vertical soil load on pipe, psi. WL = live load on pipe from trucks or construction equipment, psi. DL = deflection lag factor to adjust for changes in bedding stiffness or trench fill settlement, dimensionless. K,, = bedding coefficient, dimensionless. Ed = design modulus of soil reaction, psi. PS = pipe stiffness, Ib/in./in., psi. The modified Iowa formula models the major factors influencing pipe-soil interaction resulting from soil and live loads acting on the pipe and support provided by the bedding material surrounding the pipe. Pipe deflections due to self-weight and due to placement and compaction of backfill are not addressed by the modified Iowa formula. The actual deflections may vary from the deflections calculated using the modified Iowa formula due to variations soil loads, live loads, embedment materials, methods of construction, and the inherent variability of subsurface conditions along the pipeline alignment. Reasonable predictions of pipe deflections can be made using the modified Iowa formula if pipe bedding and backfill materials are properly placed and compacted using good construction practices and appropriate equipment. Page 12 of 19 Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-MAR, /IVC. TMI No. FE02-169 February,2003 -== Consulting-Geotechnical-Environmental Construction Materials Testing 5.2 Vertical Soil Loads We recommend that the long-term vertical soil pressure, W5, acting on the top of flexible pipe be taken as the soil unit weight times the depth of cover above the pipe. The soil pressure can be computed from the following relationship: Ys X 125xH WS = _ , Psi 144 144 Where: . Ws = vertical soil pressure, psi ys = unit weight of soil above top of pipe, pcf. A soil unit weight of 125 pcf is recommended for design H = depth from ground surface to top of pipe, feet. iCautionary Note: The vertical soil pressures computed using the above equation should not be used to estimate the sliding frictional resistance for the design of restrained pressure pipe joints for pipes installed in trenches. The vertical soil pressure may be less than computed by the above equation when the pipe is pressure tested. The vertical soil pressures may be less because of soil arching on the sidewall of the trench will prevent the full overburden pressure from acting on the force main pipe. The vertical loads acting on a rigid pipe can be computed using Marston's equations for computing the estimated soil loads on rigid pipe installed in trenches or in embankment conditions. A soil unit weight of 125 pcf is recommended for design. If the trench will be backfilled primarily with shaley clays and/or shale, we recommend that the vertical earth load be based on the full weight of the soil above the pipe. This recommendation is made because the shaley clays and shales placed as trench back fill will deteriorate and soften. This softening will result in large backfill settlements and that could result in complete or partial loss of soil arching effects. For this reason, shaley clay or shale arching should not be relied upon for computing soil loads on rigid pipe. Page 13 of 19 Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-MAR, /NC. TMI No.FE02-169 =__= Consulting—Geotechnical-Environmental February,2003 Construction Materials Testing 5.3 Live Loads Live loads, WL, from trucks and construction equipment should be included in the pipe deflection calculations. Live loads from trucks do not need to be included where the top of the pipe is 8 or more feet below finished grade. Impact loads from trucks should be included where the top of the pipe is less than 3 feet below the truck-tire. An impact factor of 1.35 is recommended for depths less than or equal to two feet and an impact factor of 1.15 is recommended for depths between two and three feet. The impact rfactor should be applied to the wheel load. 5.4 Deflection Lag Factor The deflection lag factor, DL, is a coefficient to correct for long term deflection of the pipe. A deflection lag factor of 1 is recommended if the vertical soil pressure is computed as recommended in Section 5.2 and the pipe is constructed above the water table. A deflection lag factor of 1.5 is recommended where groundwater will rise above granular pipe embedment in the pipe zone for pipe embedment backfill placed at less than 70 percent relative density. A deflection lag factor of 1.0 is recommended for Class 3 Pipe Embedment Backfill. 5.5 Bedding Coefficient The bedding coefficient, K, is a factor that takes into account the degree of support the bedding material provides under the pipe. A bedding coefficient of 0.1 is recommended for use for granular bedding layers. A bedding coefficient of 0.083 is recommended for use with flowable backfill. 5.6 Modulus of Soil Reaction The modulus of soil reaction, Ed, is a measure of the lateral stiffness of the pipe zone backfill material and the native soil in the sidewall of the trench resisting horizontal movement of the pipe. The moduli of soil reaction are dependent on the material type and amount of compaction in the pipe zone, native soil characteristics, trench width, and cover depth. The design modulus, Ed, can be computed from the following relationship: Ed = Eb x Sc, Psi Page 14 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC- T.Al No.FE02-169 _ _= Consulting—Geotechnical-Environmental February,2003 —— — Construction Materials Testing Where: Eb is the estimated pipe backfill modulus of soil reaction- Recommended backfill modulus of soil reactions are presented in Table 3 for various types of pipe backfill. Sc is a stiffness correction factor to account for trench soils with a lower stiffness than the pipe backfill materials. We recommend a stiffness correction factor of 1.0. 5.7 Corrosion Potential Various laboratory tests were performed to evaluate the soil corrosion potential to buried iron and metals including soil resistivity, pH, oxidation-reduction (redox) potential and sulfides determinations. The results of these tests are reported on Figure 26. The tests indicate that the subsurface soils are considered to be nearly non-corrosive to buried ductile iron or cast iron pipe. The tests also indicate the soils are nearly non-corrosive to buried concrete structures in the tested areas. Methodology outlined in the Handbook: Ductile Iron Pipe Cast Iron Pipe, 5th Edition, published by the Cast Iron Pipe Research Association was used to evaluate the corrosivity of the subgrade soils with respect to buried pipe. The American Concrete Institute methodology was used to establish corrosion potential of buried concrete structures. A key to test results and point system summary is given on Figures 27 and 28. Page 15 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. f TMI No.FE02-169 Consulting—Geotechnical-Environmental IFebruary,2003 Construction Materials Testing TABLE 3 — PIPE BACKFILL MODULUS OF SOIL REACTION, E,, f Modulus Eb for Degree of Compaction of I Pipe Zone Backfill Backfill Class Pipe Backfill Material in Pipe Zone <40% 40�o >70% Dumped Density Relative Relative Density Density Density Class - 1 Pipe Embedment Backfill Coarse Crushed Stone: Wear loss of not more than 40 percent when tested in accordance with T T Test Method Tex-410-A. Gradation Reauirements: 1,000 3,000 3,000 3,000 Retained on 1.5 —inch sieve: 0 Percent psi psi psi psi I Retained on 1 — inch sieve: 0 to 5 Percent Retained on '/2 - inch sieve: 40 to 75 Percent I Retained on No. 4 sieve: 90 to 100 Percent Retained on No. 8 sieve: 95 to 100 Percent Retained on No. 200 sieve: 95 to 100 Percent f Fines passing No. 200 sieve: non-plastic Class 2 — Pipe Embedment Backfill Fine Crushed Stone: Wear loss of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. 200 1,000 2,000 3,000 Gradation Requirements: psi psi psi psi Retained on '/Z- inch sieve: 0 Percent Retained on No. 3/8 sieve: 0 to 5 Percent Retained on No. 4 sieve: 35 to 65 Percent Retained on No. 8 sieve: 90 to 100 Percent Retained on No. 200 sieve: 95 to 100 Percent Fines passing No. 200 sieve: non-plastic Class - 3 Pipe Embedment Backfill Flowable Backfill or Cement Treated Sand — Flowable backfill should consist of a mixture of fine aggregate, cement, flyash, and air entraining material to create a consistency that will result in a flowable material that does not require manual methods to distribute. The 25,000 25,000 25,000 25,000 flowable backfill should have a minimum 28-day psi psi psi psi compressive strength greater than 200 psi. The flowable backfill should not subside more than '/4-inch per foot of depth after placement with bleed water less than 98 percent as measured in accordance with Section 10, ASTM C940. Cement treated sands should consist of a mixture of fine aggregate with sufficient cement to produce a minimum compressive strength of 200 psi at 28 days. Page 16 of 19 Sanitary sewer Main 442 Relief;Fort Worth.Texas TERRA-MAR, /NC. TMI No.FE02-169 =_ February,2003 —_= Consulting–Geotechnical-Environmental �' Construction Materials Testing 6.0 MANHOLE & JUNCTION BOX DESIGN RECOMMENDATIONS 6.1 Allowable Bearing Pressure The proposed manholes and junction boxes will be supported in clays, shale and occasionally sands and clayey sands. These structure foundations can be designed using a maximum net allowable bearing pressure of 2,000 psf. This allowable bearing pressure includes a factor of safety of at least 3. It is expected that the total settlement will not exceed 1 inch where the bearing'materials are undisturbed. At least half of the settlement is expected to occur as the manholes are constructed. Clays and shales at the bottom of the structure can soften when exposed to water. In addition, sands and clayey sands and clays, if near the zone of seepage, are subject to bottom instability where influenced by groundwater. The bearing surface of the structure foundation should be protected as previously described in Section 4.6. 6.2 Manhole and Junction Box Backfill The manhole and junction box excavations along the cut and cover sections of the alignment can be backfilled with on-site soils. The manhole and junction box excavations along the bore/tunneled sections of the line are recommended to be backfilled with flowable fill or cement- treated sand. On-site clays are not recommended for use as backfill along the bored/tunneled sections of the line since excessive settlement of these soils is expected. 6.3 Lateral Earth Pressures The manhole and junction box walls will be restrained from movement and should therefore be designed for an at-rest earth pressure condition. We understand the ground elevations for all structures are below the 100-year flood level except for structures near Borings B-6, B-7 and B-8 which are about 1 to 2.5 feet above the 100-year flood level. Therefore, undrained conditions are assumed for all structures. Recommended equivalent fluid pressures for a level ground surface and undrained walls are presented below in Table 4. The undrained, conditions include hydrostatic pressures. The equivalent fluid pressures for the flowable backfill are applicable only after the fill has set-up. Immediately following fill placement, when the fill is in a plastic state, it is expected to have an -- Page 17 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-169 Consulting—Geotechnical-Environmental February,2003 Construction Materials Testing equivalent fluid pressure of about 150 pcf. If the fill is to be placed in a single pour, the walls should be designed to resist the lateral pressures induced by the full column of fill. As an alternate, the fill could be placed in several lifts, allowing each lift to harden prior to the placement of the next lift. The plans should specify the allowable lift thickness so that the lateral pressures induced by the fill do not exceed the design lateral pressures. TABLE 4 — RECOMMENDED EQUIVALENT FLUID PRESSURE Type of Backfill Equivalent Fluid Pressure (pcf) Flowable Fill 70 pcf Cement Treated Sand 80 pcf 114 pcf Site Clays I Surcharge loads should be Included in the wall design. A lateral earth pressure coefficient of 0.5 I is recommended for design if site clays are used. Surcharge loads do not need to be included if flowable fill is used. 6.4 Wall Backfill The flowable fill should have a 28-day compressive strength ranging between 50 and 200 psi. The on-site shale is not recommended for use as fill due to the potential for large backfill settlement caused by.a softening of the shale and increased lateral wall loads with time. The site clays should be placed in maximum 8-inch lifts and uniformly compacted to at least 95 percent of the Standard Proctor density (ASTM D 698) for cohesive soils. The moisture content for cohesive soils should be within 2 to 5 percentage points above the optimum moisture content (ASTM D-698). Heavy compaction equipment should not be used directly against the walls. Hand operated equipment should be used within 4 feet of the walls. The backfill should be brought up in a relatively uniform rate to avoid differential fill heights of greater than two feet. Page 18 of 19 _ Sanitary Sewer Main 442 Relief;Fort Worth,Texas /I� TERRA-MAR, INC. TMI No.FE02-169 == Consulting—Geotechnical-Environmental February,2003 =_ Construction Materials Testing 6.5 Backfill Settlement It is estimated that settlement of the flowable fill or cement stabilized sand is expected to be less than about 1 inch. Site clay is expected to settle on the order of up to 2 percent of the total height of the fill. 7.0 INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all field operations related to soil placement and compaction be monitored by a qualified engineering technician. Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per lift per 200 linear feet of trench backfill. Terra-Mar, Inc, employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. f 8.0 LIMITATIONS I The recommendations presented in this report are based on a discrete number of soil test borings. Although our field personnel visually survey the site for surface features indicative of variable soil.conditions, subsurface conditions may be encountered that differ from these data. In this case, our office should be notified immediately so that the effects of these conditions on design and construction can be addressed. This study was conducted for the exclusive use of TranSystems Corporation Consultants and their design consultants. The reproduction of this report or any part thereof, in plans or other documents supplied to persons other than the owner, should bear language indicating that the info-mation contained therein is for general design purposes. All contractors referring to this geotechnical report should draw their own conclusions for bidding purposes. Page 19 of 19 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-I U =_= Consulting-Geotechnical-Environmental February,2003 Construction Materials Testing ILLUSTRATIONS l NORTH" fest Fork Trinity River Scale: 1 2250' 1 q0/ I �O I I 00' I f I � &-2 m J � ohn T. White Rd ��� p° r-- Waterchose 1 o .' Golf C Course q) 0- 61 I `D Interstate 30 E. Freeway 41 Ederville Rd Meodowbrook Blvd I � o l B B 8-7 �er�d oaks 'aoi Creek ` N* Brentwood Stair Rd 1_9 1 vSOrleak',,,�� a I p°' r I J I r I I I Meodowbrook Blvd >. E-100 341 C J� ----------i o Village Creek _J Pork r'-- I r— � I o � B-1 ------------- Division Street W. tJ P R0-1lrood B-i B-15 I � I f'� I Shady I volley Golf ,o/o i Course Proposed Sanitary Sewer Line TERRA-MAR Fort Worth, exas r Pian of Borings =s Boring Location ]Mf No. FE02-769 Figure 1 f LOG OF BORING BORING B-1 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-16-02 Elev.: 477.61 Location: See Figure 1 Depth to water at completion of boring: 27.0' was: N/A Depth to water when checked: N/A Depth to caving when checked: N/A was: N/A ELEVATION! SOIL SYMBOLS MC LL PL PI -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % �� pct tsf tsf (feet) & FIELD TEST DATA 0 Very stiff dark brown and brown 3.0 r CLAY w/sand and calcareous G nodules — - - - - - 3.0 -- 475 _ _ (FILL)(CH) 18 61 19 42 112.3 4.5+ 1 Hard dark brown CLAY w/limestone ; a.5+ fragments ' r 5 (FILL)(CH) a.o Very stiff dark brown and brown 470 CLAY w/sand lenses and calcareous r 26 64 22 42 96 4.0 nodules 10 -w/calcareous nodules above 11' i 'r 465 1 27 97.0 3.0 2.27 �- 15 (CH) 460 - - f-717/6 Dense reddish brown SAND w/ 13 N/P 19 r :- 20/6.• traces of clay and gravel 20 455 — - - Very stiff to hard tan and gray z.s L 25SHALEY CLAY w/traces of gravel t r - f - 4 _ 450 - - 4.5 (CH) = 30 f I 445 r I _ I i 35 a Notes: Completion Depth: 29.0' Seepage Encountered @ 21.0' FIGURE NO.: 2 Station: 2+00 TERRA-MAR, INC. LOG OF BORING BORING B-2 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 1-7-03 Elev.: 470.18 Location: See Figure 1 I Depth to water at completion of boring: 28.0' Depth to water when checked: NIA was: N/A Depth to caving when checked: NIA was: N/A IELEVATION/ SOIL SYMBOLS MC LL PL PI i-200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % I % pcf tsf tsf (feet) &FIELD TEST DATA 0.75 470 1 0 Firm to very stiff dark brown and 2.0 gray CLAY 2'0 1.75 2.5 9 2.0 4655 Ver stiff bCLAY w/calcareous Very brown 26 97.4 2.5 1.27 I k nodules 1 2.75 460 t 10 I i 455 24 65 21 44 95 103.8 3.0 �15 ' l � 7 ' 950 �20 3.5 } j I { I 22 105.9 3.0 2.65 445 25 I (CH) LZ t — Stiff tan and gray SANDY CLAY w/ calcareous nodules and iron lenses 16 1z3.o 1.5 o.9a 440E 30 i 1 } I _ w/gravel layers below 34.0' 2.25 435 35 (CL) Notes: Completion Depth: 50.0' Seepage Encountered @ 25.0' Station: 20+00 FIGURE NO.: 3 TERRA-MAR, INC. LOG OF BORING BORING B-2 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 f ELEVATION/ —SOI OIL SYMBOLS MC LL PL PI •200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pCf tsf tsf (feet) & FIELD TEST DATA � rr^ _ _ - Hard to very hard gray SHALE X - - 1 - _ 100/3.25 " 930-1"'40 a _10012.5" 425 45 - - - 420 50 170011.5" — — — — — — — — — — — — — - - - - - - - - - - - - - - -- --- - - — — _ I I 1 iI { 415— 55 I fi 410 60 1 1 I I i905 65 i i .1- 400 70 i L 1 L I I 395 75 I L . I l 1 390 .J—80 FIGURE NO.: 4 TERRA-MAR, INC. LOG OF BORING BORING B-3 f Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 I Date: 10-20-02 Elev.: 475.40 Location: See Figure 1 Depth to water at completion of boring: DRY was: N/A Depth to water when checked: N/A Depth to caving when checked: N/A was: NIA ELEVATION! SOIL SYMBOLS I MC LL PL P Bio I -200 D.D. I P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % pcf tsf tsi (feet) &FIELD TEST DATA 475 F 0 I Very stiff to hard dark brown SILTY a.s+ i - CLAY 3.0 (CL) — — — — — _ -- - - - - - - - - - - 2.0 Very stiff to hard dark brown and 3.0 dark gray CLAY 4.5+ - 5 470 T i 19 58 21 37 4.5+ I i 3.0 I r 10 - 465 Very stiff brown, tan and gray CLAY ( w/calcareous and iron nodules 3.5 15 460 20 108.0 3.25 1.94 - 20 455 - 21 57 19 38 93 107.5 3.5 -25 450 2.5 - 445 - 30 f I i I • i 4.0 — 35 440 — i � CH J � Notes: Completion Depth: 47.0' Seepage Encountered @ 38.0' FIGURE NO.: 5 Station: 28+00 TERRA-MAR, INC. LOG OF BORING BORING B-3 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 YMBOLS MC LL PL ELEVATIONI SOIL S 200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % o PI I % pcf tsf tsf (feet) &FIELD TEST DATA Very stiff tan and gray CLAY w/iron nodules 23 1 103.41 2.5 1.25 l 435 F 40 I I ) 1,114 I L I I 3.5 i - I r 45 f 430 4.0 I t (CH) 7 - L I r i 50 425 -1 i 1 ll D$ 420 i 1 r 415 6o I I I I r 65 410 'r I r L 70 405 -+ 1 I I —75 400 — 80 FIGURE NO.: 6 TERRA-MAR, INC. LOG OF BORING BORING B-4 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-20-02 Elev.: 476.67 Location: See Figure 1 Depth to water at completion of boring: DRY was: N/A Depth to water when checked: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS MC LL PL PI •200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION off, % % % pcf tsf tsf (feet) &FIELD TEST DATA —— — — — — — — — — — — — — — - - - - - - - - - - - - - ---- o Stiff to very stiff dark brown and °;I ,; brown SILTY CLAY w/ iron oxide 2.5 475 1 I nodules and traces of sand 1.75 (FILL)(CH) — — — — — — — — — - i Very stiff dark brown and dark gray 22 52 17 35 2.25 5 CLAY w/iron oxide nodules � 470 20 104.1 3.0 2.66 4.0 r i 10 I 46.5 I (CH) Very stiff brown and gray CLAY w/ calcareous and iron oxide nodules 3.25 - 15 460 i 18 114.5 2.5 2.28 = 20 455 - i F I 3.5 r 25 450 (CH) - - - 2.75 445 — 35 1 440 Notes: Completion Depth: 29.0' No Seepage Encountered FIGURE NO.: 7 Station: 49+00 TCDDA_KAAR IN(' _ LOG OF BORING BORING B-5 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-20-02 Elev.: 477.20 Location: See Figure 1 Depth to water at completion of boring: 4.0' Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS MC LL PL PI •200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % Pcf tsf tsf (feet) &FIELD TEST DATA 2.25 -F o Stiff to very stiff dark brown and 4.0 brown SANDY CLAY w/ calcareous I 4.0 475 and iron oxide nodules 14 29 13 16 32 112.6 2.5 (CL) — — — - - - - - - - - - - 2.0- - - Firm to stiff brown SANDY CLAY w 16 129.5 1.0 o:so s I ' traces of gravel 970 -f 17 119.9 2.0 0.66 (CU L _ - - --- - - - ---- Ji Soft tan and gray SANDY CLAY w/ 14 0.5 1.0 gravel 465 4I.I. I Hard tan and gray SILTY CLAY w/ calcareous deposits I . 16 43 15 28 116.9 4.5+ 5.46 i � I i 460 Illlll _ _ _ (CL) _ r - - ; Hard gray SHALE 'L J 2 _ _ _ ,1,0013.5" 0 11 131.9 20.68 - - Run=5' Rec=50% 955 - - ilIRgd=40% 100/2.5" - - - - - - -- - - -- - - 25 - - - - - - - - - - - - - - - i 450 i r i 30 1 4 445 i 35 I Notes: Completion Depth: 25.0' Seepage Encountered @ 8.5' Station: 57+35 FIGURE NO.. 8 TERRA-MAR, INC. LOG OF BORING BORING B-6 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-21-02 Elev.: 481.40 Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: N/A was: NIA f Depth to caving when checked: N/A was: N/A IELEVATION/ SOIL SYMBOLS MC LL PL PI •200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf tsf tsf ` (feet) &FIELD TEST DATA - - - - - - - - - - - - - - - - - - -- - - - - - - - - - -- - - - 0 Stiff to very stiff brown and reddish 1'25 __ brown SANDY CLAY w/gravel Oso L r :: :: _ _ _ _ (CL)(FILL) _ _ _ -- -- - - - - -- 2.5 Very stiff brown, tan and gray � 2.5 SANDY CLAY w/calcareous and iron 2.5 5 nodules 4754 - — — — — — — — (CL) — — — — / - - - - - - - - - Hard tan and gray SHALEY CLAY w 21 108.7 3.0 2.36 - _ - iron oxide lenses w/rock layers below 7.0' j� 20 54 19 35 4.5+ I-10 470 , I _ J 1 � - - r = _ r 15 _ 4 465 _ - - (CH) - - - - - - ---- r _ _ 100/1.5" Hard to very hard gray SHALE - 20 - - - 11 131.9 46.02 Run=5' - - - - Rec= I 460 - - - - .100% Rgd=28% ;Run=2' Rec=50% _ _ _ _ �,IRgd=35 25 x'100/0.75 " _ _ _ - - - - - - -- - - - - -- - 455 i 1h F J 1 30 i ) 450 -j J 1 y � 35 4 I 445 I Notes: Completion Depth: 26.0' No Seepage Encountered Station: 69+70 FIGURE NO.: 9 TERRA-MAR, INC. LOG OF BORING BORING B-7 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-21-02 Elev.: 511.78 Location: See Figure 1 Depth to water at completion of boring: 16.0' Depth to water when checked: N/A was: N/A Depth to caving when checked: At Completion was: 16.0' ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 D.D. P.PEN I LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION oro % % % Pcf tsf tsf (feet) 8, FIELD TEST DATA - -- — — — — — — — — — — — — — -- - - - - - - - - - -- -- i o Stiff brown SANDY CLAY w/traces 1.75 of iron_no_dules_(FILL)(C_L)_ _ .75 - - - 1 _ _ _ _ _ - - -- -- - - - - - -- - --- s10 Medium dense brown SAND w/ 7/6" ;10/6" traces of clay r 12/6" - - (SW) 2 - - - - - - - - - - - -- - -- - -- - 5 !17/6" — — — — — — — — — — — — Medium dense brown and reddish j brown SAND w/traces of clay and 505 F : I ;6/6" gravel I 1 116" ., _ 17 N/P 9.7 12/6" 13/6 10 " I 500 -4 is ' ! .... .i .20/6.. j- 15 - --- 495 Very stiff brown CLAY w/iron oxide lenses 3.5 20 i 490 (CH) Soft to stiff brown and tan SANDY I 17 115.7 2.0 1.03 CLAY 25 485 17 19 10 9 134.2 0.5 r 30 480 I w/iron lenses below 34.0' 19 2.0 - 35 .: (CL) 475-j, Notes: Completion Depth: 55.0' Seepage Encountered @ 17.0' Station: 86+70 FIGURE NO.: 10 TERRA-MAR, INC. LOG OF BORING BORING B-7 f Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 ELEVATION/ SOIL SYMBOLS MC LL PL PI 200 D.D. P.PEN LINCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf tsf tsf (feet) &FIELD TEST DATA f N - _? loofz.o Hard tan and gray SHALEY CLAY w 40 _ _ _ - limestone fragments 470 4 - J _ 45 — _ 100/1.5" (CH) r _ _ 465 Hard to very hard gray SHALE — — -110011.25 ' 50 — — I 460 J r _ I _ 100/2.0" 455 - - - - - - - -- - r 455 I 60 I 450 J t I 65 J i r 445 -� i J 4 r J 70 I 440 i I � 1 - I I I I I 75 I 435 I J 7II1rf r 8° FIGURE NO.: 11 TERRA-MAR, INC. LOG OF BORING BORING B-8 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 1-3-03 Elev.: 507.22 Location: See Figure 1 Depth to water at completion of boring: 36.0' Depth to water when checked: 3 Hours After Completion was: 23' Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS Mc LL PL PI -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf tsf tsf G (feet) & FIELD TEST DATA -- - 0 Stiff to very stiff dark brown, brownw. 2'0 and reddish brown SANDY CLAY 1's s 2.25 505 13 26 13 13 3.0 3.5 5 (CL) Hard tan and brown SANDY CLAY 500 w/small gravel - 4.5+ 16 116.7 4.5+ 7.07 10 495 :i 4.5+ (CL) - - - - - - - - --- a90 Stiff tan and gray SANDY CLAY 16 19 13 6 61 2.0 - 20 485 S 18 111.1 1.5 0.72 25 (CL) Medium dense tan CLAYEY SAND 480 w/clay and small gravel 11/6" '':7. 1116" - 30 F' 475 (SC) 14/6" 19 29 13 16 31 10/6" 14/6'• 35 Notes: Completion Depth: 60.0' Seepage Encountered @ 22.0' SFIGURE NO.: 12 Station: 94+00 TERRA-MAR, INC. LOG OF BORING BORING B-8 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 ELEVATION! SOIL SYMBOLS MC LL PL 200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pcf tsf tsf (feet) & FIELD TEST DATA f 470 .ti Medium to dense tan CLAYEY l SAND w/CLAY and small gravel I I I 1416" I 1316" Hard to very hard gray SHALE r I I I 465 10012.0" I 460 I C _ _ { 1 - - L 10011.75 " 50 — — t 455 100/1.0.- 450 00/1.0"450 7 100/1.0' - - - - - - - - - - - - -- - 60 i 445 '- 65 I r I 440 1 1 I y 70 1 435 - j 75 i 430 ) T fi !- so L FIGURE NO.: 13 TERRA-MAR, INC. 9 LOG OF BORING IBORING B-9 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 1-6-03 Elev.: 487.67 Location: See Figure 1 Depth to water at completion of boring: 10.0' was: N/A Depth to water when checked: N/A f Depth to caving when checked: N/A was: N/A I ELEVATION/ SOIL SYMBOLS Mc LL PL PI 200 I D.D. I P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf I tsf tsf (feet) & FIELD TEST DATA i 0 Firm to stiff dark brown SANDY 0.i5 ' CLAY 1.5 (CL) - - - - - -i - - - - - - -- - - -- - 2.0 485- Firm to very stiff dark reddish brown 4.0 and brown SANDY CLAY to 14 za 12 12 31 122.0 2.25 CLAYEY SAND 5 F is 18 113.7 1.25 0.54 1 I 480 (CL-SC) 1.0 to _ Loose to medium dense reddish - " brown CLAYEY SAND/SANDY CLAY w/iron oxide nodules 475 :• 1 f4/6" r 15 4 I .r - I 470 i 14/6" •i 14/6" — 20 465 21 21 15 6 29 :i 14/6" 5/6" 25 460 I I 1 30 :'.``} 8/6" (CL—SC) 455 = i 35 Notes: Completion Depth: 31.0' Seepage Encountered @ 10.0' FIGURE NO.- 14 Station: 102+00 TERRA-MAR, INC. LOG OF BORING BORING B-10 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 1-06-03 Elev.: 479.34 Location: See Figure 1 Depth to water at completion of boring: 26.0' was: N/A Depth to water when checked: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS MC LL PL PI 1-200 D.D. I P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION q, % % % pcf tsf tsf (feet) & FIELD TEST DATA 0 Very stiff to hard dark brown and 3.5 brown CLAY w/traces of sand 3.s 3.0 4.5, i 17 53 18 35 94 110.3 4.5+ 1 4754 k5 _ 4.5+ I r � i 4.5+ 470 y I— 10 7 i (CH) 465 r Very stiff brown and gray CLAY 2.25 r-15 � i I i 19 112.5 2.5 2.52 460 - 20 i 955 ' 25 (CH) 3.0 a 450 30 445 35 1 Notes: Completion Depth: 26.0' Seepage Encountered @ 14.0' Station: 133+00 FIGURE NO.: 15 TERRA-MAR, INC. LOG OF BORING BORING B-11 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-1-02 Elev.: 494.34 Location: See Figure 1 Depth to water at completion of boring: 25.0' Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS MC LL PL PI •200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf tsf tsf (feet) & FIELD TEST DATA -I 0 Stiff to very stiff dark brown and 3.-5 brown SILTY CLAY w/ traces of t.s sand 1.5 — — — — (CL) — — — — — —� - - - - - - -- - - - - - -- - -- - 12.5 ,. .: Very stiff brown, reddish brown and 4.0 990 tan SANDY CLAY w/iron oxide 5 nodules and stains (CL) Very stiff dark brown SILTY CLAY t I �I w/traces of sand 23 102.4 3.5 3.10 00.00 485 1 hal II 20 47 18 29 85 4.0 10 i (CU - = a Stiff to hard reddish tan, tan and ^ gray SANDY CLAY w/calcareous 480 ; nodules 4.25 15 �- - r - a 475 - = 116 117.4 2.75 2.50 r 20 r - ' J h 470 F _ - _ (CL) - -- 1.75 X25 _ — — — — - - - - - - - - - - - -- ---- • i � � I 465 - 30 - I - 460 - =35 ( r Notes: Completion Depth: 25.0' No Seepage Encountered Station: 169+00 FIGURE NO.: 16 TERRA-MAR, INC. LOG OF BORING BORING B-12 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 1-3-03 Elev.: 499.25 Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: N/A was: N/A Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS MC LL PL PI 200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION I % I oro % % I pcf tsf tsf (feet) & FIELD TEST DATA o - - Very stiff to hard tan and gray 3.0 k - - SHALEY CLAY w/traces of silt a.s � - 21 66 25 41 4.5 F = - - 4.5 495 - - - 20 108.0 4.5+ 2.14 5 1 r 4.5+ f I - - { 4.5 490 -{ r _ _ - (CH) Hard to very hard gray SHALE f - - 485-+ 100/3.0" y 980 100/2.25 " 20 475 - - - -25 - - - - 1 100/1.75 i i 470 - 30 - I - I 465 I _ 35 i Notes: Completion Depth: 26.0' No Seepage Encountered Station: 180+00 FIGURE NO.: 17 TERRA-MAR, INC. LOG OF BORING BORING B-13 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 f Date: 12-1-02 Elev.: 498.62 Location: See Figure 1 I Depth to water at completion of boring: 18.0' Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS MC LL PL -200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % PCf tsf tsf PI (feet) & FIELD TEST DATA -+ - -- - 0 Very stiff to hard dark brown, brown and tan SANDY CLAY w/ 3.0 r '• �' ' 4.25 calcareous nodules w/gravel and iron oxide nodules 4.0 4954.5 below 3.0' I5 (CL) - - - - - -- - -- ---- ::::� Hard reddish brown and tan SANDY CLAY w/calcareous and iron nodules 12 29 12 17 So - a.s+ ;I and iron stains 490 -� 12 125.6 4.5 4.41 10 (CL) [ I I I Very stiff tan and gray SILTY CLAY w/calcareous nodules and sand 7 I 485 I) 16 41 14 27 3.25 (I I r 15 00 00 I 00 y I I 480 I 2o 16 118.2 4.0 4.22 � IIIIII, I III , 4 I 475 I III 2.75 I 2-5 00 00 tI I (CL) 4.0 I 470 �r 1 30 I L I F I 465 I I— 35 1 r Notes: Completion Depth: 27.0' Seepage Encountered @ 21.0' Station: 206+50 FIGURE NO.: 18 TERRA-MAR, INC. LOG OF BORING l BORING B-14 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-1-02 Elev.: 500.18 Location: See Figure 1 Depth to water at completion of boring: 21.0' was: N/A Depth to water when checked: N/A Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 D.D. 'P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pcf I tsf tsf (feet) & FIELD TEST DATA I -- - — — — — — — — — — — — — -- - - - - - - - - - - .. L _ .. - - - - � 4.5+ Soo o Hard dark brown, reddish brown, I i i 4.25 tan and gray SHALEY CLAY w/ gravel and calcareous nodules i 4.5+ (CH) 21 71 23 48 - 4.5+ - - _ Hard reddish brown,tan and gray 18 - - - - - - - - 112.314.5+ 7.57 495 5 - SHALEY CLAY w/calcareous and iron nodules _ - 4.5+ - - (CH) _ _ _ _ _ - - - - - - - - - - -- - 1 Hard dark brown and brown SANDY CLAY w/calcareous nodules 480 10 (CU - - - - - - -- - - - - - - - - - - - - i Hard brown tan and gray SILTY CLAY w/traces of sand 15 117.2 4.5+ 6.31 485-1 I iI 0 d li ,II (CL) 17 46 16 30 88 14.5+ I 480 — 20 i -7 ; Stiff tan SANDY CLAY w/gravel 13 I 2.0 475 25 I I 470 1 30 1 - i I 1 465 + 35 . I Notes: Completion Depth: 27.0' Seepage Encountered @ 22.0' FIGURE NO.: 19 Station: 221 +00 TERRA-MAR, INC. LOG OF BORING BORING B-16 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 f Date: 12-20-02 Elev.: 476.11 Location: See Figure 1 IDepth to water at completion of boring: DRY Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A 200 D.D. P.PEN UNCON. ELEVATION/ SOIL SYMBOLS MC LL PL PI - DEPTH SAMPLER SYMBOLS DESCRIPTION % I oho % % I pcf tsf tsf (feet) &FIELD TEST DATA o Very stiff to hard dark brown, ° z 4754.5+brown, tan and gray SANDY a.s+ CLAY w/iron nodules (FILL)(CL) + Hard dark brown, brown, tan and 4.5 - I gray SILTY CLAY w/calcareous and 16 47 16 31 4.5+ f r s S I I iron nodules 470 I I' �I x 14 116.6 4,5+ 11.24 ,I '' I I 4.5+ 1' 1.0 1111 (CL) r I Very stiff tan and gray SILTY CLAY l i l l I w/some sand 22 49 17 32 84 2.0 - 15 ,11111 ; I I 460 i I; I ; I I• 21 108.9 1.0 1.43 ' I r 20 dl ; lllt, 455 ! II ' , 1 3.0 I — 25 I I I , 00 450 r ' , I .I (CL — - - — - - -11 - - - - - - t5- - - - - 30 - I 445 _ I I r 35 440 ; t Notes: Completion Depth: 30.0' Seepage Encountered @ 23.5' Station: 42+50 FIGURE NO,: 21 TERRA-MAR, INC. BORING LOG SYMBOLS AND TERMS FOR SOIL SOIL AND MATERIAL TYPES* SAMPLER AND INDICATOR TYPES 01 -7—,7,Clay Shaley Thin Walled Rock CH CL) CH,CL)' Shelby Tube Core I l I Silt Silty Clay Standard THD Cone ' J 1� (MH, ML) / (CL, CH)' ® Penetration Penetrometer L I iSand Sandy Clay Bulk/Grab Solid or Hollow (SP, SW) / (CL.CH)' a Sample Stem Auger Gravel Clayey Water level mr Water Level on the I I�='t•�� at Completion Date Indicated (GP, GW) _ Sand(SC)' P SAsphalt i Concrete Depth to Caving Boring Paving t '� Paving at Completion ��Continues 'Note: Dual symbols are used to indicate borderline and mixed soil classifications STRENGTH OF COHESIVE SOILS DENSITY OF GRANULAR SOILS Soil Pocket Penetrometer SPT Blows Relative Consistency Reading, tsf per foot, N Density Very Soft < 0.25 0 to 4 Very Loose Soft 0.25 to 0.50 4 to 10 Loose Firm 0.50 to 1.00 10 to 30 Medium Dense Stiff 1.00 to 2.00 30 to 50 Dense Very Stiff 2.00 to 4.00 > 50 Very Dense [ Hard > 4.00 DESCRIPTIVE TERMS FOR SOIL Description Criteria Inclusions Stratified Alternating layers of material or color Parting Inclusion < 1/8"thick with layers at least 1/4"thick Seam Inclusion 1/8"to 3"thick Laminated Alternating layers of material or color Layer Inclusion > 3" thick with layers at least 1/4"thick Trace <5% of sample Fissured Breaks along definite planes of fracture Few 5%to 10%of sample with little resistance Some 10% to 25%of sample Slickensided Fracture planes appear polished or Numerous 25%to 50% of sample glossy, sometimes striated Blocky Cohesive soil that can be broken down Soil Moisture into small hard angular lumps Dry No obvious water in sample Calcareous Containing appreciable quantities of Moist Sample is damp without excess water calcium carbonate. (Reactive with HCI) Ferrous Containing appreciable quantities of Very Moist Sample is damp and water is visible ferrous oxide/iron nodules and/or stains Wet Sample bears free water SOIL GRAIN SIZE Soil Grain Size in Millimeters 152 76.2 19.1 4.76 2.00 0.420 0.074 0.002 Gravel Sand Silt Clay Boulders Cobbles Coarse I Fine I Coarse I Medium I Fine 6" 3" 3/4" 4 10 40 200 270 U.S.Standard Sieve Size TERRA-MAR FIGURE NO.: 22 BORING LOG SYMBOLS AND TERMS FOR ROCK ROCK TYPES z=T� Limestone ! Shale Sandstone Mudstone l a - . ;- Weathered Weathered ____: Siltstone ,- Dolomite =r' y Limestone ) Shale _ Severely _-, „ Severely , Weathered :�;%V Weathered ;=_ Claystone Granite Limestone -%! Shale f V.-X ROCK HARDNESS ROCK HARDNESS BY THD CONE Friable Crumbles under hard pressure Penetration Very Soft Dented w/moderate finger pressure Description per 100 Blows SoftScratched easily with fingernail Very Soft > 6" IModerately hard Can be scratched easily with knife Soft 5" to 6" but not fingernail Soft to Hard 4" to 5" Hard Can be scratched with knife with Hard 2" to 4" some difficulty and broken with light Hard to Very Hard 1" to 2" to moderate hammer blow Very Hard Cannot be scratched with knife and Very Hard 0" to 1" I can be broken by one to several I hard hammer blows WEATHERING GRADES OF ROCK MASS Slightly Weathered Some discoloration indicates weathering of rock, may be some small decomposed rock pockets, layers and/or seams Weathered Discoloration of majority to all of the rock mass, with trace to some of decomposed rock pockets, layers and/or seams Severely Weathered All of the rock material is discolored and most of the rock mass has decomposed into a soil with the original mass structure still largely intact JOINT DESCRIPTION Spacing Inclination (degrees) Surfaces Very Close <2" Horizontal 0-5 Slickensided Polished Close 2"-12" Shallow 5-35 Smooth Planar Close to Wide 12"-3' Moderate 35-65 Irregular Granular Wide >3' Steep 65-85 Rough Jagged Vertical 85-90 BEDDING THICKNESS Very Thick >4' Thick 2' to 4' Thin 2" to 2' Very Thin 0.5" to 2" Laminated 0.08" to 0.5" Thinly Laminated <0.08" TERRA-MAR FIGURE NO.: 23 [ [ U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N C 00 O N '7 N (O M � M f`•) 100 90 80 -.... -- -- - --- ------ - --— -------- 70 ' a� 50 LL 40 - -- -- I;- - -- m I, [ a 30 ------ ; - ------ 20 10 - !ij 0 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth % Gravel % Sand % 4200 LL PI �— B-5 3' - 4' 0.0 37.8 62.2 N/A N/A --¢— B-7 7' - 8.5' 13.9 57.0 29.1 N/A N/A �— B-8 29' - 30' 0.0 54.8 45.2 N/A N/A Legend Boring No Depth Material Description USCS B-5 T - 4' Dark Brown and Brown Sandy Ciay CL B-7 T- 8.5' Brown and Reddish Brown Sand w/traces of Clay SW —p-- B-8 29' - 30' Tan Clayey Sand w/small gravel Sc RESULTS OF SIEVE ANALYSIS Sanitary Sewer Main 422-A Fort Worth, Texas TERRA-MAR INC. FE02-169 FIGURE 24 i II U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N p O '` CO p N Q O N I I co M - 100 - 8070 —--- ---- -- —- I ------- ---- ----- _.. --- i l `m 50 --- --- -- ------- - — -- — - LL j 40 a. 30 , 10 !i 0 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Boring No Depth % Gravel % Sand % 4200 LL PI �— B-9 19' - 20' 0.0 37.8 62.2 N/A N/A —�- B-11 14 - 15 0.0 26.1 73.9 N/A N/A --o-- B-14 24 - 25 39.2 41.9 18.9 N/A N/A Legend Boring No Depth Material Description USCS �— B-9 19' - 20' Reddish Brown Clayey Sand/ Sandy Clay CL-SC —� B-11 7'- 8.5' Reddish Tan, Tan and Gray Sandy Clay CL —a— B-14 29' - 30' Tan Sandy Clay w/gravel SC RESULTS OF SIEVE ANALYSIS Sanitary Sewer Main 422-A Fort Worth, Texas TERRA-MAR INC. FE02-169 FIGURE 25 KEY TO SOIL CORROSION POTENTIAL TEST RESULTS SOILS POTENTIAL TO CORRODE DUCTILE IRON AND CAST IRON PIPES Description Points Resistivity ohm-cm <700 10 700 - 1,000 8 1,000 - 1,200 5 1,200 - 1,500 2 1,500 - 2,000 1 >2,000 0 pH I 0 - 2 5 2 - 4 3 4 -6.5 0 6.5 - 7.5 0' 7.5 - 8.5 0 >8.5 3 I Redox Potential >+100 mV 0 +50 to +100 mV 3.5 0 to +50 mV 4 Negative 5 Presence of Sulfides" Positive (strong bubbling or foaming) 3.5 Trace (slight bubbling or foaming) 2 Negative (no bubbling or foaming) 0 Moisture (Drainage) Poor Drainage (continuously wet) 2 Fair Drainage (generally moist) 1 Good Drainage (generally dry) 0 If sulfides are present and low or negative redox potential results are obtained, add 3 points to this range. " Sodium azide-iodine qualitative test. Note: Sum the points from each test procedure. Use total sum and table below to find the soils potential to corrode ductile iron and cast iron pipes. Nearly Non-Corrosive Mildly Corrosive Corrosive Highly Corrosive p - 1 1 - 4 4 - 10 >10 Reference: Handbook: Ductile Iron Pipe. Cast Iron Pipe, 5th edition published by the Cast Iron Pipe Research Association TERRA-MAR Figure 27 KEY TO SOIL CORROSION POTENTIAL TEST RESULTS SOILS POTENTIAL TO CORRODE CONCRETE Description Mildly Very Corrosive Corrosive Corrosive Water Soluble Sulfates (mg/kg) 0 - 150 150 - 1,500 >1,500 Nearly Very Non-Corrosive Corrosive Corrosive pH 7.5 - 14 3 -6.5 0 - 3 I 6.5 -7.5* * If sulfides are present within this pH range a potentially corrosive environment exists due to the I presence of bacterial growth and activity, thus reducing the pH. RECOMMENDATIONS FOR NORMAL WEIGHT CONCRETE SUBJECT TO SULFATE ATTACK Water Soluble Sulfate Maximum* Sulfate (SOJ (SO,) in Recommended Water-Cement Exposure in Soil %) Water (ppm) Cement Type Ratio Mild 000 - 0.10 0 -150 --- --- Moderate** 0.10 - 0.20 150 - 1,500 Type II, 0.50 IP (MS), IS (MS) Severe 0-20 - 2.00 1,500 - 10,000 Type V 0.45 Very Severe >2.00 >10,000 Type V + 0.45 Pozzalan*** * A lower water-cement ratio may be necessary to prevent corrosion of embedded items. *" Seawater also falls in this category. **" Use a pozzalan which has been determined by tests to improve sulfate resistance when used in concrete containing Type V cement. References: ACI 210R-87(4.3). ACI Manual of Concrete Practice Part 1. 1988. Table 2.2.3 TERRA-MAR Figure 28 Sanitary Sewer Main 442 Relief; Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-169 February,2003 Consulting—Geotechnical-Environmental Construction Materials Testing I I APPENDIX A STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES i Sanitary Sewer Main 442 Relief; Fort Worth.Texas TERRA-MAR, 1IVC. TMI No. FE02-169 i February,2003 —== Consulting—Geotechnical-Environmental JI Construction Materials Testing 1 APPENDIX - STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES FIELD INVESTIGATION PROCEDURES The borings for this investigation were staked in the field by a Terra-Mar engineer using simple ltaping procedures from reference points noted on the site plan provided by the client. A field log of each boring was recorded during field drilling operations. These field logs and soil classifications were reviewed/verified by a geotechnical engineer in the laboratory through visual I classification. Samples were visually classified according to color, texture, predominant material type, consistency and density. Results from the laboratory testing program along with the visual classification of each soil stratum were used in the determination of the USCS classification for Ieach soil stratum (ASTM D-2487). Finalized boring logs are provided in the report, as noted in the table of contents. Please note that the lines of soil demarcation represent the approximate soil boundary between differing material types, and that the actual transition between the soil Jstrata in the field may be gradual. Truck mounted drilling equipment was used to advance the borings to the completion depths using solid stem auger procedures. Soil samples were foil wrapped and sealed in plastic bags, for moisture control, and were marked to identify the boring number, sample depth, and job number. Unless notified to the contrary, soil/rock samples/cores will be stored for 90 days, and then discarded. Field soil/rock sampling procedures were performed in accordance with the 1 following standards: Thin Walled "Shelby" Tube Sampling (ASTM D-1587) IThis sampling method consists of pushing thin walled steel tubes, with an approximate 3 inch outside diameter, into the soil to be sampled using pressure provided hydraulically by the drilling 1 rig, or manually by the field technicians. This sampling method is typically used on cohesive soil 1 samples, and produces samples that are relatively undisturbed and suitable for shear strength testing, consolidation testing, permeability testing, and in-situ density approximation. TxDOT Cone Penetrometer Test "THD" (TEX-132E) The THD Cone Penetrometer Test is a field test established by the Texas Department of I Transportation to determine the relative density and load carrying capacity of deep foundation materials (typically rock formations). In this test, a 3 inch diameter penetrometer cone is seated into the strata to be sampled. The cone is then driven into the strata using a 170 pound weight I freely falling over a distance of 24 inches. The cone is driven until either the blow count reaches J 50, or the penetrometer has been driven 6 inches. The number of blows and the distance driven is then recorded on the field logs. The results of the field test are then used in a table that I correlates the load carrying capacity and skin friction of the proposed bearing strata to the field test results. Sampling by Auger Boring Method "Grab Sample" (ASTM D-1452) This sampling method consists of sampling the soil samples by removing representative soil samples from the continuous flight augers used to drill the boring, or by removing soil samples 1 from the cuttings brought to the surface by the augers. This method provides highly disturbed samples that are appropriate for classification purposes only. I sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, 11M TMI No. FE02-169 — _-_ February,2003 Consulting–Geotechnical-Environmental Construction Materials Testing Standard Penetration Test (SPT) and Split Barrel Sampling of Soils (ASTM D-1586) This sampling method consists of driving a 2-inch outside diameter split barrel sampler into the soil strata using a 140 pound hammer freely falling through a distance of 30 inches. The sampler is first seated 6 inches into the soil to be sampled, and is then driven an additional 12 inches in 6 inch increments. The number of blows required to drive the sampler the final 12 inches is then known as the Standard Penetration Resistance. The results of the SPT tests are given in blow counts per 6 inches on the boring logs. This sampling method is typically used for sampling non- cohesive or low cohesion soils, and gives an indication of the relative density of the in-situ soils, I which can then be used to estimate allowable bearing capacities and potential elastic settlement within the soil mass. 1 Diamond or Carbide Core Drilling for Site Investigation (ASTM D-2113) This sampling method consists of sampling very hard strata (typically rock formations) by I advancing a rotating double tube core barrel equipped with a diamond or carbide cutting bit. During this procedure, wash water or highly compressed air is used to remove excess material cuttings, and to cool the cutting bit. Typically, a 3 inch outside diameter by 2-1/8 inch inside I diameter coring bit is used, unless otherwise noted. The recovered material is then examined in the field and stored according to the procedures mentioned at the beginning of this section. The soundness of the recovered cores were evaluated in two ways. These included calculating the 1 Recovery Ratio (REC) and the Rock Quality Designation (RQD). These values are calculated according to the following formulas: REC = (Total Length of Core Recovered / Length of Core Run) x 100 IRQD = (Total Length of Cores Rec. Greater than 4 inches / Length of Core Run) x 100 Higher REC and RQD values are an indication of the cored material quality and its suitability as a bearing material. Generally speaking, the closer the REC and RQD values are to 100%, the higher the quality of the cored material. These values are recording on the boring logs next to the sample run when appropriate. Please note that RQD values can sometimes be rather low due to the presence of hard layers in the rock strata and/or mechanical breakage in the coring tube. In these instances, the REC and RQD values are not recorded on the boring logs. Groundwater Observations Groundwater observations were made during drilling operations, and after a period of at least 24 hours, unless otherwise noted on the boring logs. It should be noted that the use of water during coring operations can make the determination of groundwater conditions difficult. When necessary, wash water was bailed out of the borehole to a depth below the depth of seepage observed during drilling operations. 1 LABORATORY INVESTIGATION PROCEDURES l . Sanitary Sewer Main 442 Relief:Fort Worth,Texas TERRA—MAR, INC. TMI No.FE02-169 February,2003 == Consulting—Geotechnical-Environmental Construction Materials Testing The laboratory-testing program was directed primarily toward the evaluation of the physical and engineering characteristics of the underlying site soils. A Geotechnical Engineer performed identification tests, unless otherwise noted. The results of this laboratory-testing program are I shown at the appropriate sample depths on the boring logs, or on the appropriate figures. Unless otherwise noted, laboratory procedures were performed according to the following procedures: JMoisture Content (ASTM D-2216) Natural moisture contents of the soil samples (based on the dry weight of the soil) were determined for selected samples at selected depths. These moisture contents are useful in delineating the depth of the zone of moisture change with an increase in subsurface depth, and can be useful in locating the groundwater table. The moisture content can also be useful in 1 analyzing and evaluating the expansion potential and/or shear strength of soil samples. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). l Atterberg Limits "Liquid and Plastic Limits" (ASTM D-43181 J The Atterberg Limits are given as the particular moisture contents of fine grained soil materials when they meet the requirements of a predefined test. In particular, the Plastic Limit (PL) is given 1 as the approximate moisture content at which the soil material begins to behave more like a plastic material than a semi-solid material. Similarly, the Liquid Limit (LL) is given as the moisture content at which the soil material begins to behave more like a liquid material than a plastic material. The difference of these two test values can then be calculated, and is known as the I Plasticity Index (PI). Larger PI values indicate an increased ability of the soil material to remain in a plastic state with changes in the moisture content. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). The Atterberg Limits can then be used in conjunction with other parameters to classify the soil according to the Unified Soil Classification System (USCS). These parameters are also useful in evaluating the expansion potential of the fine 1 grained soil materials with fluctuations in the moisture content. J Unconfined Compressive Strength of Soil Samples (ASTM D-2166) The unconfined compressive strength testing of the soil sample(s) was performed in order to evaluate the undrained shear strength of the soil material(s). For this test, a sample with a minimum length to diameter ratio of 2:1 was used whenever possible in order to reduce end I effects during testing. If the ratio was less than 2, a correction was applied according to standards listed in the ASTM manual. The results of the unconfined compressive strength test is useful in evaluating the shear strength of soil materials in undrained conditions and can also be used to determine the amounts of cohesion present. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). 1 Unconfined Compressive Strength of Rock Cores (ASTM D-2938) The unconfined compressive strength of the rock material(s) was determined in order to evaluate jthe soundness of the rock material, and give a general indication of the ultimate bearing capacity of the bearing formation. For this test, the sample(s), with a minimum length to diameter ratio of 1 i Sanitary Sewer Main 442 Relief; Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-169 _ February,2003 —== Consulting–Geotechnical-Environmental Construction Materials Testing 2:1, was used whenever possible in order to reduce end effects during testing. If the ratio was less than 2, a correction was applied according to standards listed in the ASTM manual. The Iresults of the test(s) are reported at the appropriate depth(s) on the boring log(s). Pocket Penetrometer Shear Strength Evaluation IA small hand held penetrometer device was used in the laboratory to evaluate the shear strength of relatively undisturbed cohesive soil samples. In this test, the flat tip of the device is placed on a flat portion of the undisturbed sample. A constant pressure is then applied until the device I penetrates the sample a predetermined amount. The approximate shear strength developed is then read on the side of the device in tons per square foot, and is reported at the appropriate depth on the boring log(s). This test is valuable in developing relative correlations of the consistency of soils across the site, and can also be used as an indication of the in-situ moisture content relative to other samples, IPercentage Passing the Number 200 Sieve (ASTM D-1140) The amount of material passing a Standard Number 200 sieve was determined by wet washing the material over a number 200 sieve nested with a number 8 sieve (to protect the No. 200 1 mesh). The results of the test(s) are useful in the classification of the soil material, and are shown at the appropriate depth(s) on the boring log(s). Grain Size Analysis (ASTM D-422) Grain size analysis tests were performed on selected samples to determine the particle size and distribution of selected soil samples. The distribution of the soils coarser than the Standard INumber 200 Sieve were determined by washing and dry sieving the soil materials over a set of nested wire cloth sieves. When necessary, the distribution of the soil materials finer than a Standard Number 200 sieve were determined using a hydrometer sedimentation process. The 1 results of the test(s) are given on the Grain Size Distribution Report as noted in the Table of Contents. 1 I l 1 I . I i i i i i Appendix B I I I I I I I I I I I l IIIII6 III' III. l _ ACKFILL _ (IIIII III SEESPEC.EBEl—2.4 MINIMUM 6` INITIAL —II :;�"= II- G.C.D. ' ' _ BACKFILL COYER —� •' ��: ��;:���:_ SAND MATERIAL EMBEDMENT II=I•;%j :':';. BACKFILL�INITIAL B o S • : SEE SPEC: Et-2.3 G.C.D. LL. lily- :-<< �, �: '' 11= z MINIMUM 6` -`�:s: �` EMBEDMENT - 111 l 11�11 l l=1 I IEEI I Eill 11=1 l I z WATER: SIZES UP TO AND INCLUDING 12" J Y U I1=1IEl 1HaII °' _ a TYPE C BACKFILL -I III SEE SPEC. EI-2.4. 1 ,MINIMUM INITIAL BACKFILL COYER: I; '�:' .~' ';4: IIIII G.C.O. W WATER 6 SEWER — 12` — I' K. . CRUSHED STONE. OR SAND STORM DRAIN 12` •'` ` MATERIAL INITIAL BACKFILL—III 11— SEE SPEC. E1-2.4(b) OR mIlalIIE1-2.3 G.C.D. . :a. 4;MINIMUM 6` ." -I I_I O EMBEDMENT =III- °_ ' "_ CRUSHED STONE -III-III-III-III-III-III SEE SPEC. E1-2.3 z —III—III—III=III-111=III— G.C.D. 3: 1l O WATER: SIZES 16" AND LARGER SEWER: ALL SIZES 1 STORM DRAIN: ALL SIZES 1 d w MATERIAL SPECIFICATIONS' d SAND GRADATION w •LESS THAN 10% PASSING O J 1200 SIEVE THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS •P.I. — 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH •J THE EI-2.4(b) AND E1-2.3 OF THE G.C.D. AND STD. SPEC. O l ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR G:f J STREET do STORM DRAIN CONSTRUCTION. ALL OTHER z CRUSHED STONE GRADATION PROVISIONS OF THESE ITEMS SHALL APPLY. O I SIEVE SIZE X RETAINED U J 1" 0-10 y J 1/2` 40-75 WATER, SEWER & STORM DRAIN Q 3/e` 55-90 EMBEDMENT AND BACKFILL DETAILS Ld o *4 90-100 Ips 95-100 CITY OF FORT WORTH-CONSTRUCTION STANDARD cn FIGURE A DATE:2-19-02 — �— r Backfill as specified Existing surface ' i vt J . •rte'• •.•`\0io ••l: .l. IO 6" min. dimension. 6" max. for pay purposes when bid per cubic yard. O6" min. dimension. Max. for pay purposes shall be 6" on main 24" and smaller, 9" on mains 30" f and larger, when bid per cubic yard. Q3 4" min. dimension. 4" max. for pay purposes when bid per cubic yard. 40 Class "E" 1500# concrete. Concrete encasement shall stop 1 ' either side of joint, and when encasing concrete pressure pipe, full lengths of pipe shall be encased, joints excluded. CONCRETE ENCASEMENT DETAIL FIGURE 20 E 1-7 Material 1-1-78 E 2-7 Construction . i IIITE FRAME AAO 21'DIA.COVER. EQUAL TO uCKMEy IRON WORKS. N0.A 7, Ail WITH PICK SLOTS OR i f PICK HMI REFI tet+ l 11• A 1 1 A111 I I CRADLE TO Ea ENOCRET I TO PIPE DELL TOP OF CONCRCTC CONE —� 1 SECTION IS-BELOw FINIS" ' J f11u ELCVATION � I � � 4 EA.• 2'XO'%7/'L0.PRECAST REINFORCED CONCRETE GRADE MONOLIileC CONCRETE OR RNGS•CONFORUWG 10 A.S.111., A.S.T.M.C•47B PRCCAST , I I ''' C 4711,OR EQUAL NAY BE REINFORCED uArIHOIE .;, USED N UEu or BRICK. 1 ' c/1sr01c AM uANiOLE LIDS A-A J SECTIONS OR EQUAL. �'. I I I W.E-2•:11 j DERMA-STEP •100.2.OR EQUAL 1 WD STAGGERED, AS SHOWN I J 1/ I I� •ti A A - �(� j � _ cROUf 1! PRCCASTI I g B-B CLASS r IIOoo-I CONCRETE m� V 4-OIA FOR SEWER PIPE UP To 21- DIA. 1i DA. u PD Iv PE ID .19- OIA. J J CDP /�nI AQ QAhv IT°Y SE4"SER IMIANHLL� „•I I I'll V Dr11 \D 1 t f r u a r I I L J (PRECAST SHOWN) NOT TO SCALE FIGURE' 104 J Pressure Grout Between Casing And i All Pipe Shall Be Surrounding Earth Laid To Grade As Shown On The Plans Tunnel Liner Or Casing Pipe As Required. Water Lines Shall be - Secured by Struts. Carrier Pipe Adequate Skids Shall Be 5 I :. Furnished And Installed By The Contractor As Necessary Various Types Of � `'' ,•�:�, Y Casing Pipe May Be To Facilitate Installation Used, Conc. , Steel Or �` Of Carrier Pipe. Corrugated Metal As —1 Permitted By The Plans And Specifications , TUNNELED SECTION Pressure Grout Between Casing And Surrounding Earth On - 1_ � - �� Bored Section. All Pipe Shall Be �7 ' , � \/ Casing Pipe Laid To Grade As i_ Shown On The Plans. � ;+ '• � i - �.'�: Water Lines Shall be _ Secured by Struts. M..� I Various Type of Casing Pipe May Be Used, Conc. , Steel , Or Corrugated Metal ^� Carrier Pipe As Permitted By The Plans ` And Specifications. j -° _f:c�,.'�j Adequate Skids Shall Be .'� �l Furnished And Installed By ' ' orf The Contractor As Necessary To Facilitate Installation Of OPEN CUT Carrier Pipe. I BORED OrSECTION I CASING DETAILS 1-1-78 FIGURE 21 E 1-15 Material E 2-15 Construction ' J Natural Ground I N v -Dimension �.X" 3 CU Sewer Pipe - 12 " U 0 I � U G; f vi v � c N Gr.a•nL,'1 a'r: �mbedmen•t Minimum Depth ' lAfter Compaction 6" Min. Crushed Limestone to Extend from 6" Below ' `e 1 , Pipe to Springl ine \a�tef (Excavate for Bells) 0`ame r r ' Crushed mestone• Cost of Granular Embedment and Crushed Limestone Bedding 1 TYPICAL SECTION Included in Price Bid Per Foot of Sewer Pipe I - STANDARD EMBEDMENT FIGURE 109 E1-2 Material 1-1 -78 E2-2 Construction •- o Variable Diameter Bore To Be Large Enough To Permit M Design Type Pipe To Be Pulled Or Jacked Through. a v .n 0J to E M 'L M TYPICAL BORED SECTION Longitudinal View Pressure Grout (U v a L O d L M L- a) a) G! +� -1 � GJ w ^ E -0 E (a m mfa — L. o •L p N M > 7 \ / 5Y11147MA R.R. or obstacle of similar nature requiring TYPICAL BORE WITH PIPE INSTALLED bored installation of Longitudinal View sewer. Perimeter of Bore r� Pressure Grout Around Pipe. Grout shall be proportioned as 1 Cu. Ft. Carrier Pipe Q of cement , 3. 5 Cu. Ft. of clean fine sand with sufficient water added to provide a free flowing thick slurry TYPICAL END VIEW NOTE: 1. Compression type joints to be used if possible. 2. If compression type joint is not available, MJ typesl be used dted banore BORED CROSSING DETAILS pulling pipe into place FIGURE 110 Material E 1-15 Construction E 2-15 1 -1-78 I wa Corrugated Black Metal Tunnel Liner 12 Gauge or as indicated i , �� � • � Special Plans T— Annular Space Grouted I Documents. I I I I � N CU CU _ n• —I I L • C1 CJ �� 3 I C .OI W 1 (0 J �jc I - s Annular Space grouted —z_, I Cut Away Longitudinal Section 1 I o o Tunnel Liner�y • , o 0 Fi 1 1 Between Liner And 1Sewer Pipe with Grout o O — Sewer Pipe END VIEW a vas� I o ° 1 ° o NOTE Furnish Install grout in ratio olf Furnish & Install skids I 1 cubic foot of cement and 3. 5 as necessary. Skids shall cubic feet of clean fine sand with meet the approval of the sufficient water added to provide a Engineer. Ifree flowing thick slurry. TYPICAL TUNNEL SECTION Eat-15al IConstruction FIGURE III E 2-15 4.0'1 2.0' I TYP: 4- 4 Rebars TYP. °/ ° \• 3.0" TYP. use 2500 • class B ° ' • I `\ concrete 4.0' \ • � �\ I ��. it . °r - s I I I CHAMFER TYP. N AR I NEIGH VARI S 1 1. PVMT. PVMT. 'I EX. GROUND 2 :27 SUB BASE a \\ —EIRLO �\ ° I tee- LIN. ———1——— T 3. WIN. CASE 1 CASE 2 RAF!'NEC . ° • I HEIGHT VARIES i SECTION A-A CASE 1: COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE. (NO REBAR REQ.) CASE 2: COLLAR SHALL EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING. (REBAR REQ.) CONCRETE COLLAR DETAIL SANITARY SEWER MANHOLE i. F I GURE 121 NTS E1- 20, 21 Material E2- 20, 21 Consruction I %f I I l _ 26 COMPACTED BENTONITE CLAY _ � — OR 2:27 CONCRETE —_____ _ — 13 --——— — — — SEWER MAIN CLAY DAM PROFILE I 1 — EXISTING GROUND COMPACTED BENTONITE CLAY OR 2:27 CONCRETE I •-f I I�I�I I I EI 11=1 I I-� I I�I I l-1 11= III 11-—I III 11=1'' � W IN m m J N TR N H WIDTH Z UJ (L l > UNDISTURBED SOIL r WIDT I O IP I MINIMUM TRENCH a WIDTH — PIPE DIA. + l' CRT OF FORT 1rORTR,TEXAS t CLAY DAM SECTION su Bantlary Sewer Main II-42 and it-54 Y t)ralnaya Area Rehabilitation sanitary.seww tmprovementa . plpellne I ,` CLAY DAM. CONSTRUCTION Part vin; Project No. PS45-070460410180 gEBAB=ATION DMAIMS f� KYe _N/A ■r��f rr l{17 - �_ OCC 7/97 • 4• _ 011 _ LO LO in 11 - 011 c' L 2 - O" N .T M � V c c O c co co N r co — N - _ Cl) a Z m � — — •• W � _ — -� co co 0 L16 N }' cc co Oa) = - o M T ' cn I - lie LO LO -� i I N N 1F N 04 CITY SECRETARYV CITY SECRETARY' - w D.O.E. FILE CONTRACT NO. SPECIFICATIONS CONTRACTOl-<' ?ONDING Co, w & Ci RUCTION'S C'r r^y CONTRACT DOCUMENTS C LJIL 'T E'o r' ` FOR SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR — CONTRACT 1 i D.O.E. No. 3295 I SEWER PROJECT No. P170-070170410020 IN u; THE CITY OF FORT WORTH, TEXAS 2003 MIKE MONCREIF GARY W. JACKSON MAYOR CITY MANAGER ROBERT D. GOODE, P.E. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DALE A.FISSELER,P.E. DIRECTOR OF WATER DEPARTMENT A. DOUGLAS RADEMAKER,P.E. DIRECTOR OF ENGINEERING DEPARTMENT Prepared by: TranSystems Corporation Consultants 500 West Seventh St., Suite 600 Fort Worth, Texas 76102 11 WIV,1 . KM A.LUNSKI ► ...................... 84992 •�f.G'E S ` Vex qlo-71eq CITY OF FORT WORTH DEPARTMENT CIF ENGINEERING ADDENDUM NO. 1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A, Village Creek Parallel Collector - Contract 1 D.O.E. NO. 3295, :P170-070170410020 BID RECEIPT DATE: 1:30 PM, May 27, 2004 ISSUED: May 10, 2004 Prospective bidders are hereby notified of th e following: 1. Sealed proposals will be received at the Purchasing Office until 1:30 PM, Thursday, May 27, 2004. 2. The bid opening is hereby postpc ned to May 27, 2004 3. All other provisions of the plats, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. This Addendum No. 1 forms a part of tho, Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, in the proposal (page B1-11) and acknowledge receipt on the outer envelope of your bid. E'aildre to acknowledge receipt of this Addendum could subject the bidder to disqualification. RECEIPT ACKNO EDGED: A. Douglas Rademaker, P.E.,Director By: Y q /"` B : Company: �'T �"� S Cs�w�tlo� Xck Trice, P.E., Manager Consultant Services of L C;�D.cuuwu.d SnLUc^LJ�u�'h1u+l:i vaYs57myw v7 btcn Flo+GLYJw7aua�m No l PQ 4P-0-4% I' �� 39Vd SQ::NI::i 8T LT b88�/8T,'SG Y 1 C O N S U L 7 A N I J 3010 LBJ Freeway, Suite 1200 . DALLAS, TEXAS 75234 FAX COVER SHEz i DATE: May 10, 2004 JOB No. To: To Who it may Concern PHONE: FAX: FROM: Kent Lunski, P.E. PHONE: (817) 3398950 ext 242 FAX: (817) 336-2247 RE: D.O.E. 3295—Amendment 1 CC: t Number of pages including cover sheet: 2 Message. Attached is amendment 1. Read, sign, provide company name and acknowledge receipt when submitting your proposal. { The information contained in this facsimile is privileged and confidential, intended only for use by the individual named above If the reader of this message is not the intended recipient, or the employee or agent responsible to deliver it to the intended recipient, you are hereby notified that an,i dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication in error, r please notify us immediately by telephone and destroy this facsimile. AMMENU 1 05102004.DQc t T8 39Vd 50>1NI>i K85b8LLT8 8T :LT VOO7,/OTISO r Sanitary Sewer Main 244-A Village Creek Parallel Collector — Contract 1 Addendum 1 May 7, 2004 DA-127 Trinity River Authority Utility Crossings A. NOTIFICATION AND COORDINATION 1. The Contractor shall notify Sid McCain (Operation and Maintenance Supervisor) or the Tarrant County Water Supply Project office at 817/267-4226 14 days prior to construction when excavating near Trinity River Authority(TRA) utilities. 2. Before construction,the Contractor shall submit to the TRA a schedule and the procedure of installing proposed facilities near TRA utilities. TRA shall have 14 days to approve and comment on the submittal. 3. The Contractor shall support and protect TRA utilities from damage. 4. The Contractor shall notify the TRA and the Engineer 48 hours before the start of construction when excavating near Trinity River Authority utilities. 5. The Contractor shall cover TRA utilities and secure the construction site after each day. 6. The Contractor shall abide by the terms of the two TRA permits for this project. The first permit is being finalized between the City of Fort Worth and TRA. The title is "Permit to Construct, Operate and Maintain Sanitary Sewer Lines." The Contractor is to Contact TRA or the Engineer for a copy. The second TRA Permit is titled "Permit to Construct Sanitary Sewer Lines." The Contractor will need to complete a"Permit Request Form" and sign the permit. - -- Addendum 1 includes a sample permit dated 4/28/04, and a"Request for Construction, Operation and Maintenance Permit- Information Packet." G:�ZObD1864lSpasVddn---11 iV.DNDM l.d. Sanitary Sewer Main 244-A Village Creek Parallel Collector— Contract 1 Addendum 1 May 7, 2004 PERMIT TO CONSTRUCT SANITARY SEWER LINES sample permit 4/28/04 THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § THAT the TRINITY RIVER AUTHORITY OF TEXAS (AUTHORITY), a conservation and reclamation district created by and functioning under Chapter 518, Acts of the 54th Legislature of the State of Texas, Regular Session, 1955, as amended pursuant to Article XVI, Section 59 of the Texas Constitution, with its principal office at 5300 South Collins, Arlington, Tarrant County, Texas 76018; for and in consideration of TEN AND NO/100 DOLLARS ($10.00) and other good and valuable consideration to AUTHORITY in hand paid by (PERMITTEE), whose address is , the receipt of which by AUTHORITY.is hereby acknowledged, has given and does by these presents give PERMITTEE a permit subject to performance of the obligations herein to enter upon and to construct and inspect one 42-inch and one 60-inch parallel sanitary sewer pipelines (facilities)with all necessary appurtenances thereto, over, across, under and through that certain land situated in Arlington, Tarrant County, Texas. Said facilities and land are described and depicted in Exhibits "A", "B" , "C" and "D", attached hereto and made a part hereof. This permit and the hereindescribed requirements shall be incorporated into PERMiTTEE'S construction plans for said facilities. PERMITTEE'S construction. operation and maintenance of the facilities shall conform to construction plans dated April 06, 2004 , entitled Sanitary Sewer Main 244A Village Creek Parallel Collector, prepared by TranSystems Corporation; however, in the event that the above- referenced construction plans conflict with the State of Texas Health Rules and Regulations, then said rules and regulations shall be controlling. Modifications to PERMiTTEE'S construction plans, which contradict anything in this Permit, must be submitted to the AUTHORITY for review and written approval prior to PERMiTTEE'S construction activities. PERMITTEE agrees to convene a preconstruction meeting at least seventy-two (72) hours prior to PERMITTEE'S construction of said facilities. The preconstruction meeting shall include, but shall not be limited to, the appropriate AUTHORITY personnel, PERMITTEE and PERMiTTEE'S engineer and construction contractor. PERMITTEE shall contact Mr. Sid McCain, Operation and Maintenance Supervisor, with AUTHORITY'S Tarrant County Water Supply Project at 817/267-4226, in order to schedule the meeting_ PERMITTEE will exercise extreme diligence while working in the area of AUTHORITY'S pipeline, facilities and easements (all referenced herein as "property"). In the event AUTHORITY'S property becomes damaged, fractured, eroded or broken as a result of PERMITTEE'S activities, PERMITTEE shall coordinate expeditious repair with AUTHORITY immediately thereafter, at PERMITTEE'S sole cost. PERMITTEE shall cover AUTHORITY utilities and secure the construction site when PERMITTEE is not present on the premises. ! PERMITTEE shall notify AUTHORITY at least 48 hours prior to the commencement of any construction in the area of AUTHORITY'S utilities. Before the commencement of construction, PERMITTEE shall submit to the AUTHORITY a Permit No. Page 1 schedule and the procedure of installing proposed facilities near AUTHORITY utilities. AUTHORITY shall have 14 days to approve and comment on the submittal. PERMITTEE shall field verify the vertical and horizontal alignment of AUTHORITY'S property prior to the start of construction. TY is provided with access to AUTHORITY'S existing PERMITTEE shall ensure that AUTHORI manholes and pipelines at all times during PERMITTEE'S construction, operation and maintenance activities. PERM ITTEE agrees to provide the AUTHORITY with two (2) sets of"As-Built" construction plans complete with plan, profile and detail sheets, within 60 days after the construction has been completed and accepted by PERMITTEE. Any disturbance to the AUTHORITY'S pipelinebedding material shall be replaced by PERMITTEE with new material in accordance with the AUTHORITY'S "as-built" drawings. The AUTHORITY'S pipeline shall remain adequately supported at all times during PERMITTEE'S construction activities. Adequate support shall be sufficient pipeline support during periods when the pipeline runs full. All of PERMITTEE'S trenching activities across AUTHORITY'S pipeline shall be supervised by- an individual qualified and knowledgeable in the areas of soil analysis, trenching procedures and all federal, state and local trenching regulations. Any erosion within AUTHORITY'S easement which is caused by PERMITTEE'S facilities and operations shall be immediately repaired by PERMITTEE at the sole expense of PERMITTEE. PERMITTEE and all contractors and/or subcontractors utilized by PERMITTEE, shall obtain, prior to the beginning of construction, insurance having general liability limits of at least $1,000,000 and, at the request of AUTHORITY, shall provide a Certificate of Insurance showing proof of said insurance. PERMITTEE further warrants that PERMITTEE and its contractors and/or subcontractors shall carry applicable workmen's compensation coverage. AUTHORITY retains all rights granted in AUTHORITY'S existing easements, including, but not limited to, the right to perform inspection, maintenance and repair of AUTHORITY'S pipelines and/or property and the right to construct, operate and maintain future pipelines and/or facilities. —, AUTHORITY acknowledges that the consideration paid by PERMITTEE is full and final payment for all rights granted herein. PERMITTEE shall clean up and remove all trash and debris, repair and replace fences and repair other damages caused by said construction. PERMITTEE agrees to obtain any and all permits and licenses from the State of Texas, the United States of America, or an agency or instrumentality thereof, or from another governmental I authority necessary or proper for the performance of PERMITTEE hereunder. Furthermore, PERMITTEE agrees to comply with all laws, federal, state and municipal, of every type and kind affecting the facilities. PERMITTEE agrees that its facilities shall be installed, free of defects, in a reasonable and prudent manner so as not to cause or let exist conditions which might pose an unreasonable Page 2 Permit No. risk of damage or pollution to AUTHORITY or AUTHORITY'S property. Upon completion of construction and installation of the facilities, PERMITTEE will notify AUTHORITY of the date the installation was completed. If the facilities are not installed within two (2) years from the date hereof, this permit shall terminate and all rights of PERMITTEE granted herein shall be null and void. PERMITTEE shall not plant trees and/or shrubs within the AUTHORITY'S existing permanent easement areas without first obtaining written authorization from the AUTHORITY. PERMITTEE may fully use and enjoy said premises, except that such use and enjoyment shall not hinder, conflict or interfere with the exercise of AUTHORITY'S rights. Notwithstanding anything herein to the contrary, PERMITTEE hereby agrees to indemnify, defend and hold harmless AUTHORITY, its officers, employees, directors and agents, from and against all claims, causes of action, losses, damages, suits, liability, costs and expenses, including expenses of litigation, such as court costs and AUTHORITY'S attorney fees, (a.) for loss of or damage to any property and for injuries to or sickness or death to any person(s), including but not limited to employees of AUTHORITY, caused by, arising out of, or which are related, directly or indirectly, to any work or services performed from time to time by PERMITTEE, and (b.) damage to any property of, or for injuries to or sickness or death of any of PERMITTEE'S employees or invitees, or of any of its Contractors' or Subcontractors' employees or invitees of any of them, from any cause, which damage, injury, sickness or death occurs from time to time on or in the vicinity of AUTHORITY'S premises. THIS INDEMNITY SHALL APPLY EVEN THOUGH THE LOSS OF OR DAMAGE TO PROPERTY OR THE INJURY TO OR SICKNESS OR DEATH OF A PERSON IS CAUSED BY, ARISES OUT OF OR IS RELATED, DIRECTLY OR INDIRECTLY, TO ANY DEFECT IN OR THE CONDITION OF AUTHORITY'S PREMISES OR TO ANY DEFECT IN OR THE CONDITION OF ANY FACILITIES, EQUIPMENT, TOOLS OR OTHER ITEMS WHICH MAY BE PROVIDED BY AUTHORITY. THIS INDEMNITY SHALL APPLY REGARDLESS OF WHETHER OR NOT ANY SUCH DAMAGE TO OR LOSS OF ANY PROPERTY OR ANY SUCH INJURY TO OR SICKNESS OR DEATH OF ANY PERSON IS CAUSED BY THE CONTRIBUTING OR CONCURRENT NEGLIGENCE OR FAULT OF AUTHORITY, ITS EMPLOYEES, OFFICERS, DIRECTORS OR AGENTS AND ALSO EVEN THOUGH AUTHORITY IS STRICTLY LIABLE FOR ANY SUCH INJURY, SICKNESS, DEATH OR DAMAGE. UNDER THE PROVISIONS OF THIS INDEMNITY, PERMITTEE IS AGREEING TO INDEMNIFY AUTHORITY AND ITS EMPLOYEES, OFFICERS, DIRECTORS AND AGENTS FROM THEIR OWN NEGLIGENCE - - OR FAULT. PERMITTEE shall use due care and diligence in its conduct, activities and operations upon the premises and shall assume the risks incident to or in connection with the construction and installation of the facilities. Approval by AUTHORITY of drawings, designs, specifications, reports or incidental engineering work shall not in any way relieve the PERMITTEE of responsibility for the accuracy and suitability of the work. Subsequent permanent facilities and/or structures shall not be permitted within the AUTHORITY'S existing permanent easement boundaries without AUTHORITY'S prior written _ consent. Page 3 Permit No. The rights and privileges herein granted shall be binding upon and inure to the benefit of AUTHORITY and PERMITTEE, respectively, and to their respective successors and assigns. PERMITTEE shall not assign its rights hereunder without obtaining the prior written consent of AUTHORITY to such assignments. This permit shall be construed under and in accordance with the laws of the State of Texas, and all obligations of the parties created hereunder are performable in Tarrant County, Texas. In the event that any legal proceeding is brought to enforce this permit, or for breach of this permit, the same shall be brought in Tarrant County, Texas. It is expressly understood that all rights, conveyances or covenants are herein written, and no verbal agreements of any kind shall be binding or recognized or in any way modify this instrument. It is further understood and agreed that this permit is offered and accepted without covenants or warranties of any kind by the AUTHORITY, either express or implied, including warranty of title. ACCEPTED, APPROVED AND EXECUTED IN DUPLICATE ORIGINAL this day of , 2004. TRINITY RIVER AUTHORITY OF TEXAS BY: BY: TITLE: i I Permit No. Page 4 TRINITY RIVER AUTHORITY OF TEXAS REQUEST FOR CONSTRUCTION, OPERATION, AND MAINTENANCE PERMITS INFORMATION PACKET (FOR CONTRACTOR'S CONSTRUCTION PERMIT) The contents of this packet include: 0 General Information • Instructions for Completion of Requests for Construction, Operation, and Maintenance Permits • Permit Request Form Revised October 18, 2000 Page 1 of 2 GENERAL INFORMATION CONSTRUCTION, OPERATION, AND MAINTENANCE PERMIT INTRODUCTION The Trinity River Authority of Texas (TRA; the Authority) is a conservation and reclamation district created by the Legislature of the State of Texas. Easements held by TRA guarantee the unimpaired ability to operate, maintain, and expand facilities within the easements. In order to protect that ability, those parties who require use of land on which TRA has an easement must hold a permit to do so. TRA holds the authority to issue such permits. Endeavors requiring such a permit would include, but not be limited to, utility i placement (including storm drains and channels), fill placement, excavations, pavement, fences and temporary structures. The Authority does not allow the construction of buildings, permanent structures, or reservoirs within easements. Violation of easement rights constitutes trespassing. INFORMATION ' A. Information and plans regarding TRA wastewater interceptors, water pipelines, meter stations, lift stations, etc. may be obtained from the appropriate Authority 3 Project (see item J for listing). B. Following proper submittal of a Request For Construction, Operation, and Maintenance Permit, an executed permit is usually issued within 30 days. However, please allow a minimum of 6 weeks for processing. C. Following issuance of a permit, the appropriate Authority project MUST be notified prior to a preconstruction meeting and at least 72 hours prior to beginning } construction. ' D. ANY modification which involves the integrity of Authority facilities must be inspected by Authority personnel prior to backfilling. j E. The Authority reserves the right to inspect work authorized by the permit at any time and to impose any conditions on construction necessary to protect TRA facilities or the Authority's ability to operate and maintain those facilities. f F. If the facilities are not constructed within two years of permit issuance, the permit shall be terminated and a new permit will be needed prior to construction. Following ' - -- construction, if the facilities cease to be used for a period of twelve consecutive months, all rights of the Licensee shall terminate and the permit shall be null and i } void. The original executed permit will be kept on file at the appropriate Authority f project and in the Authority's Land Rights Department files. G. Any request for permit which is does not include all necessary information and documents will be delayed. H. A permit fee of$ 10.00 is due from the Licensee (non-Contracting Entity) prior to y t issuance of a permit. I. The Licensee must, within thirty days of completion and acceptance of construction, r furnish the Authority with two sets of"as-built" construction plans. 1 Revised October 18, 2000 Page 2 of 2 GENERAL INFORMATION CONSTRUCTION, OPERATION, AND MAINTENANCE PERM J. Appropriate contacts to the Authority may include: i Manager of Operations Manager of Land Rights Trinity River Authority of Texas Trinity River Authority of Texas Northern Region Office Land Rights Department P.O. Box 240 P.O. Box 60 Arlington, Texas 76004 Arlington, Texas 76010 (817) 467-4223 (817) 467-4343 fax: (817) 465-0970 fax: (817) 465-0970 Technical Services Engineer Project Manager Trinity River Authority of Texas Ten Mile Creek Regional Wastewater Central Regional Wastewater System (CRWS) System (TMCRWS) 6500 West Singleton Blvd. Route 2, Box 136 Dallas, Texas 75212 Ferris, Texas 75125 (972) 262-5186 (972) 225-3462 or (972) 225-5538 fax: (972) 331-4414 fax: (972) 842-3238 Project Manager Project Manager Denton Creek Regional Wastewater Red Oak Creek Regional Wastewater System (DCRWS) System (ROCRWS) 1687 N. Hwy. 377 P.O. Box 538 Roanoke, Texas 76262 Red Oak, Texas 75154 (817) 430-4657 (972) 299-6808 j fax: (817) 491-4173 fax: (972) 617-5607 Project Manager (&e m[4 Nv l(} Tarrant County Water Supply Project a (TCWSP) - ?" 11201 Mosier Valley Road Euless, Texas 76039 (817) 267-4226 or (817) 267-4227 fax: (817) 267-8773 j l y� C. " 2D' Ic � Revised October 18, 2000 - Page 1 of 2 INSTRUCTIONS FOR COMPLETION OF PERMIT REQUEST FORM I In order to facilitate and standardize the completion of the PERMIT REQUEST FORM (attached), the following instructions and guidelines have been developed. Please read these instructions prior to completion of the attached form. These instructions are organized following the format of the Request Form section by section. Section 1. Licensee Information Issue Permit For Construction To OR Permit For Construction, Operation and t Maintenance To - indicate the name, address, contact name, and telephone number of the contractor, city/entity, or individual actually performing the work. Issue Permit For Operation and Maintenance To (only if not included above) - indicate the name, address, contact name, and telephone number of the party responsible for upkeep f of the facility after construction is completed. i Authorized Engineering or Architectural Firm - indicate the name, address, contact name, fax number, and telephone number of the design engineering firm for the proposed project. Proposed Proiect Name - indicate the name of the proposed project or development. Submitted By_- enter the name of the person submitting the request form and the person to receive the permit upon issuance. (If this is a corporation, then the corporate resolution must accompany the signature; if a partnership, then the partnership agreement must accompany the signature.) Date - enter the date the request form is submitted. Telephone Number- enter the telephone number at which the submitting person can be reached. Return To - enter the name of the person who should receive the permit upon issuance. Date of Plans - enter the date the plans were designed. , i Proposed Project Start Date - indicate the intended start date for the proposed project. Section 11. Location of Proposed Project Project - check the blank next to the appropriate Authority Project to indicate the Authority I Project that owns the easement. f TRA Pipeline - enter the TRA pipeline which corresponds to the location of the proposed project. r ` Section 111. Proposed Modification ' t t Utility Crossing - indicate the size of pipe or conduit (in inches), the type of pipe material, clearance (above or below) between the proposed utility placement and the Authority's existing facility (in feet), the TRA facility and the TRA station number(s) affected. i Pavements - indicate the type of improvement (street name, driveway, sidewalk, jogging - trail, cart path, etc.), the clearance (above or below)-between the proposed pavement and i f - Revised October 18, 2000 Page 2of2 f INSTRUCTIONS FOR COMPLETION OF PERMIT REQUEST FORM _ I the Authority's existing facility (in feet), the TRA facility and the TRA station number(s) affected. Fill - indicate the maximum amount of fill material (in feet) placed over the Authority's facility, the final elevation of the fill material (Mean Sea Level, in feet), the TRA facility and the TRA station number(s) affected. Also include the loading calculations. Excavation - indicate the maximum amount of fill material (in feet) removed over the Authority's existing facility, the final elevation of the excavation (Mean Sea Level, in feet), s the TRA facility and the TRA station number(s) affected. I Manhole Adjustment - indicate the height adjusted (raised or lowered) (in feet), the final rim elevation (Mean Sea Level, in feet), the TRA facility and the TRA station number corresponding to each manhole. Miscellaneous - list any relevant items not already addressed in Section if. Section IV. Attachments Plans and Profiles and Location Maps must accompany the completed form at the time of submittal. Also include copies of the Deeds (as recorded in the County Deed Records)to s the land/property affected by the proposed facilities if the party requesting the permit is a private individual or entity and if said party will operate and maintain the proposed t facilities. Please check the blank in front of each submittal to indicate its presence. ; F Note: As-built construction drawings of existing Authority facilities may be obtained from the appropriate Authority Project. i i f i i i i i a 7. i I r 3 1 — 7 Revised October 18, 2000 Page 1 of 4 EXHIBIT "A" I I PERMIT REQUEST FORM i TRINITY RIVER AUTHORITY OF TEXAS i NORTHERN REGION PROJECTS i f I 4 FOR TRA USE ONLY: NORTHERN REGION NUMBER: PERMIT TO CONSTRUCT, OPERATE AND MAINTAIN NUMBER: I PERMIT TO CONSTRUCT NUMBER: PERMIT TO OPERATE AND MAINTAIN NUMBER: k 1. LICENSEE INFORMATION k 1 A ISSUE PERMIT FOR (CHECK ONE) ® (1) CONSTRUCTION TO: ❑ (2). CONSTRUCTION, OPERATION AND MAINTENANCE TO: s 3 NAME ' STREET I CITY STATE ZIP CODE TELEPHONE CONTACT: NAME AND TELEPHONE NUMBER B. ISSUE PERMIT FOR OPERATION AND MAINTENANCE TO: (ONLY IF ITEM 1 IS CHECKED ABOVE) City of Fort Worth - Department of Engineering NAME F 1000 Throckmorton STREET Fort Worth Texas 76102 ' CITY STATE ZIP CODE TELEPHONE CONTACT: Gopal Sahu P.E. 817/392-7949 NAME AND TELEPHONE NUMBER C. AUTHORIZED ENGINEERING OR ARCHITECTURAL FIRM: TranSystems Corporation Consultants FIRM NAME Kent Lunski 817/339-8950 817/336-2247 CONTACT NAME TELEPHONE NUMBER FAX NUMBER i 500 West 7t' Street Suite 600 STREET Fort Worth TX 76102 CITY STATE ZIP CODE + Revised October 18, 2000 Page 2 of 4 PERMIT REQUEST FORM Trinity River Authority of Texas Northern Region Projects D. LICENSEE'S PROJECT NAME: Sanitary Sewer Main 244A Village Creek Parallel — Contact 1 SUBMITTED BY: Kent Lunski P.E. TranSystems Corporation Consultants DATE: 04/28/2004 TELEPHONE NUMBER: 817/339-8950 RETURN TO: Kent Lunski P.E. TranSystems Corporation Consultants DATE OF PLANS: 04/06/2004 PROPOSED PROJECT START DATE: 04/2004 II. LOCATION OF PROPOSED PROJECT NOTE: DETAILS CONCERNING TRA PIPELINES ARE AVAILABLE FROM THE INDIVIDUAL TRA PROJECT BUT SHOULD BE FIELD VERIFIED PRIOR TO SUBMITTAL. PROJECT: (CHECK ONE) F-1 Central Regional Wastewater System - CRWS ❑ Ten Mile Creek Regional Wastewater System - TMCRWS Z Tarrant County Water Supply Project - TCWSP Fj Red Oak Creek Regional Wastewater System - ROCRWS F1 Denton,Creek Regional Wastewater System - DCRWS TRA PIPELINE: 54" (Job# 7-535) and 30" (Job # 7-502) raw water line III. PROPOSED MODIFICATION A. UTILITY CROSSING: SIZE IN. TYPE CLEARANCE TRA FACILITY' TRA STATION #3 42" and 60" RCP, RCCP, Sewer 5' below 54" Water Approx 265+35 or FRP Transmission 42" and 60" RCP, RCCP, Sewer 16' below 30' Water Approx 263+50 or FRP Transmission 42- (3) RCP, RCCP, Sewer 1' below 54" Water Approx. 238+75 or FRP Transmission 42- (3) RCP, RCCP, Sewer 2' below 30" Water Approx 238+75 or FRP Transmission Revised October 18, 2000 Page 3 of 4 PERMIT REQUEST FORM Trinity River Authority of Texas Northern Region Projects B. PAVEMENTS: STREET NAME, DRIVEWAY, CLEARANCE TRA FACILITY2 TRA STATION #' SIDEWALK, TRAIL, PATH, (FT.) ETC. N/A C. FILL: MAXIMUM AMOUNT FINAL ELEV. (FT) TRA FACILITY2 TRA STATION #3 OF FILL (FT.) (MEAN SEA LEVEL)' iit N/A D. EXCAVATION: MAXIMUM AMOUNT FINAL ELEV. (FT) TRA FACILITY2 TRA STATION #3 OF FILL (FT.) (MEAN SEA LEVEL)' N/A ----E. MANHOLE ADJUSTMENT: HEIGHT ADJUSTED (FT.) FINAL ELEV. (FT) TRA FACILITY2 TRA STATION #3 (MEAN SEA LEVEL)' N/A Revised October 18,2000 i Page 4 of 4 PERMIT REQUEST FORM Trinity River Authority of Texas Northern Region Projects F. MISCELLANEOUS: 3 � TRA FACILITY' TRA STATION #3 t N/A 4 IV. ATTACHMENTS z ® PLANS AND PROFILES ® LOCATION MAPS ❑ DEEDS to the affected property (as recorded in County Deed Records) NOTE: PLEASE SEE ATTACHED GENERAL INFORMATION SHEET FOR TRA PROJECT ADDRESSES FOR SUBMITTAL OF COMPLETED FORM. , ..............._........_....._.................3..:.r-+:.._...._......3._....._..._......._...............:r.,...—!!•--+.r.3--=3:—:__s_�r_'-`_:-.`:-:__�_;�__,:..___.�._____qc3__.. 3:—a,..--:--T—�: �.._—=�--� --•-�-_-_�!-�,�. _ ._...,...,__ _ -�- ,�L_ {--, ���_�.- --- -t._:-•-rte - ..... •r. ._ - __ _ - - __—_ _- __—.-___ _ .i.a_.T_:- �'-amu.:_ _ _ ....e _.E�'1 _ - — -- --_ : ---.-_ _,u_,;,__---._.. ._.-�-.r-•----_--4-.._:--:._-z=_ _ fir:�_z-�,-., __ --'--•--.'......:��....___��:':�_::-!,•:,._-�,__=�=_--.:mss-.;� 1— -- - -- — — - - --- --- - —_ _--- _-!•__,______sem__;_..,__ __ ______ _- - _ _— .�'"civ_ '.�:.. ...;'=,�•,-+- _ __ ____ _ _::.__:.i-_-...._-........___. ::'.3 ...__.—�-<-a.r----3::.�'.Fri' .... u_._—,-.v'r_y-.:.......�-.......:-n:--...._v.__... -_:_ }.__{ate=_ate ••uuv.._ _-_ _ �_`?.;..-;_n__,�_ - - ---_ _ :..._.._.._... �._.... -y__i-:=ti„v' :c_.. - ,_....r--_ __-v 3i��_-_-_"`C�. � F ' The number of feet between the proposed modification and TRA'S facility. The clearance should indicate if the modifications are to be above, below or next to TRA's facility. 2 Pertains to wastewater interceptors, water pipelines, meter stations, lift stations, etc. TRA facility plans may be obtained from the appropriate Project. 3 TRA station numbers can be obtained from the appropriate Project as-built construction plans and must be _ t included on the Permit Request Form. i I Revised October 18, 2000 i Bid FaRcr CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A Village Creek Parallel Collector — Contract 1 D.O.E. NO. 32959 P170-070170410020 BID RECEIPT DATE: 1:30 PM, June 17, 2004 ISSUED: May 19, 2004 This Addendum No. 2 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, in the proposal (page B 1-11) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans Specification documents for Sanitary Sewer Main 244A Village Creek Parallel Collector - Contract 1, are hereby revised by Addendum No. 2 as follows: 1. Part A-Notice to Bidders ,'-Delete the following document: - Notice to Bidders - Comprehensive Notice to Bidders ✓Replace with the attached documents: - Notice to Bidders - Comprehensive Notice to Bidders 2. Part A-Notice to Bidders, Section - SRF Funding Delete the following documents: - Contract Conditions (ED-004, 10/30/97) - Contractor's Act of Assurance (ED-103, 2/22/93) - Contractor's Act of Assurance Resolution (ED-103, 9/19/94) Insert the attached TWDB documents: Supplemental Contract Conditions CWSRF Tier 3, & DWSRF (WRD-004E, 08/19/02). Contractor's Resolution on Authorized Representative (ED-104, 5/19/02) Contractor's Act of Assurance (ED-103, 1/03/01) ✓ Certification regarding Debarment, Suspension, and Other Responsibility i Matters (SRF-404, 5/13/91) Addendum No.2 1 of 3 G-\200\01864\Sp—\.dd.2.contra 1\Addmd 2.d. 3. Part D —Special Conditions, D-37 Bypass Pumping Insert the following as the second paragraph: - Hourly flow data from September 2001 to early October 2001 was recorded at the headworks of the Village Creek Wastewater Treatment plant. The metering device is located at the downstream end of existing M-244A sewer. M-253 is the first sewer main upstream of the recorder. The metering device recorded the following: an average maximum day flow of 24 mgd and average minimum day flows 14 mgd. Flow data are not available on the M-253 (54") sewer. The Contractor is responsible to verify flows in the existing sewers. Future flow in sewer main M-244A maybe higher or lower than stated above. 4. Part DA — Additional Special Conditions, DA-127 Trinity River Authority Utility Crossing Delete the following document: - DA-127 Trinity River Authority Crossing Replace with the following: - The attached DA-127 Trinity River Authority Crossing insert 5. Part DA—Additional Special Conditions, DA-130 Reinforced Concrete Rename the section to DA-130 Reinforced Concrete Pipe (RCP) Delete first paragraph. Replace first paragraph with the following: Description. This Item shall govern reinforced concrete pipe (RCP) ASTM C76. Approved manufacturer is Hanson Pipe & Products or approved equal. Installation and testing shall equal or exceed the manufacturer's standards. Contractor shall not use the Fort Worth Water Department Material Specification E2-9.7c Exfiltration Test Pneumatic Method: Air Test. The Contractor shall test according to the current edition of NCTCOG - Standard Specification for Public Works, 6.72f Low Pressure Air Test — 3) Test Methods. The Time Pressure Drop Method will be used for this proj ect 6. Part DA — Additional Special Conditions, DA-131 Reinforced Concrete Cylinder Pipe (RCCP) Replace first paragraph with the following: Description. This Item shall govern reinforced concrete cylinder pipe (RCCP) ANSI/AWWA C301. Approved manufacturer is Hanson Pipe & Products or approved equal. Installation and testing shall equal or exceed manufacturer's standards, but not override Fort Worth Standards. The Contractor shall test according to the current edition of NCTCOG - Standard Specification for Public Works, 6.72f Low Pressure Air Test — 3) Test Methods. The Time Pressure Drop Method will be used for this project Addendum No.2 2 of 3 GA200%01884%Spa\addn 2•—Uad 1 VWddmd 2.da 04 The Plans for Sanitary Sewer Main 244A Village Creek Parallel Collector - Contract 1, are hereby revised by Addendum No. 1 as follows: 1. Remove sheet No. 7, replace it with sheet No. 7 with utility pole note. 2. Remove sheet No. 8 and 9 (if attached), and replace it with a copy of attached original sheet No.8 and 9. 3. Sheet 13, add the following notes: Note 4- The thickness of the 60" diameter FRP Manhole Riser by "HOBAS" or equal shall be determined by the FRP Manhole Riser supplier, as required by the different manhole heights called for in the drawings. The FRP Manhole Riser supplier shall engage a Professional Engineer registered in the State of Texas, who shall provide sealed structural calculations to be reviewed by the Engineer of Record. Said calculations shall be prepared in accordance with recommended industry specifications for the manufacture and installation of FRP Manholes, and shall take into account the stresses induced by the backfill material placed around manhole risers of different heights. Note 5-Provide a continuous waterstop consisting of a Benthonitic strip 1" thick x 1- 1/2" wide between the inside lip of the precast concrete manhole lid and the outside face of the 60" diameter FRP Manhole Riser. A double layer of Benthonitic strip 1/2" thick and 1-1/2" wide will be acceptable if a 1" thick strip is not available. The 1-1/2" dimension of the strip shall be placed vertically. The top edge of the strip shall be flush with the top edge of the FRP Manhole Riser. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the proposal (page B 14 1) and acknowledge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: A. Dougl s Rademaker, P.E., Director By: By: c rice, P. Manager Engineering Services Addendum No.2 3 of 3 GA20001884\Sp=\adda 2-watran I V.dd®d 2.dm 06/01.12004 12:15 FAX 81733622,17 TRANSYSTEDIS_FTIV 0001 O N S V L T A N T 5 3010 LSJ Freeway, Suite 1200 • DALLAS, TEXAS 75234 t 11 DATE: June 1, 2004 JOB NO. To: To Who it may Concern PHONE: FAX: FROM: Kent Lunski, P.E. PHONE: (817) 339-8950 ext 242 FAX: (817) 336-2247 RE: D.O.E. 3295 —Addendum 3 cc: Number of page;; including cover sheet: 5 Message: Attached is Addendum 3, Read, sign, provide company name and acknowledge receipt when submitting your proposal. The information contained in this facsimile is privileged and confidential, intended only for use by the individual named above. If the reader of this message is not the intended recipiEnt, or the employee or agent responsible to deliver It to the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication .s strictly prohibited. If you have received this communication in error, please notify us immediately by telephone and destroy this facsimile. AMMEND 3 0601200¢ 000 06%01%2004 12:15 FAX 8173362247 TRANSYSTEMS-'TIV 0002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING i ADDENDUM NO. 3 � TO THE PLAN,3, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Mann 244A Village Creek Parallel Collector — Contract 1 D.O.E. NO. 3295, P170-070170410020 13ID RECEIPT DATE: 1:30 PM, June 17, 2004 ISSUED: June 1, 2004 This Addendum No. 3 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans, Addendum No.l and Addendum No-2. Acknowledge receipt of this Addendum in the space provide below, in the proposal (page B1-11) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans Speeificalion documents for Sanitary Sewer Main 244A Village Creek Parallel Collector Contract 1, are hereby revised by Addendum No. 3 as follows: Contract Documents Part DA—Additional Special Conditions: Replace pages ASC 81, ASC 82, and ASC 83 with revises pages ASC 81A,ASC 82A and ASC 83A'issued with this addendum, All other provisions of the addendums, plans, specifications and contract documents for the project which are not expre.,sly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the proposal (pabe B 1-11) and acknowledge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: :A. Dougl Rademaker, P.E., Di ctor By: ce, E., anager ring Services Addend=No.3 :Issued Dime 1,200 4 AddendumNo.3 1 of 1 Gni tnmm„+nd Scuiywii lS.sal Sc:;,u o.7apoun lniann Ne4L:M Addenda J doe "' `" 06/,01,'2004 12:15 FAX 8173362217 TRANSYSTEMS-'TR' Z003 PARTDA - ADDITIONAL SPECIAL CONDITIONS the tunnel. Contractor shall submit his plans for support of the manhole base to the Engineer for review and acceptance before initiation of tunnel excavation. DA-125 STAINLESS STEEL SLIDE GATE The fabricated slide gates where shown in the plans and specifications and listed in the slide gate schedule shall be as manufactured by Rodney Hunt Co., Fontaine or approved equal. The gates shall be self-contained, except where a floor stand is required, non-rising or rising stem type with embedded or face mounted guide frame. A. MANUFACTURER'S QUALIFICATIONS Slide gate shall be th(a standard product in regular production by a manufacturer whose products have proven reliable in similar service. A single manufacturer shall supply all slide gates. All work shall be preformed in accordance with the best modem practice for the manufacture of high-grade fabrication. All parts shall conform accurately to design dimensions and shall be free of all defects in workmanship of material. The slide gates shall be shop assembled to insure proper fit including adjustment of all parts. No field welding shall be permitted. B, MATERIALS ASTM A276, Stainless and Heat Resisting Steel Bars and Shapes ASTM A320,Alloy-Steel Bolting Materials for Low Temperature service ASTM A354, Quenched and tempered alloy-steel bolts, studs and other externally threaded fasteners. C. SHOP DRAWINGS Shop drawings shall include dimensions, materials and weight as a minimum for each piece of equipment. Drawings shall show fabrication, assembly and installation. The Contractor shall also submit to the Engineer stem torque and bracket mountings calculations, and mechanism to safeguard against ao:idental gate closure_ D. DISC Disc shall be constructed of type 316 Stainless Steel reinforced with structural members to withstand maximum :,eating heads and unseating heads. Deflection of the disc shall not exceed 11360 of the span under the design head. E. GUIDES Guides shall be of sandwich type construction using stainless steel plates and angles. Guides on self-contained gates shall extend at least twice the height of the disc to allow the gate too fully open. 09 YNN ASC-81 A I 06401/2004 12:15 FAX 8173362247 TRANSYSTEMS—FTIP 2004 PARI' DA - ADDITIONAL SPECIAL CONDITIONS Guides shall be designed and constructed to withstand the total thrust caused by water pressure and wedging action. Guides shall be mounted on the face of the concrete with type 316 stainless steel anchor bolts embedded in concrete as shown on the plans. F. SEALS Solid bulb Neoprene `J' seals shall be mounted to a stainless steel spigot along (2)sides, and the top and bottom of the opening. Seals shall be held in place with Stainless steel hex head bolts and Stainless steel retainer strip designed to pressure the V seal against the disc. Flush bottom Seal shall be Neoprene attached to the bottom of the disc, G. STEM Operating stern shall be of Type 316 stainless steel attached to the disc with stainless steel stem connector, housing a threaded bronze thrust nut. Stem shall be designed to transmit in compression at least 4 times the rated output of the operating mechanism with a 40-pound effort on the crank. Stem shall have a slenderness ratio(LIR) less than 160. Stem shall also be secured at every 10 feet with a bearing mechanism and should specify support stem diameter and bracket. The threaded portion of the stem shall have machined cut threads of the Acme type. Stems of more than one section shall be joined by stainless steel couplings, threaded and keyed, or bored and pinned to the stems, All threaded and keyed couplings of the same size shall be interchangeable. Steens shall be provided with an adjustable stop collar on the stem to prevent over travel. H, ANCHORAGE: Mounting of side guides will be with Stainless Steel Type 316 threaded rod through bolted in the existing walls. Invert mounting will be with Stainless Steel epoxy anchors in existing concrete. 1. OPERATOR Gate shall be operated by crank bench stand mounted to yoke_ Maximum effort on the crank shall not exceed 40 pounds pull. Lift mechanism shall be capable of withstanding damage with an effort up to 200 pounds_ The 60° gates will have a BS-5004 hoist with a 2" diameter stem minimum or approved equal. The 42"gaffes will have a BS-5002 hoist with a 1.5" diameter stem minimum or approved equal. 08/12/03 ASC-82A s 06/01/2004 12:16 FAX 8173362247 TRANSYSTEMS_FTW IjU05 PARTDA - ADDITIONAL SPECIAL CONDITIONS Each gate shall be mounted with a minimum of two lifting hooks (eye lids) and anchored with a stainless steel lifting cnain secured at the top of the vault for routine and emergency use. J. SHOP TESTS Each gate shall be fully assembled and shop-inspected in the vertical position for proper seating. Disc shall be fully opened and closed in its guide system to ensure that it operates freely. Operators shall be shop tested to ensure proper assembly and operation. DA-126 STOP LOG .A., GENERAL 1, SCOPE This specification relates to the design,materials of construction,fabrication,and furnishing of aluminum stop logs with appurtenant seals,wide frame,lifting lugs and accessories,required for the complete and proper operation of the system.. The Contractor shall fuznish and install all stop log assemblies in the locations and of the dimensions shown,complete and operable,in accordance with the requirements of the Contract Documents. Equipment provided under this item shall be fabricated, assembled, erected,and placed in proper operatag condition in full conformity with drawings, specifications, engineering data,instructions, and recommendations of the equipment manufacturer,unless exceptions are noted by the]Engineer. 2. ACCEPTABLE MANUFACTURERS a. Rodney Hunt b. Waterman Industries a Hydro Gate Corp. d. Fontaine e. Others as Approved by Engineer 3. SUBMITTALS a. Submit three copies of all materials required to establish compliance with this section. Submittals shall include the followin;: L' Complete description of all materials 2. Certified shop and installation drawings showing materials, details of construction, dimensions, and anchorage. 09112103 ASC-83A JUN-11-2004 12:23 FROM S J LOUIS CONSTRUCTION 7X TO SAN ANTONIO P.03 100 CITY OF FORT WORTH DUARTMEN'T OF ENGINEERING ADDENDUM NO.4 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A Village Creek Parallel Collector- Contract 1 D.O.E. NO. 3795,P1.70-070170410020 SID RECEIPT DATE: 1:30-PM, July 1st, 2004 ISSUED: ,lune 10th Prospective biers are hereby notified of the following: 1. Sealed proposals will be received at the Purchasing Office until 1:30 PK Thursday, July 01,2004 2. The laid opening is hereby postponed to Tuly 01,2004 3. Special Instruction to Bidders (Water Department), paragraph 11, Minority And Women Business Enterprises shall be modliYed as follows:For abid to be considered responsive the bidder shall submit the MBEMBE UTDJZATJON FORM, SUBC0N7?,ACT0R'S/SUPPLIER UTILIZATION FORM, PFZ2 CONTRACTOR WAIVER FORM and/or the GOOD FAITH — EFFORT FORM ("Documentadon'� and/or the IOWT VENTURE FORM"as appropriate. 'The documentation must be received along with and at the same drue, as the bids. 4. All outer provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. This Addendum No. 4 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this A.ddondum in the space provide below, in the proposal (page BI-11) and acknowledge receipt an the outer envelope of your bid. Failure to aclaiowledge receipt of this Addendum could subject the bidder to disqualification. RECEIPT ACIZNOWLEDGED: A.Douglas Rademaker, P.1r.,Direct r By; f� Co any:_Sar Lrau's Rick nee, P,E.,Mana.ger Consultant Services Add=dum No.4 -page I of 1 c�a.�c Sd�.MLr►otu►dor.pl.W Wwt1 •� TOTAL P.03 JUN-11=2004 12:23 FROM ' S J 'LOUI'S CONSTRUCTION-TX TO SAN ANTONIO P.02 FAX TRANSMITTAL T?�VVSYSTFMS ,. C�►�pC�/?AT/O/v 500 War 71e s'tree[,Salle 600,Fort Worth, Texru 76192 (817)9J9-$950 0 (817)336-2-W Fax To: Whom It May Concern _ DATE: 06/11/2004 No.OF PAGES(Including Cover Sheet): 2 FROM: lent Lnnshi/ a11 1ul Pena ....__.. .... ,_.._._...._.... . .,, jos NAME-, hxoN 817-339-8950 _.._ _.. . FAX. 817-336-2247 jos No.: PIF- CC: ❑ URGENTH ❑ C0af="1 Receipt ❑ Please Comment 0 A Requested ❑ Ozi&al Scat Scpa.rately ❑ RepIy ASAP ❑ For''oi u Review ❑ Vor Your Approval [( ForwWI TO. ADDENDUM #4 for the Sanitary Sewer Main 244A. village Creep Parallel Collector. �c�Q. 5—�,�d�- ►gyp The information contained in this laoSimile is priv/leged and conffdential, intended only for use by the individual named above. /f the reader of this message is not the intended recipient, or the employee or agent responsible to deliverit to the intended recipient,you are hereby notified chat any WSSeminafion, distribution or copying of this COMmunicatlon is drictly prohibited. if you have received this communication in errer,please notify us immediately by feiephone and destroy this to csimile. 06/25/2004 16:32 FAX 8173362247 TRANSFSTEMS-TIY QJ001 C o N 9 u L T .4 N T s 3010 LBJ Freeway, Suite 1200 • DALLAS, TEXAS 75234 I DATE: June 25, 2004 JOB NO. TO: To Who it may Concern PHONE: FAX: FROM: Kent Lurnski, P.E. PHONE: (817) 339-8950 ext 242 FAX: (817) 336-2247 RE: D.O.E. 3295 —Addendum 5 CC: Number of pager including cover sheet; 8 Message: Attached is Addendum 5. Read, sign, provide company name and acknowledge receipt when submitting your proposal. i The information contained in this facsimile is privileged and confidential, intended only for use by the individue;l named above. If the reader of this message is not the intended recipient, or the employee or agent responsible to deliver it to the intended recipient, you aje herebylnotified that any dissemination, distribution or copying of this communication is strlctlylprohibited. If you have received this communication in error, please notify us immediately by telephone and destroy this facsimile. AMMEND 5 05252004.00(, 06/25/2004 16:32 FAX 8173362247 TRANSYSTEMS— T)V 12002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. S TO THE PL.A_NS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A Village Creek Parallel Collector—Contract 1 D.O.E. NO. 3295,P170-070170410020 BID RECEIPT DATE: 1:30 PM,July 1, 2004 ISSUED: June 25, 2004 This Addendum No. 5 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans, Addendum No.l, Addenduin No-2 Addendum No.3 and Addendum No.4. 1�clmowledge receipt of this Addendum in the space provide below, in the proposal (page 81-11) and acknowledge receipt on the outer envelope of your bid. Failure to aclmowledge receipt of this Addendum could subject the bidder to disqualification. The Plans Specification documents for Sanitary Sewer Main 244A Village Creek Parallel Collector Contract 1, are hereby revised by Addendum No. 5 as follows: Part F—Bonds/ Certificate of Insurance (City of Fort Worth) Replace Certificate of Insurance with revised Certificate of Insurance. Replace Maiuttenance Bond with revised Maintenance Bond. Part DA—Additional Special Conditions: Replace pages ASC 81A, ASC 83A and 86 with revises pages ASC 81B, ASC 83B and ASC 86B issued with this addendum. All other provisions of the addendums, plans, specifications and contract documents for the project which are not expre.slv amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the proposal (page B1-11) and aclmowledge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: A. Doug] Rademaker,P.E.,Direct By. By. Ric / e,P.E., anager Engineering Services Addendum No.5 1 of 1 C,.1�mmu ud:r.,�.�LaySrd=d+i'P A7evDoruy Ware FLeOLti7Bndaeieeum S.dx 06/25/2004 16:32 FAX 8173362247 TRANSYSTEMS—FTIV 10003 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF T,4RRANT KNOW ALL NEN BY THESE PRESENTS: That (Contractor), as principal, and _ � a corporation organized under the laws of, the State of , (Surety), do hereby acImowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corpo:,ation chartered by virtue of Constitution and lavas of the State of Texas, ("City") in Tarrant County, Texas the sum of Dollars -- (S lawful money of the United States, for, payment of which sum, well and tru:y 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 day of a copy of which is hereto attached and made a part hereof, the performance of the following described public improvements: (Project Name) the same being referred to herein and in said contract as the Work and being designated as project and said contract, including all of the specifications, conditions, addenda, cbange orders and written instruments referred to therein as Contract Docum�.nts being incorporated herein and made a part hereof, and, WHERR.kS, 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, S:\Ftworth�Specs\Maiaienance.doc 1II k�, UL _ _ 06/25/2004 16:33 FAX 8173362247 TRANSYSTEMS—FTW 0 004 M_AJNTENANCE BOND 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 perforin 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 i 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 coimterparts, each one of which shall be deemed an original, this day of , A.D. PRINCIPAL(4) ATTEST: ; BY: I (Principal) Secretary 1 (SEAL) i i I (Address.) (City, State Zip) ATTEST: (Surety) Secretary Surety i (SEAL) BY: (A.tton-ley-in-Fact) (5) Witness as to Surety I (Address) (City, State Zip) i I i S:1FrworTi�pecs\Niaiatenance.doc 2 06/25/2009 16:33 FAX 8173362247 TRANSYSTEMS-FDV t�005 i CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH,TEXAS Date: NAME OF PROJECT: PROJECT NUMBER � THIS IS TO CERTIFY TEIAT i (TIsmc and Address of Insured) 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 in accordance with the provisions of the standard policies used by this Company,and further hrseinafcer described. Exceptions to standard policy noted on reverse side hereof. TYPE OF TNSUF.ANCE PoliNo. Effective E ices Limits of 1✓iability Worker's Co enation Comprehensive General Bodily Injury. Liability Insurance Ea.Occurrence: $ (Public Liability) Property Damage: i Ea Occurrence: $ Blas c Ea.Occurrence: $ Collapse of Buildings or structures adjacent to Ea,Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk B odily Injury: Comprehensive Ea.Person: $ Automobile Ea,Occurrcnce: $ Liability Property Damage: Ea Occurrence. $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Othcr Locations covered: _ Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or i canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. City of Fort Worth is named additional insured with,respect to Gencral Liability of this project. Where applicable local laws or regulations require more than five(5) days actual notice of change or cancellation to ' be assured, the above policies contaiu such special requir menus, either in the body thereof or by appropriate endorsement thereto attached. Agency Fort Worth Agent BY Address Title 06/25:2004 16:33 FAX 8173362247 TRANSYSTEMS-,FTW 0 006 PART DA - ADDITIONAL SPECIAL CONDITIONS ' the tunnel. Contractor shall submit his plans for support of the manhole base to the Engineer for review and acceptance before initiation of tunnel excavation. DA-125 STAINLESS STEEL SLIDE GATE The fabricated slide gates where shown in the plans and specifications and listed in the slide gate schedule shall be as manufactured by Rodney Hunt Co., Fontaine, Golden Harvest, Inc. or approved equal. The gates shall be self-contained, except where a floor stand is required, non- rising or rising stem type with embedded or face mounted guide frame. A. MANUFACTURER'S QUALIFICATIONS Slide gate shall be the standard product in regular production by a manufacturer whose products have proven reliable in similar service,A single manufacturer shall supply all slide gates. All work shall be pref3rmed in accordance with the best modem practice for the manufacture of high-grade fabrication. All parts shall conform accurately to design dimensions and shall be free of all defects in workmanship of material. The slide gates shall be shop assembled to Insure proper fit including adjustment of all parts. No field welding shall be permitted. B. MATERIALS ASTM A276, Stainless and Heat Resisting Steel Bars and Shapes ASTM A320,Alloy-Steel Bolting Materials for Low Temperature service ASTM A354, Quenclied and tempered alloy-steel bolts, studs and other externally threaded fasteners. AWWA C513-Open-Channel, Fabricated-Metal Slide Gates AWWA C560-Cast-Iron Slide Gates C. SHOP DRAWINGS Shop drawings shall include dimensions, materials and weight as a minimum for each piece of. equipment. Drawings shall show fabrication, assembly and installation, The Contractor shall also submit to the Engineer stem torque and bracket mountings calculations, and mechanism to safeguard against aGadental gate closure. D_ DISC Disc shall be constricted of type 316 Stainless Steel reinforced with structural members to withstand maximum seating heads and unseating heads, Deflection of the disc shall not exceed 11360 of the span uncler the design head. E. GUIDES Guides shall be of sandwich type construction using stainless steel plates and angles. Guides on self-contained gates shall extend at least twice the height of the disc to allow the gate too fully open. 09/12103 AS C-81 B 06/25/2001 16:33 FAX 8173362247 TRANSYSTEMS-FTW 2007 i PART DA - ADDITIONAL SPECIAL CONDITIONS Each gate shall be mounted with a minimum of two lifting hooks (eye lids) and anchored with a stainless steel lifting chain secured at the top of the vault for routine and emergency use. J, SHOP TESTS Each gate shall be fully assembled and shop4nspected in the vertical position for proper seating, Disc shall be fully ol:ened and dosed in its guide system to ensure that it operates freely. Operators shall be stoop tested to ensure proper assembly and operation. DA-126 STOP LOG A. GENERAL 1. SCOPE This specification relates to the design,materials of construction, fabrication, and famishing of aluminum stop logs with appurtenant seals,guide frame,lifting lugs and accessories,required fvr the complete and proper operation of the system. The Coutracta.-shall furnish and install all stop log assemblies in the locations and of the dimensions shovai.complete and operable,in accordance with the requirements of the Contract Documents. Equipment provided under this item shall be fabricated,assembled,erected,and placed in proper operating condition in fu11 conformity with drawings, specifications,engineering data,instructions,and recommendations of the equipmew manufacturer,unless exceptions are noted by tb,e Engineer. 2. ACCEPTABLE MANUFACTURERS a, Rodney Hunt b. Waterman Industries c. Hydro Gate Corp, 'd. Fontaine */e. Golden Harvest £ Others as Approved by Engineer 3, SUM=AL 3 a. Submit three copies of all materials required to establish compliance with this section. Submittals shall include the following: 1. Complete description of all materials 2. Certified shop and installation drawings showing materials,details of construction,dimensions,and anchorage. 09/12103 ASC-83B 06%25/2004 16:33 FAX 8173362247 • TRANSYSTEMS-.FTtV 01008 i PART DA - ADDITIONAL SPECIAL CONDITIONS mounted in a manger that allows for easy replacement in the event of damage. e. Seat: Stop log seat shall be flush mounted,neoprene material. Anchor Bolts and Hardware: All assembly anchor bolts and hardware shall be stainless steel,Type 304 or Type 316. All anchor bolts and hardware shall be furnished by the stop log manufacturer. g. Grout: Nora shrink,per specifications. 3. ALLURABLE LENGTHS In order to standardize stop log lengths,the Fort Worth Water Department is limiting the stop logs sizes. The:Contractor shall provide the following for this project (incidental to the project): Width Required Logs Required Lo H6 t Frames 4.9' 16 2' 6 8.7' 8 2' 3 11.4' 8 2' 3 The Contractor shall contact the City of Fort Worth to verify the exact dimensions. C. EXECUTION 1. INSTid L.ATION a. Stop log assemblies shall be installed in strict accordance with the manufacturer's printed recommendations and the requirements herein. b. During construction,the surfaces of the guide frame and stop log panels shall be covered or otherwise protected from concrete spillage,paint,or debris. Any damage that occurs to the stop log assembly shall be corxected prior to installation and testing of the stop log,assembly. C. Guide fiunes shall be accurately positioned and supported to prevent shifting during the pouring of concrete or grouting. Guide frames shall be carefully braced both horizontally and vertically to prevent distortion. Guides shall be installed in a true vertical plane. If there are any difficulties in operation of the equipment due to the manufacturer's fabrication or the contractor's installation,additional seruice shall be provided at no additional cost to the owner. 09/12/03 ASC-868 HOBAS PIPE USA Large Diameter CCFRPM Manufactured in Houston Texas Pipe Information Package "The pipe selected for testing may include pipe being delivered to the project, pipe at the factory, installed pipe, or any combination of these pipe. If the pipe is deemed unacceptable, the Contractor will replace all unsatisfactory pipes at his cost and additional testing will be performed until pipe is determined to be satisfactory. " The City of Fort Worth and their design engineer have left you .the. contractor with the responsibility and liability of selecting a pipe material and manufacturer that can meet and/or exceed the stringent requirements of this contract. Hobas Pipe USA has manufactured (right here in our Houston Texas facility) and tested over 1 ,400,000 LF of large diameter pipe in the diameter ranges called for on this project. We would encourage you to ask any other FRP manufacturer for their experience list in building these sizes of pipe at their factory. HOBAS — We have the experience, the production capacity and the reputation for performance. Eliminate your risk- Use HOBAS Pipe. 1 Hobas Pipe USA Additional Testing Requirements } for the City of Fort Worth j The additional testing required for Fiberglass Pipe is NOT a difficulty for HOBAS pipe. Both of the tests mentioned are a part of our ongoing pipe manufacturing operations. We are conducting these tests as required by the ASTM standards that govern the fiberglass pipe industry. HOBAS PIPE HOUSTON,TEXAS IN PLANT TESTING FACILITY r All � � I a t A � � 7 ASTM D2412 Parallel Plate Stiffness Test Samples are pulled 1/100 (or more) and tested for EVERY pipe line being produced. Chemical Resistance Test per ASTM D3681 __ ll P I I i ii I 5 Sample of the ongoing Chemical resistance testing in the HOBAS Pipe lab in Houston, Texas. Hobas Pipe USA recertifies our pipe for long term chemical resistance every year per the ASTM standard. HOBAS also completes the recertification test anytime a new material supplier, or new material source is considered for use in our lines. SubaA tals Per addendum number 7 we have put together a package for you submission to the engineer. We have included the following: € Experience list of pipe manufactured in our Houston Texas facility in the size ranges required for this project. € Long Term Strain Corrosion baseline for our latest requalification to ASTM D3681 € Actual test results per ASTM D2412 for pipe sizes in the range to be supplied on this project (all produced in our Houston Texas plant). Although ASTM D2412 does not compare to a baseline, (the testing results are independent for each test) we have included them per the request of the engineer. € Credentials for the testing agency and in house staff. € Certification that all pipe references in these reports and testing were produced in the Hobas Pipe USA Houston, Texas manufacturing facility. i'11 1r f Vl �d`!l AlI6vu Y C-;I IR VEX.t HOBAS Pipe Diameters 42"-90" Manufactured in Texas Experience List Pipe Manufactured at our Houston , Texas HOBAS Pipe Facility Pipe Sizes in the Range of M244A Project All Pipe produced at our plant is tested per ASTM 3262 and meets or exceeds the additional testing requirements listed in Addendum DIA(in) FOOTAGE (ft) PROJECT LOCATION 42 1,250 BRAESWOOD BLVD. REHAB HOUSTON 42 2,530 T C JESTER SEWER REHAB HOUSTON 42 240 FAIRMONT PARKWAY LA PORTE 42 2,910 BRITTANY BAY LEAGUE CITY 42 5,912 SOUTHEAST SANITARY ROSENBURG 42 580 SAN JACINTO RIVER HOUSTON 42 5,240 OSO SLIPLINING PROJECT CORPUS CHRISTI 42 5.300 WEST OREM HOUSTON 42 _960 LAKE CREEK AUSTIN 42 2,250 80TH STREET HOUSTON 42 3,275 FOREST HILL HOUSTON 42 1,750 S-319 MIAMI 42 1,725 26th AVE SOUTH SEWER ST PETERSBURG 42 750 S-319 MIAMI 42 100 EMERGENCY PIPE MELBOURNE 42 2,643 TREATMENT PLANT PIPING BRUNSWICK 42 260 SANITARY SEWER AMERICUS 42 227 1-80 CROSSING CORSICA, 42 160 162nd AVE EMERGENCY PIPE ST PETERSBURG 42 1,070 IGREATER TEXOMA SHERMAN 42 80 IGREATER TEXOMA SHERMAN Page 1 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE(ft) PROJECT LOCATION 42 80 GREATER TEXOMA SHERMAN 42 1,600 BERKLEY HOUSTON 42 100 CITY- SANITARY SEWER LARGO 42 155 COORS RD TUNNEL ALBUQUERQUE 42 380 ALMEDA SIMS#1 HOUSTON 42 100 STOCK PIPE MELBOURNE 42 2,472 HOOKERS POINT PIPE TAMPA 42 369 HOOKERS POINT PIPE TAMPA 42 291 HOOKERS POINT PIPE TAMPA 42 110 CITY of ST PETERSBURG ST PETERSBURG 42 1,584 HOLIDAY CREEK WICHITA FALLS ti 42 660 WOODLANDS WWTP WOODLANDS 42 570 EMERGENCY REPAIR TEXAS CITY 42 720 CITY of JACKSONVILLE JACKSONVILLE 42 1,037 SNOFFORD WW TREATMENT ALTAMONTE 42 1,180 EAST HIGHLAND SLIPLINING ROCHESTER 42 180 ODOR CONTROL PIPE CAMDEN CO 42 15 STOCK PIPE MANHOLE W PALM BEACH 42 1,280 WASTEWATER RECLAIM ODESSA 42 883 TUNNEL SEWER MAIN OCEANSIDE 42 7,860 SANITARY SEWER ST PETERSBURG 42 160 CITY OF LAKELAND LAKELAND 42 200 KARSTEN EQUIPMENT ST LOUIS 42 4,330 SANITARY SEWER ORLANDO 42 160 SANITARY SEWER ST PETERSBURG 42 146 SH 190 SEWER PLANO 42 1,000 WOODWAY RELIEF SEWER HOUSTON 42 426 EDITH BLVD ALBUQUERQUE 42 2,263 GREENWOOD DR SANITARY CORPUS CHRISTI 42 1,740 BOB DERRINGTON WWRP ODESSA 42 1,160 LOWER SPRING CREEK PLANO 42 520 LOWER SPRING CREEK PLANO 42 5,100 SAN SEWER IMPROV SW SYCAMORE 42 2,700 TEXACO PORT ARTHUR 42 100 TEXACO PORT ARTHUR 42 3,350 FALKENBURG RD I HILLSBOROUGH 42 360 STORM WATER PIPE ST PETERSBURG 42 5,193 SW INTERCEPTOR SEWER SYCAMORE 42 3,355 FAULKENBURG ROAD II HILLSBOROUGH 42 347 SEWER REHAB ST PETERSBURG 42 900 WATER AND SEWER MIAMI 42 50 NORTH WEST SLUDGE HOUSTON 42 600 TEXACO PW 240,250 PORT ARTHUR 42 1,080 JFK BOULEVARD HOUSTON 42 490 JFK BOULEVARD HOUSTON 42 580 STAR ENTERPRISE PORT ARTHUR 42 5,094 NOLAN CREEK KILLEEN 42 1,180 TEXACO PORT ARTHUR 42 2,296 WEEMS ROAD INTERCPT ITALLAHASSEE 42 40 EAST TAMPA PUMPING STA ITAMPA Page 2 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 42 95 BROCKWOOD STORM DRAIN BIRMINGHAM 42 80 GENEVA STEEL LINDON 42 1,929 SANITARY SEWER REPAIRS ST.PETERSBURG 42 2,660 WASTEWATER RESTORATION ALTAMONTE SPRINGS 42 2,431 BELMONT RELIEF SEWER HOUSTON 42 3,760 NOLAN CREEK- PHASE 2 KILLEEN 42 390 NOLAN CREEK- PHASE 2 KILLEEN 42 3,928 FROSTWOOD AREA RELIEF HOUSTON 42 147 FROSTWOOD AREA RELIEF HOUSTON 42 540 ODOR CONTROL 5 WWTP HOUSTON 42 3,590 CENTER STREET, #1 HOUSTON 42 30 DEER PARK EMERGENCY DEER PARK 42 1,890 HORNE RD/NAVIGATION CORPUS CHRISTI 42 50 EMERGENCY REPAIR CLEAR LAKE 42 450 DISTRICT 5 INTERCPT, Sec 1 LA COUNTY 42 8,080 VICKSBURG AVE - 96th Street LOS ANGELES 42 1,000 CHAMPION PAPER CHANNELVIEW 42 60 NEW FERGUSON WAY HOUSTON 42 590 TOWN CREEK OUTFALL SWR SALISBURY 42 100 TX MEDICAL CENTER HOUSTON 42 20 TX MEDICAL CENTER HOUSTON 42 1,036 YBOR CITY& 15TH ST TAMPA 42 1,330 CEDAR RIVER TRUNK RENTON 42 785 CEDAR RIVER TRUNK RENTON 42 540 N EDITH EMERGENCY ALBUQUERQUE 42 5,810 MONTE CRISTO SEWER LAS VEGAS 42 60 INTERNATIONAL PAPER MOSS POINT 42 819 W MONTGOMERY RELIEF HOUSTON 42 400 EMERGENCY REPAIR TX CITY 42 60 CHIMNEY ROCK LIFT STA HOUSTON 42 4,300 BROOKWOODS &TC JESTER HOUSTON 42 266 KRESS RELIEF HOUSTON 42 6,940 N. Corridor Sec A,B&C FINDLAY 42 116 ISSAQUAH REPAIR SEATTLE 42 2,349 CAMP LOGAN RELIEF HOUSTON 42 1,684 CROSSTOWN INTERCEPTOR LAS VEGAS 42 370 SAGEDOWN RELIEF SEWER HOUSTON 42 2,861 NORTHEAST INTERCEPTOR LAKE COUNTY 42 140 CHAMPION INTERNATIONAL SHELDON 42 160 STOCK PIPE: MAINT. PIPE LOS ANGELES 42 10 WILLOWBROOK TRUNK PH2 HOUSTON 42 1,254 ARMY BASE GRAVITY SEWER NORFOLK 42 120 MARKET ST SANIT SEWER HOUSTON 42 2,470 PETIT & FOYCE RELIEF SWR HOUSTON 42 15 50TH STREET TAMPA 42 1,200 WAYNE RELIEF NORTH HOUSTON 42 2,600 WEST RUSSEL RD PH1 LAS VEGAS 42 530 CONTRACT# SSA-R-97 BAYVILLE 42 90 DEL MAR DRAIN REMEDIAT.N DEL MAR 42 240 ALIEF CENTRAL/UPPER BRAY HOUSTON 42 1,198 NALDO ROAD SLIPLINING IJACKSONVILLE G Page 3 of 15 I i r�.`J1:I HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE(ft) PROJECT LOCATION 42 12,500 SOUTHSIDE WWTP BROWNSVILLE 42 80 WCID#2 STAFFORD 42 20 WCID#2 STAFFORD 42 1,840 MUDDY CREEK CINCINNATI 42 4,680 MUDDY CREEK CINCINNATI 42 1,140 MYKAWA ROAD PROJECT HOUSTON 42 1,250 TOWN CREEK INTERC SALISBURY 42 65 KIRKWOOD#3 L.S. & F.M. HOUSTON 42 2,117 WEST FORK SAN JAC RIV CONROE 42 5,431 WEST FORK SAN JAC RIV CONROE 42 367 WEST FORK SAN JAC RIV CONROE 42 405 WARD AVENUE HONOLULU 42 5,283 5TH STREET JACKSONVILLE 42 3,310 CHILL WATER--MERCK LINDEN 42 9 WEST FORK CONROE 42 1 WEST FORK CONROE 42 2,560 GREENWOOD CORPUS CHRISTI 42 _ 510 HOLES CREEK DAYTON 42 100 CITY REPAIRS TEXAS CITY 42 200 WINTON WOODS PARK CINCINNATI 42 1,765 BRUSHY CREEK-CONTR. 3 ROUNDROCK 42 300 WEST RUSSELL RD-PH 3 LAS VEGAS 42 180 SALADO EMERGENCY SAN ANTONIO 42 3,086 Del Amo Trunk Sewer Carson, Ca. 42 448 Chelford WWTP Repair Houston, Texas 42 3,500 Clamatis/Spain St. Rehab New Orleans, La. 42 5,911 Trunk Sewer Rehab-Ph. 1 Atascocita, Texas 42 3,636 Strawberry 42"Trunk-B Pasadena, Texas 42 470 Emergency Effluent Repair Laredo, Texas 42 1,949 Otay Mesa Trunk-2A1 San Diego, California 42 80 Sewer Plant Pflugerville, Texas 42 1,541 West trunk Sewer Genesee County, Mi. 42 4,150 Centre Creek WW Austin,Texas 42 239 Scottsdale Rd. Improv-Ph 2 Scottsdale, Arizona 42 1,300 CSX Railroad Grade Sep. Berar, Ohio 42 135 Bellaire Rehab Houston, Texas _ 42 790 Paradise Cut Crossing San Joaquin, Calif. 42 620 42" Emergency Irving, Texas 42 267 Rockwall-Heath Transfer Rockwall, Texas 42 240 Duke Power Replacement Cliffside, N.C. 45 3,759 JO"D" UNIT 3 TORRANCE 45 _ 1,090 DISTRICT 5 SECTION 2C LOS ANGELES 45 1,235 Excel Energy Denver, Colorado _ 48 210 ALIEF DIVERSION SEWER BELLAIRE 48 9,160 FAIRMONT PARKWAY LA PORTE 48 4,300 SOUTHEAST SANITARY ROSENBURG 48 _494 STARRING LANE BATON ROUGE _ 48 260 W BULL CREEK IV AUSTIN 48 7,740 HOOKERS POINT SEWER TAMPA 48 11,800 FORCED MAIN NEW ORLEANS 48 4,885 OLD SALADO CREEK#1 ISAN ANTONIO Page 4 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 48 20 SANITARY SEWER GREAT BEND 48 546 TEXACO PW-210 PORT ARTHUR 48 1,864 OLD SALADO CREEK II SAN ANTONIO 48 140 OLD SALADO CREEK II SAN ANTONIO 48 2,019 OLD SALADO CREEK II SAN ANTONIO 48 1,080 SANITARY SEWER CINCINNATI 48 90 SANITARY SEWER CHARLOTTE 48 293 SANITARY SEWER MARPLE TWP 48 54 SANITARY SEWER MARPLE TWP 48 9,710 HOLIDAY CREEK WICHITA FALLS 48 1,058 TOWN BRANCH DALLAS 48 165 GRANT AVENUE ORO LOMA 48 1,280 WEST DISTRIC-diversion V HOUSTON 48 24,900 GRAVITY OUTFALL MAIN SAN ANGELO 48 826 GRAVITY OUTFALL MAIN SAN ANGELO 48 226 GRAVITY OUTFALL MAIN SAN ANGELO 48 1,021 SLAUGHTER CREEK AUSTIN 48 164 CITY OF LAKELAND LAKELAND 48 130 GROW-KIEWIT STATEN ISLAND 48 1,260 GROW-KIEWIT STATEN ISLAND 48 587 SANITARY SEWER BREVARD COUNTY 48 432 CITY OF WEST PALM BEACH W PALM BEACH 48 1,735 SANITARY SEWER ORLANDO 48 4,000 WOODWAY RELIEF SEWER HOUSTON 48 200 S AUSTIN OUTFALL I AUSTIN 48 1,992 WEST BANK DALLAS 48 8,402 WEST BANK DALLAS 48 1,400 GREENWOOD DR SANITARY CORPUS CHRISTI 48 80 AYRSHIR SUBDIVISION HOUSTON 48 260 HAMPTON RD SEWER NORFOLK 48 1,940 BOB DERRINGTON WWRP ODESSA 48 967 SANITARY SEWER REHAB HOUSTON 48 13 LA GLORIA OIL&GAS TYLER 48 160 SALT RIVER PROJECT PHOENIX 48 70 NORTH WEST SLUDGE HOUSTON 48 260 SOUTH TRUNK SEWER GREENSBORO 48 4,410 WESTBANK PHASE II DALLAS 48 330 RAMSEY COUNTY ROAD MOUNDSVIEW 48 1,010 ODESSA TRANSFER ODESSA 48 12,615 ODESSA TRANSFER ODESSA 48 5,530 ODESSA TRANSFER ODESSA 48 623 STORMWATER PIPE ST. PETERSBURG 48 160 NOLAN CREEK KILLEEN 48 465 ODOR CONTROL LAS VEGAS 48 520 PAPER MILL PENNINGTON 48 20 TEXACO PORT ARTHUR 48 460 CENTRAL ARTERY TUNNEL BOSTON 48 137 RIVERDALE ROAD HIGH POINT 48 2,225 BELMONT RELIEF SEWER HOUSTON 48 120 CLEAR CREEK CSO ATLANTA Page 5 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 48 2,625 FIBERGLASS WORKSHOP JACKSONVILLE 48 806 TAYLOR CREEK TRUNK-1 CINCINNATI 48 540 TAYLOR CREEK TRUNK-1 CINCINNATI 48 1,340 CENTER STREET, #1 HOUSTON 48 2,225 BELMONT LIFT STATION HOUSTON 48 42 FINDLEY SEWER HOUSTON 48 820 EMERGENCY REPAIR JACKSONVILLE 48 7,120 MIDDLETOWN INTERCEPTOR MIDDLETOWN 48 53 SIMS BAYOU WWTP HOUSTON 48 100 SALADO CREEK WWTP SAN ANTONIO 48 20 60" DIAMETER REHAB SAUGET 48 225 TX CITY WWTP TX CITY 48 96 NE WWTP HOUSTON 48 80 PROCESS SEWER REPAIR VICKSBURG 48 422 NCOS-NOS MAZE PHASE 2 LOS ANGELES 48 1,582 YBOR CITY& 15TH ST TAMPA 48 1,634 HAMILTON/BOSTON ROAD CLEVELAND 48 300 WINKLER SLIPLINING HOUSTON 48 100 INTERNATIONAL PAPER MOSS POINT 48 2,000 W MONTGOMERY RELIEF HOUSTON 48 985 SCOTT ST WET WEATHER HOUSTON 48 5,051 J O 'H' UNIT 3, SEC 2&3 LOS ANGELES 48 7,869 N McGREGOR F.M. HOUSTON 48 120 18th STREET INTERCEPTOR DES MOINES 48 6,180 N. Corridor Sec A,B&C FINDLAY 48 100 WOODLANDS WWTP WOODLANDS 48 100 STORM WATER LINE MOBILE 48 20 BOOM STORAGE FACILITY CHERRY POINT 48 985 LAKEVIEW INTERCEPTOR ALBUQUERQUE 48 200 YUMA WPCF YUMA 48 1,606 BELTWAY 8 HOUSTON 48 80 SAGEDOWN RELIEF SEWER HOUSTON 48 50 SAGEDOWN RELIEF SEWER HOUSTON 48 5,426 NORTHEAST INTERCEPTOR LAKE COUNTY 48 1,240 BOAT HARBOR INFLUENT NEWPORT NEWS 48 17 HB GONZALEZ SAN ANTONIO 48 160 LAKEVIEW INTERCEPTOR ALBUQUERQUE 48 1,470 FRIENDLY RELIEF HOUSTON 48 _ 595 BELMONT AREA PUMP STA HOUSTON 48 43 SCOTT ST WET WEATHER HOUSTON 48 557 NORTHSIDE WET WEATHER HOUSTON 48 20 LF MANUFACTURING HOUSTON 48 10 SIMS BAYOU S-0524-SB-3 HOUSTON 48 1,312 ARMY BASE GRAVITY SEWER NORFOLK 48 20 HOMER ELECTRIC HOMER 48 4,300 BOAT HARBOR OUTLET NEWPORT NEWS 48 232 INA ROAD WCPF TUCSON 48 160 OGNEN INTERCEPTOR SWR NEW HANOVER 48 45 ALIEF CENTRAL/UPPER BRAY HOUSTON 48 40 JWCID #2 STAFFORD 48 20 JWCID #2 ISTAFFORD Page 6 of 15 � e HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 48 850 LOCKWOOD REHAB HOUSTON 48 1,450 N. RIVER DR INTERCEPTOR MIAMI 48 65 BISSEL POINT ST. LOUIS 48 428 McKINNLEY AVE DECATUR 48 6,120 McKINNLEY AVE DECATUR 48 960 McKINNLEY AVE DECATUR 48 45 KIRKWOOD #3 L.S. & F.M. HOUSTON 48 55 STREET CAR STATION SAN ANTONIO 48 1,741 5TH STREET JACKSONVILLE 48 16 WEST FORK CONROE 48 1 WEST FORK CONROE 48 5 WEST FORK CONROE 48 8 WEST FORK CONROE 48 1 WEST FORK CONROE 48 1 WEST FORK CONROE 48 20 FLUID CONTAINMENT CONROE 48 1,515 GREENWOOD CORPUS CHRISTI 48 2,340 HOLES CREEK DAYTON 48 20 FLUID CONTAINMENT CONROE 48 70 D.O.T. HI POINT 48 30 SANDHILL RELIEF SEWER LAS VEGAS 48 70 SO. METRO INTER MH REH SAN DIEGO 48 18 BELTWAY 8 WWTP HOUSTON 48 190 Bellis Circle/Sherman St. Cambridge, Mass. 48 630 No. French Rd. Sewer Ext. Amhearst, New York 48 3,610 29th Avenue Sewer-Ph 4 Council Bluffs, Iowa 48 80 Turkeyfoot Addition Ft. Wright, Kentucky 48 145 Wastewater Collection Imp. St. Petersburg, Fl. 48 60 WWTP Pasadena, Texas 48 258 Rehab Existing 54" Culvert Ford Heights, Illinois 48 60 Tanner Creek-Phase 5 Portland, Oregon 48 40 Hurricane Creek L.S. Greenwood, Indiana 48 460 Three Mile Creek Mobile, Alabama 48 652 Lavaca St. Emergency San Antonio, Texas 48 283 Sewer Project Muscogee, Oklahoma 48 780 Land Outfall Sewer, 1-5 Carlsbad, Califfornia 48 180 Braeswood Sewer Houston, Texas 48 566 M-282 Sewer-Radio Shack Fort Worth, Texas 48 600 Edith St. Emergency Albuquerque, NM 48 20 Emergency @ Pier 1 Fort Worth, Texas 48 30 Balboa Lift Station McAllen, Texas 48 8,452 Montgomery/Sugar Grove Int Montgomery, Illinois 48 3,113 Overall Creek Interceptor Nashville, Tennessee 51 12,300 JO'B'1C LA COUNTY LONG BEACH 51 4,580 JOINT OUTFALL 'B' UNIT-IC, 4 LOS ANGELES 51 760 INDIANAPOLIS SWR REHAB INDIANAPOLIS 51 1,862 J O 'H' UNIT 3, SEC 2&3 LOS ANGELES 51 8,320 J O 'D' UNIT 2B LOS ANGELES 51 490 18th STREET INTERCEPTOR DES MOINES 51 880 UNIV CENTER SEWER CINCINNATI 51 543 DISTRICT 5 SECTION 2C LOS ANGELES r, Page 7 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE(ft) PROJECT LOCATION 51 8,900 BIG CREEK CLEVELAND 51 5,260 WEST BANK INTERCEPTOR DALLAS 51 646 CALIFORNIA DRIVE BURLINGAME 51 90 WEST FORK SAN JAC RIV CONROE 51 355 WEST FORK SAN JAC RIV CONROE 51 1,612 WEST FORK SAN JAC RIV CONROE 51 7,481 WEST FORK SAN JAC RIV CONROE 51 378 WEST FORK SAN JAC RIV CONROE 51 1,220 WESTSIDE INTERCEPTOR LANSING 51 180 N.C. Dot Project Greenville, N.C. 51 30 Emergency Repair Houston, Texas 54 2,481 ALIEF DIVERSION SEWER BELLAIRE 54 5,380 ALIEF DIVERSION SEWER BELLAIRE 54 2,100 FAIRMONT PARKWAY LA PORTE 54 1,760 SOUTHEAST SANITARY ROSENBURG 54 564 STARRING LANE BATON ROUGE 54 1,050 PACKAGE E, CATEGORY A SAN ANTONIO 54 180 PACKAGE E, CATEGORY A SAN ANTONIO 54 5,900 S-319 MIAMI 54 4,670 S-319 MIAMI 54 1,514 SANITARY SEWER HENRY CO 54 1,017 SANITARY SEWER LOUISVILLE 54 1,200 HALL STREET SEWER ST LOUIS 54 280 EFFLUENT LINE ST FRANCISVILLE 54 700 SALISBURY ST ST LOUIS 54 505 DUKE POWER STORM KEOWEE DAM 54 476 TOWN BRANCH DALLAS 54 4,130 SLAUGHTER CREEK AUSTIN 54 2,047 SLAUGHTER CREEK AUSTIN 54 6,535 GALLERIA AREA DIVERSION HOUSTON 54 3,450 SLAUGHTER CREEK AUSTIN 54 250 SLAUGHTER CREEK AUSTIN 54 2,000 SANITARY SEWER ST PETERSBURG 54 1,741 SANITARY SEWER BREVARD COUNTY 54 125 SANITARY SEWER ORLANDO 54 600 S AUSTIN OUTFALL I AUSTIN 54 4,529 JOINT OUTFALL J.O. "B" 1 C LA COUNTY 54 8,300 GREENWOOD DR SANITARY CORPUS CHRISTI 54 40 BOB DERRINGTON WWRP ODESSA 54 160 EAST BAY M.U.D. INT REP OAKLAND 54 5,334 NCOS-NOS INTER REHAB, #1 LOS ANGELES 54 80 EMERGENCY REPAIR HOUSTON 54 560 STORM WATER PIPE ST PETERSBURG 54 150 WESTERLY"C", WWTP CLEVELAND 54 120 OLD SE BYPASS ST PETERSBURG 54 542 SEWER REHAB ST PETERSBURG 54 165 ODESSA TRANSFER ODESSA 54 6,425 ODESSA TRANSFER ODESSA 54 5,412 ODESSA TRANSFER ODESSA_ 54 3,248 ODESSA TRANSFER ODESSA 54 40 STAR ENTERPRISE IPORTARTHUR Page 8 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 54 180 WESTERLY WWTP CLEVELAND 54 981 STORMWATER PIPE ST. PETERSBURG 54 100 PRODUCE ROW HOUSTON 54 15,308 MISC SHIPPENVILLE 54 60 TEXACO PORT ARTHUR 54 5,688 SIMS BAYOU SEGMENT 'B' HOUSTON 54 4,333 DIXIE DRIVE HOUSTON 54 200 EMERGENCY REPAIRS LOS ANGELES 54 200 27th STREET WARF STORM GALVESTON 54 5,457 OLD GALVESTON ROAD HOUSTON 54 3,100 BISCAYNEBOULEVARD DADE COUNTY 54 1,400 14TH STREET INTERCEPTOR ALBUQUERQUE 54 80 LEON CREEK WWTP SAN ANTONIO 54 505 SAN SWR IMPROVEMENTS CAPE GIRARDEAU 54 150 TX CITY WWTP TX CITY 54 3,875 SLIPLINE 60" & 54" SEWER HOUSTON 54 1,210 WINKLER SLIPLINING HOUSTON 54 80 INTERNATIONAL PAPER MOSS POINT 54 10 STORM WATER LINE HAMPTON 54 540 KONA PROJECT KONA 54 4,840 PORT INDUSTRIAL BLVD. GALVESTON 54 96 J Off UNIT 3, SEC 2&3 LOS ANGELES 54 5,640 N. Corridor Sec A,B&C FINDLAY 54 160 WOODLANDS WWTP WOODLANDS 54 288 BELTWAY 8 RELIEF HOUSTON 54 70 LIFT STATION 15 BROWNSVILLE 54 70 McCULLOCH RD SLIPLINE ORLANDO 54 11,500 JOA UNIT3C LOS ANGELES 54 1,580 WILLOWBROOK TRUNK PH2 HOUSTON 54 460 WILLOW BROOK TRUNK PH2 HOUSTON 54 20 BOWATER NEWSPRINT CALHOUN 54 1,450 JO"C" UNIT 3B LONGBEACH 54 450 JO"C" UNIT 3B LONGBEACH 54 10 MARKET ST SANIT SEWER HOUSTON 54 420 EMERGENCY REPAIR HOUSTON 54 2,230 WILLOWBROOK TRUNK PH2 HOUSTON 54 640 COOLING WATER DUNCLIN 54 3,731 BIG CREEK CLEVELAND 54 6,475 N. RIVER DR INTERCEPTOR MIAMI 54 1,044 SEWER OUTFALL SIPHON-3 SAN ANTONIO 54 11,398 WEST FORK SAN JAC RIV CONROE 54 FLORIDA DESIGN CONSTR. LAKE WORTH 54 410 GREENWOOD CORPUS CHRISTI 54 10,594 SANDHILL RELIEF SEWER LAS VEGAS 54 14 WEST 98TH STREET CLEVELAND 54 930 CLEVELAND BROWNS STAD. CLEVELAND 54 8,355 BRUSHY CREEK-CONTR. 3 ROUNDROCK 54 20 BELTWAY 8 WWTP HOUSTON 54 1,040 54"Tandy Sanitary Sewer Fort Worth, Texas 54 468 Garfield Emergency Los Angeles, Calif. 54 3,575 Mili Creek Trunk Swr-Ph 2 Nashville, Tennessee Page 9 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 54 1,200 Bridgeport Interceptor Indianapolis, Indiana 54 5,674 C hattachoochie/R ich land Sugar Hill, Georgia 54 280 4th & Bridge Emergency Albuquerque, NM 54 9,520 Mill Creek Trunk Swr-Ph 2 Nashville, Tennessee 54 780 Metro 54" Outfall Repair Columbia, So. Carolina 54 69 SJRA Canal Highlands, Texas 54 4,950 Trunk Sewer Rehab Atascocita, Texas ' 54 160 Emergency Project Paducah, Kentucky 54 1,193 Victory WW Improvements Dallas,Texas 54 820 JO"H", Unit 5A City of Industry, Ca. 54 820 Rehab Runway 4-22 Lynchburg, Virginia 54 540 So. 277th St. Trunk Sewer Kent, Washington 57 5,000 JOINT OUTFALL'B' UNIT-IC, 4 LOS ANGELES 57 2,125 JOINT OUTFALL'F' UNIT 1 LOS ANGELES 57 3,150 18th STREET INTERCEPTOR DES MOINES 57 2,720 JOB UNIT 1C PH2 LOS ANGELES 57 5,195 JOF UNIT 2 LOS ANGELES 57 1,063 DISTRICT 5 SECTION 2C LOS ANGELES 57 3,569 JO"D" UNIT 2A LOS ANGELES 57 2,856 Dominguez Gap Barrier Los Angeles, Calif. 57 700 LeRoy Storm Sewer Northglen, Colorado 59 420 FAIRMONT PARKWAY LA PORTE 60 1,207 ALIEF DIVERSION SEWER BELLAIRE 60 4,278 ALIEF DIVERSION SEWER BELLAIRE 60 3,740 FAIRMONT PARKWAY LA PORTE 60 380 BROOKFIELD MUD HOUSTON 60 220 SAN JACINTO RIVER HOUSTON 60 1,900 S-319 MIAMI 60 575 SANITARY SEWER HENRY CO 60 6,800 OAKWOOD BEACH I NEW YORK 60 5,426 BISSONET INTERCEPTOR HOUSTON 60 160 BISSONET INTERCEPTOR HOUSTON 60 745 SANITARY SEWER ST PAUL 60 7,584 ROCHESTER WATER MAIN ROCHESTER 60 4,246 ROCHESTER WATER MAIN ROCHESTER 60 208 ODOR CONTROL PIPE CAMDEN CO 60 80 SANITARY SEWER ST PETERSBURG 60 365 SPORTS AUTH REHAB ST LOUIS 60 100 CEN PLT EXPANSION CLARK COUNTY 60 111 SAN SEWER IMPROV SW SYCAMORE 60 3,075 16TH ST SEWER REHAB JACKSONVILLE 60 582 LA GLORIA OIL& GAS TYLER 60 2,416 SEATTLE METRO -ALKI SEATTLE 60 1,420 BOSTON MAIN INTERCEPT BOSTON 60 1,008 J O "C" - UNIT 3A&B SECT 1 LA COUNTY 60 488 SIMS BAYOU WWTP HOUSTON 60 3,770 QUINTARD STREET SAN ANTONIO 60 180 RICHMOND TRANSPORT SAN FRANCISCO 60 2,340 PORT INDUSTRIAL BLVD. GALVESTON 60 320 COLLECTION OVERFLOW MILBURN 60 100 FLETCHER BAY CULVERT BAINBRIDGE ISLE Page 10 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE(ft) PROJECT LOCATION 60 9,400 STEVENS CREEK DECATUR 60 3,581 CLINTON DRIVE FM HOUSTON 60 610 JOB UNIT 1C PH2 LOS ANGELES 60 85 EAST SIDE INTERCEPTOR SEATTLE 60 1,200 STEVEN'S CREEK DECACTUR 60 988 HB GONZALEZ SAN ANTONIO 60 1,000 SOL. BEACH STORM DRAIN SOLANA BEACH 60 300 NORTHSIDE WET WEATHER HOUSTON 60 458 EAST END SEWER REHAB HONOLULU 60 30 MRL SEWER RAHWAY 60 565 NORTHSIDE WET WEATHER HOUSTON 60 860 BOWATER NEWSPRINT CALHOUN 60 670 EMERGENCY RUNWAY SL CINCINNATI 60 3,230 SEWER OUTFALL SIPHONS 1 SAN ANTONIO 60 267 WALT DISNEY WORLD ORLANDO 60 60 DEL MAR DRAIN REMEDIAT.N DEL MAR 60 1,903 BIG CREEK CLEVELAND 60 3,940 EASTBANK RELIEF INTER DALLAS 60 1,200 MRL SEWER RAHWAY 60 1,315 SEWER OUTFALL SIPHON-3 SAN ANTONIO 60 840 PAUL BROWN STADIUM CINCINNATI 60 247 WARD AVENUE HONOLULU 60 340 RT 20 FLOOD RELIEF LAMBERTVILLE 60 100 D.O.T. HI POINT 60 20 BELTWAY 8 WWTP HOUSTON 60 320 SAWS Siphon #3 San Antonio, Texas 60 260 South Austin WWTP Austin, Texas 60 331 Storm Drain Line Highland Park, Texas 60 200 SJRA Siphon 27 Highlands, Texas 60 460 Bardin Road-Contract B Grand Prairie, Texas 60 720 South San Jaaquin WTP Valley Home, Calif. 60 168 Balcones WRC Lift Station Austin, Texas ' 60 318 So. Austin WWTP-Train C Austin, Texas 60 40 Woonasquatucket River Providence, R.I. 60 464 WWTP Train C No. Substa. Del Valle, Texas 60 979 Orchard Meadow Overflow Youngstown, Ohio 60 783 Orchard Meadow Overflow Youngstown, Ohio 60 1,413 Fr4ont Street Repair Toledo, Ohio 60 30 North McGregor Storm Houston, Texas 63 4,430 JOINT OUTFALL'F' UNIT 1 LOS ANGELES 63 410 RICHMOND TRANSPORT FAC SAN FRANCISCO 63 225 WEST 98TH STREET CLEVELAND 63 135 Group 6; Proj CG-06-03 Hamburg, New York 63 300 Power Plant Extension Bridgeport, Ct. 63 420 Disney World Rehab Kissamee, Florida 63 1,090 Rehab Irrigation Pipeline McAllen, Texas 66 1,820 FAIRMONT PARKWAY LA PORTE 66 4,150 16th ST SANITARY SEWER JACKSONVILLE 66 14,000 J. O. "C" UNIT I REHAB LA COUNTY 66 365 SANITARY SEWER ST PAUL 66 2,840 ISOUTH RIVER PRIME SAN MIAMI/DADS Page 11 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 66 220 MARATHON OIL REFINING INDIANAPOLIS 66 2,100 MARATHON OIL REFINING INDIANAPOLIS 66 7,330 WEST DISTRIC-diversion V HOUSTON 66 4,750 GALLERIA AREA DIVERSION HOUSTON 66 16 UNDERGROUND IND W PALM BEACH 66 2,383 NCOS-NOS INTER REHAB, #1 LOS ANGELES 66 285 RIVERDALE ROAD HIGH POINT 66 990 RIVERDALE ROAD HIGH POINT 66 8,700 BI CAYNE BOULEVARD DADE C UNTY 66 2,407 JOINT OUTFALL 'F' UNIT 1 LOS ANGELES 66 700 SCOTT ST WET WEATHER HOUSTON 66 500 SCOTT ST WET WEATHER HOUSTON 66 110 VARNER CREEK OUTFALL BRAZORIA COUNTY 66 92 YUMA WPCF YUMA 66 360 EMPIRE ELECTRIC-CIRC H2O ASBURY 66 120 EMPIRE ELECTRIC-CIRC H2O ASBURY 66 26 WEST DISTRICT IMPRVMNTS HOUSTON 66 3,590 INA ROAD WCPF TUCSON 66 521 WESTERLY/WALWORTH CLEVELAND 66 67 SEWER OUTFALL SIPHON-3 SAN ANTONIO 66 2,100 JO"C" UNIT 1 LOS ANGELES 66 389 ARLINGTON TO TRA ARLINGTON 66 55 ARLINGTON TO TRA ARLINGTON 66 22 ARLINGTON TO TRA ARLINGTON 66 1,675 SANDHILL RELIEF SEWER LAS VEGAS 66 5,643 SANDHILL RELIEF SEWER LAS VEGAS 66 265 SANDHILL RELIEF SEWER LAS VEGAS 66 342 LaQuinta Inn Swr Relocate San Antonio, Texas 66 780 Jefferson Siphon (ECIS) Los Angeles, Calif. 66 880 ECIS Los Angeles, Calif. 66 15,420 McCommas 66" Sewer Dallas, Texas 66 140 72" Emergency Repair Albuquerque, NM 66 786 Blue Parkway Town Ctr. Kansas City, Missouri 66 1,853 Salado Creek Emergency San Antonio, Texas 66 3,070 Shoal Creek WW Improv. Austin, Texas 69 4,943 DIST V INTERCEPTOR L A COUNTY 69 140 CAPITAL IMPROVEMENTS BOSTON 69 700 McCULLOCH RD SLIPLINE ORLANDO 69 1,000 FOLSOM EAST INTERCEPTOR SACRAMENTO 72 1,000 WEST MEMORIAL MUD HOUSTON 72 180 PEAK FLOW STORAGE BATON ROUGE 72 160 ALMEDA SIMS #1 HOUSTON 72 10,460 TRA-JEFFERSON AVE GRAND PRAIRIE 72 1,330 CORPS OF ENGINEERS HARRISONVILLE 72 370 ALMEDA ROAD HOUSTON 72 1,067 J.O. "B" 1 B &9C LOS ANGELES 72 1,440 METRO GREEN LAKE SEWER SEATTLE 72 292 JOINT OUTFALL 'D' UNIT 1D LOS ANGELES 72 400 COSTAL ARUBA REFINING SAN NICOLAS 72 1,596 1 DELGANY COMMON IDENVER 72 940 IJ O 'H' UNIT 1B LOS ANGELES Page 12 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 72 433 LOCKWOOD EMERGENCY HOUSTON 72 116 IL-DOT WILLIAMS COUNTY 72 3,284 JO A UNIT 7 LOS ANGELES 72 712 NORTHSIDE WET WEATHER HOUSTON 72 5,200 McCULLOCH RD SLIPLINE ORLANDO 72 3,500 W BANK LEVEE CROSSING DALLAS 72 160 WHITE ROCK EMERGENCY DALLAS 72 430 FULTON CONVEY (CLAVAC) HOUSTON 72 30 EMERGENCY REPAIR SAN DIEGO 72 200 BAYER STROM DRAIN BAYTOWN 72 80 BAYER 6035 BAYTOWN 72 621 WESTERLY/WALWORTH CLEVELAND 72 110 FULTON CONVEY TUNNEL HOUSTON 72 5,920 LOCKWOOD REHAB-SECT2 HOUSTON 72 4,780 SPANAWAY LOOP BYPASS LAKEWOOD 72 5,060 BRUSHY CREEK-Contract 6 ROUND ROCK 72 160 BRUSHY CREEK-Contract 6 ROUND ROCK 72 16 4TH INTERCEPTOR SAN JOSE 72 2,230 Almeda Sims Emergency Houston, Texas 72 8,050 Woodbury L-73 Tunnel St. Paul, Minnesota 72 2,810 Spanaway Loop Bypass Lakewood, Wash. 72 140 Fowler Manholes Lakewood, Wash. 72 3,000 Brushy Creek Tunnel Ext. Round Rock, Texas 72 352 Clybourn St. MIS Relocation Milwaukee, Wisconsin 72 1,200 CMP Cooling Water Reline Pensacola, Florida 72 181 Wolf River Interceptor Memphis, Tennessee 72 120 West Bank Dallas, Texas 72 1,600 Disney Animal Kingdom Orlando, Florida 72 481 Potomac Greens Alexandria, Virginia 78 2,768 SANITARY SEWER JACKSONVILLE 78 572 WESTERLY/WALWORTH CLEVELAND 78 200 ARLINGTON TO TRA ARLINGTON 78 2,500 55th Street Pump Station Grand Forks, N.D. 78 150 Lambert Airport Tunnel St. Louis, Missouri 84 9,500 ALMEDA SIMS #1 HOUSTON 84 3,093 J.O. "B" 1 B & 9C LOS ANGELES 84 1,100 MAY CREEK SEATTLE 84 1,600 24th STREET, ASTORIA, QUEENS 84 2,046 EVANSVILLE AVE EVANSVILLE 84 420 EVANSVILLE AVE EVANSVILLE 84 40 NORTH METRO INTERCPT SAN DIEGO 84 350 EVANSVILLE SEWER EVANSVILLE 84 450 MAXON WWTP MEMPHIS 84 1,402 JO"D" UNITS 1 E & 1 F CARSON 84 990 RT 20 FLOOD RELIEF LAMBERTVILLE 84 560 East Central Inter. Sewer Los Angeles, Calif. 84 364 Stapleton Redevelopment Denver, Colorado 84 616 Primaries 11 & 12 Las Vegas, Nevada 85 100 Village Creek Emergency Fort Worth, Texas 95 5,849 1 NCOS-NOS MAZE PHASE 2 LOS ANGELES 96 50 AMERICAN INLAND MARINE BRAKKOCK l = �9Yp'l is=• �. "vJ��'� Page 13 of 15a�' HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 96 420 EAST BAY/CALHOUN ST CHARLSTON 96 600 JO"D" UNITS 1 E & 1 F CARSON 96 75 Southport Flow Eq. Basins Indianapolis, Indiana 96 20 Sewer Relief-Buckeye Rd. Phoenix, Arizona 102 2,600 STORM SEWER SEG BEAUMONT 102 360 West Fork WFG-Part 2 Grand Prairie, Texas 110 1,999 Notice 44, Project No.2 Milwaukee, Wisconsin 18-108 125 Taylor Branch LS Relief Austin, Texas 18-42 6,912 Big walnut/Parsons Trunk Columbus, Ohio 18-48 2,350 Combined Sewer Overflow Providence, R.I. 18-54 90 Fore River Siphon Weymouth, Mass. 18-60 1,450 Fore River Siphon Weymouth, Mass. 20-41 5,172 Centerra Off-Site Goodyear, Arizona 20-54 9,370 Ashley River Sewer Tunnel Charleston, S.C. 24-42 100 Martin Way PS Improv Olympia, Washington 24-42 532 Fajardo WWTP Pump Station San Juan, Puerto Rico 24-42 5,458 Sanitary Sewer Portage, Indiana 24-54 12,159 Upper Deep River, SegAA High Point, N.C. 24-72 15,992 WRF Phase 3 Expansion Henderson, Nevada 24-72 3,354 Linden Flood Control Lineen, New Jersey 24-96 5,868 Big Walnut Outfall Columbus, Ohio 27-48 12,174 STH 20 Interceptor Mt. Pleasant, WI 28-42 9,666 Armstrong & McGraw Swr Irvine, California 28-48 872 Repair of Site-Wide Drains Gulfport, Mississippi 28-54 1,143 WWTP Expansion Mission, Texas 30-42 11,300 Eastside Interceptor-Ph 2A Greenwood, Indiana 30-42 2,424 Ph.-1 Intercepror Improv Vincennes, Indiana 30-42 896 US 183 Utility Crossing Austin, Texas 30-54 988 SW Treatment Plant Expan. Urbana/Champaign, II. 33-42 234 East Boulevard Deer Park, Texas 33-72 3,532 JO"H", Unit 1 B & 1 C Southgate, California 36-42 6,296 Arkansas River Sewer Pueblo, Colorado 36-42 8,840 Far West Potranca Creek San Antonio, Texas 36-51 2,280 Jeffery Road Trunk Sewer Irvine, California 36-54 695 Upper Deep River, SegAA High Point, N.C. 36-60 841 Central Main-Ph. 1 Replac. Sioux City, Iowa 36-66 10,969 Big Creek Interceptor 3-D Cleveland, Ohio 36-72 5,486 West Chaska Interceptor Chaska, Minnesota 36-84 180 Westside CSO-Vent Portland, Oregon 36-84 1,122 S. Secondary Phase 1B Las Vegas, Nevada 36-90 5,434 Salado Outfall Siphons 1&2 San Antonio, Texas 36-96 200 Westside CSO-Vent Portland, Oregon 42-104 380 Sims South WWTP Houston, Texas 42-47 3,594 Strawberry 42" Trunk Pasadena, Texas 42-48 1,755 Kapolei Interceptor Honolulu, Hawaii 42-60 25,633 Redwood Trunk Sewer Oxnard, California 42-96 13,808 Upper Tannehill/Buttermilk Austin, Texas 44-48 212 Roosevelt Ave. Emergency San Antonio, Texas 48-102 3,920 Southerly WWTP Columbus, Ohio 48-54 812 Southside WWTP Peak Flow Dallas, Texas 48-54 582 Inter-SAI Diversion Structure Tempe, Arizona Page 14 of 15 HOBAS Pipe Diameters 42"-90" Manufactured in Texas DIA(in) FOOTAGE (ft) PROJECT LOCATION 48-60 10,089 Salt Valley, Phase IV Lincoln, Nebraska 48-66 1,045 Richland Creek Outfall High Point, N.C. 48-66 566 Ala Moana Pump Station Honolulu, Hawaii 48-66 830 Deep River Outfall-Seg. 2 High Point, N.C. 48-66 13,388 Deep River Outfall-Seg. 2 High Point, N.C. 48-78 9,683 Salt Valley Trunk Sewer Lincoln, Nebraska 48-96 200 W. 1-40 Diversion &64th St. Albuquerque, NM 54-108 6,505 West Fork Relief WF-1, Ph 1 Grand Prairie, Texas 54-60 964 Saw Mill Valley Swr. Reline Elmsford, New York 54-60 155 Greenwood To Richter Corpus Christi,Texas 54-60 1,388 San Marcos St. Emergency San Antonio, Texas 54-66 2,520 Upper Olentangy Reclam. Delaware, Ohio 54-72 4,045 Brushy Creek Reg. Int. Round Rock, Texas 60-72 1,093 Henderson/MLK CSO Seattle, Washington 60-84 1,020 Nine Springs WWTP Madison, Wisconsin 72-108 3,573 West Fork Relief-WF-G/2 Grand Prairie, Texas 72-84 5,743 91st Ave. WWTP Phoenix, Arizona 72-84 2,342 Desert Recharge project Tonopah, Arizona 78-90 2,546 Leon Creek, Salado Creek San Antonio, Texas 78-94 106 Drop Shaft-San Pedro/Mission Los Angeles, Calif. 78-96 1,400 IBelmont Flow Eq. basins Indianapolis, Indiana 1,390,355 Page 15 of 15 HOBAS PIPE USA 1413 Richey Road Houston,Texas 77073 • Tel.: 281/821/2200 Fax: 281/821/7715 H O B A S info@hobaspipe.com www.hobaspipe.com October 16, 2004 CCertifi afion of HO6AS PIPE USA certifies that the pipes to be manufactured for use on the City of Ft. Worth's Sanitary Sewer Alain 244A s Village Creek Parallel Collector Project, will be in accordance with ASTM ®3262, Type 1, Liner 2, Grade 3 (Standard Specification for Fiberglass Sewer Pipe), which includes compliance with ASTM D3661 (Standard Test Method for Chemical Resistance of Fiberglass Pipe in a Deflected Condition) and ASTM D4161 (Specification for Fiberglass Pipe Joints Using Flexible Elastomeric Seals). Signed, JAx-A���� Rick Turkopp, P.E. Vice-President, Engineering HOSAS PIPE USA i HOBAS PIPE USA 1413 Richey Road Houston,Texas 77073 Tel.: 281/821/2200 Fax: 281/821/7715 HOBAS 3 infofhobaspipe.com IC www.hobaspipe.com i? 2{€ II 13 'E it October 20, 2004 i. I To All Bidders Ref Sanitary Sewer Main 244- Village Green Fort Worth, Texas For this project, HOBAS Pipe USA extends the warranty as described on our quotation from one(1)year to five(5) years. HOBAS Pipe USA Steve Max s ,I 1 Commercial Manager !i is E3 s i 44€ f 3 t F .S # `Y S i 4� k € 4 i SS 4 77(I is 33 t STORK" Mork Southwestern Laboratories, Inco i Materials Technology Failure Analysis - Metallurgical NDE CME • Geotechnical Air Emissions / CAPABILITIES 222 Cavalcade Street Houston,TX 77009-3213, USA Telephone: (713)692-9151 Telefax (713)696-6307 METALLURGICAL TESTING -MICROSTRUCTURE EVALUATION -CASE DEPTH -GRAIN SIZE/GRAIN FLOW -ALPHA CASE -SIGMA PHASE -OPTICAL PLATING THICKNESS -MICROCLEANLINESS -FERRITE COUNT -COATING WEIGHT -PLATING ADHESION -MICROHARDNESS -STRESS CORROSION -MACRO ETCH -OXIDATION/CORROSION -SURFACE DISCONTINUITIES -INTERGRANULAR ATTACK -DECARBURIZATION/CARBURIZATION -INTERGRANULAR ATTACK/OXIDATION MECHANICAL TESTING FRACTURE MECHANICS -FASTENER TESTING -CRACK TIP OPEN DISPLACEMENT(CTOD) -TENSILE TESTING -ROTATIONAL BEAM FATIGUE -HARDNESS TESTING -AXIAL FATIGUE -PROOF LOAD -FATIGUE EVALUATION CONSULTANCY -TORQUE TESTING -K1 C -BEND TESTING -J TESTING -STRESS DURABILITY&HYDROGEN EMBRITTLEMENT TESTING -FATIGUE LIFE TESTING -PIPE FLATTENING AND FLARE TESTING -SN CURVES -HEAT TREAT RESPONSE -LOW CYCLE FATIGUE -CHARPY IMPACT -HIGH CYCLE FATIGUE -WELDER QUALIFICATION(PQR&WPS) -FRACTURE FACE ANALYSIS -DROP WEIGHT TEAR TESTING -CTOD-1 CHEMICAL ANALYSIS FAILURE ANALYSIS -OPTICAL EMISSION SPECTROSCOPY -SCANNING ELECTRON MICROSCOPE(SEM) -X-RAY FLUORESCENCE -SEM/EDX MDL BORON -INDUCTIVELY COUPLED PLASMA(ICP) -RESIDUE ANALYSIS -ATOMIC ABSORPTION(GRAPHITE FURNACE) -CORROSION ANALYSES/STUDIES -DIRECT COMBUSTION FOR CARBON -FRACTOGRAPHY -NITROGEN -FORENSIC METALLURGICAL INVESTIGATIONS -ON SITE ALLOY IDENTIFICATION(PMI) PRODUCT EVALUATION NON-DESTRUCTIVE TESTING -PLASTIC&POLYMER TESTING -FLUORESCENT PENETRANT -ROOFING MATERIALS -MAGNETIC PARTICLE -GLASS TESTING -MAGNETIC PERMEABILITY -PRESSURE TESTING -PORTABLE HARDNESS -REVERSE ENGINEERING -ULTRASONIC -CONSUMER PRODUCT TESTING -RADIOGRAPHY AND X-RAY CONSTRUCTION MATERIAL TESTING GEOTECHNICAL EVALUATIONS -CONCRETE/SOILS/ASPHALT/STEEL-FIELD SERVICES -FOUNDATION INVESTIGATIONS -ASPHALT CEMENT TESTING/AC AND PG GRADING -ENGINEERING ANALYSIS -FLOOR FLATNESS STUDIES -FORENSIC FOUNDATION STUDIES -FERROSCAN DETECTION OF EMBEDDED REBAR -PILE INTEGRITY STUDIES -CONCRETE AGGREGATE -UNCONFINED/TRIAXIAL/DIRECT SHEAR -FIREPROOFING EVALUATION -CONSOLIDATION -STRUCTURAL STEEL INSPECTIONS -PERMEABILITY AIR EMISSION SERVICES -SOURCE EMISSIONS(STACK SAMPLING)TESTING -STATE PERMIT TESTING -AIR TOXICS -FLARE TESTING -EPA COMPLIANCE TESTING -CEMS CERTIFICATIONS s sroRK® L SOUTHWESTERN LABORATORIES 222 Cavalcade Street,77009-3213 P.O.Box 8768,Houston,Texas 77249-8768 Tel(713)692-9151 Fax(713)696-6307 Attention: Kimberly Paggioli, P.E. HOBAS PIPE USA, INC. W/O. No.: HOB005-10-01-44426-1 1413 RICHEY ROAD P.O. No.: Houston, TX 77073 Report Date: 11/26/2003 P: (281) 821-2200/F: 281/821-7715 Test Report For: Hobas Pipe USA, Inc. Test Material: Centrifugally Cast Fiberglass Reinforced Polymer Mortar Test Method: ASTM D3681-01 Test Purpose: 2003 Re-qualification Report Date: November 26, 2003 Summary Conclusion: Using Method A and calculations prescribed in ASTM D3681-01, and specifically the mandatory information from Annex A1,the strain at which Hobas Pipe is projected to withstand for 50 years is 0.94091%. This is based on determining a coefficient of correlation r value of 0.821544. We can confirm the accuracy of the regression equation as follows: Log(strain)=-0.051186 Log(time)+0.262316 OR Log(time)=-19.537 Log(strain)+5.12 Respectfully Submitted Respectfully Submitted Robert L.Jefferies, P.E. Terry Wilt Manager, Product Evaluation Our letters and reports are for the exclusive use of the client to whom they are addressed and shall not be reproduced except in full without the approval of the testing laboratory. The use of our name must receive our written approval. Our letters and reports apply only to the sample tested and/or inspected,and are not indicative of the quantities of apparently identical or similar products. Material submitted to our metals department will be discarded after a period of 30 days unless otherwise directed. Stork SWL,is an operating unit of Stork Materials Technology B.V.,Amsterdam,The Netherlands,which is a member of the Stork group Page 1 of 7 l STORHO XWL SOUTHWESTERN LABORATORIES 222 Cavalcade Street,77009-3213 P.O.Box 8768,Houston,Texas 77249-8768 Tel(713)692-9151 Fax(713)696-6307 Attention: Kimberly Paggioli, P.E. HOBAS PIPE USA, INC. W/O. No.: 1-108005-10-01-44426-1 1413 RICHEY ROAD P.O. No.: Houston, TX 77073 Report Date: 11/26/2003 P: (281) 821-22001 F: 281/821-7715 Summary of Test Method: The test method in ASTM D3681-01,Standard Test Method for Chemical Resistance of"Fiberglass" (Glass-Fiber-Reinforced-Thet•mosetting-Resin)Pipe in a Deflected Condition, consists of exposing the interior of a minimum of 18 specimens of pipe to a corrosive solution while the pipe is maintained in a deflected condition at differing induced initial ring flexural strain levels, and measuring the time to failure for each strain level. The temperatures are obtained by testing in an air environment where the temperature is controlled. For this testing,Hobas tested 25 pipe sections, and as directed in ASTM D3262-01, exposed the interior of the specimens to a 1.0 N sulfuric acid solution. The tests were conducted at an ambient temperature of 75°.F. Stork reviewed data collection records for the test specimens, deflection conditions,temperature measuring devices, and confirmed the preparation of the sulfuric acid solution. Our letters and reports are for the exclusive use of the client to whom they are addressed and shall not be reproduced except in full without the approval of the testing laboratory. The use of our name must receive our written approval. Our letters and reports apply only to the sample tested and/or inspected,and are not indicative of the quantities of apparently identical or similar products. Material submitted to our metals department will be discarded after a period of 30 days unless otherwise directed. Stork SWL,is an operating unit of Stork Materials Technology B.V.,Amsterdam,The Netherlands,which is a member of the Stork group Page 2 of 7 ® sw STORK L SOUTHWESTERN LABORATORIES 222 Cavalcade Street,77009-3213 P.O.Box 8768,Houston,Texas 77249-8768 Tel(713)692-9151 Fax(713)696-6307 Attention: Kimberly Paggioli, P.E. HOBAS PIPE USA, INC. W/O. No.: HOB005-10-01-44426-1 1413 RICHEY ROAD P.O. No.: Houston, TX 77073 Report Date: 11/26/2003 P: (281).821-2200/F: 281/821-7715 Test Results: Pipe Designation % Strain Hours to Failure A 1.000 10,966.0 B 1.050 6,614.0 C 1.100 6,116.0 D 1.130 1,200.0 E 1.150 4,998.0 F 1.150 6,151.0 G 1.158 5,506.0 H 1.202 3,822.0 I 1.208 2,886.9 1 1.263 1,175.9 K 1.296 1,173.8 L 1.303 784.2 M 1.317 1,700.5 N 1.503 220.2 O 1.520 431.4 P 1.527 554.4 Q 1.531 8.3 R 1.604 0.6 S 1.770 0.25 T 1.250 4,128.0 U 1.250 4,128.0 V 1.250 4,128.0 W 1.410 3,408.0 X 1.410 866.0 V 1.410 267.0 Our letters and reports are for the exclusive use of the client to whom they are addressed and shall not be reproduced except in full without the approval of the testing laboratory. The use of our name must receive our written approval. Our letters and reports apply only to the sample tested and/or inspected,and are not indicative of the quantities of apparently identical or similar products. Material submitted to our metals department will be discarded after a period of 30 days unless otherwise directed. Stork SWL,is an operating unit of Stork Materials Technology B.V.,Amsterdam,The Netherlands,which is a member of the Stork group Page 3 of 7 s s�-oRK® w SOUTHWESTERN LABORATORIES 222 Cavalcade Street,77009-3213 P.O.Box 8768,Houston,Texas 77249-8768 Tel(713)692-9151 Fax(713)696-6307 Attention: Kimberly Paggioli, P.E. HOBAS PIPE USA, INC. W/O. No.: HOB005-10-01-44426-1 1413 RICHEY ROAD P.O. No.: Houston, TX 77073 Report Date: 11/26/2003 P: (281) 821-2200/F: 281/821-7715 Data Requirements: Failure points were obtained in accordance with ASTM D3681-01. Requirement Hobas Points Total Number of Data Points 18 25 Distribution of Data Points < 10 hours 0 3 > 10 hours, < 1,000 hours 4 6 > 1,000 hours, <6,000 hours 3 12 >6,000 hours 3 4 > 10,000 hours 1 1 Data Quality: Per ASTM D3681-01,the coefficient of correlation, r, is determined. If the value for r is equal to or greater than the applicable minimum value as a function of n,the data is considered suitable; n represents the number of data points, or pipe tested. Minimum r value(n—2=23)=0.5043 r(required) Hobas Pipe USA r value =0.82154 r(actual) " The testing produced a coefficient of correlation r value of 0.82154,which is greater than the ASTM D3681-01 requirements for 25 data points. Our letters and reports are for the exclusive use of the client to whom they are addressed and shall not be reproduced except in full without the approval of the testing laboratory. The use of our name must receive our written approval. Our letters and reports apply only to the sample tested and/or inspected,and are not indicative of the quantities of apparently identical or similar products. Material submitted to our metals department will be discarded after a period of 30 days unless otherwise directed. Stork SWL,is an operating unit of Stork Materials Technology B.V.,Amsterdam,The Netherlands,which is a member of the Stork group v Page 4 of 7 STO R IK® SOUTHWESTERN LABORATORIES 222 Cavalcade Street,77009-3213 P.O.Sox 8768,Houston,Texas 77249-8768 Tel(713)692-9151 Fax(713)696-W07 Attention: Kimberly Paggioli, P.E. HOBAS PIPE USA, INC. W/O. No.: HOB005-10-01-44426-1 1413 RICHEY ROAD P.O. No.: Houston, TX 77073 Report Date: 11/26/2003 P: (281) 821-2200/F: 281/821-7715 Conclusion: " r HOBAS pipe are therefore suitable for 50 year continuous use in septic service at strains at or below 0.6273%, At lower strains, the long-term safety factor will be proportionally increased. Data Plot: Log(Strain)vs Log(Time) Strain Corrosion ASTM D3681-01 10 0 C0 0 J 0.1 10 100 1000 10000 100000 Log Time(hours) Our letters and reports are for the exclusive use of the client to whom they are addressed and shall not be reproduced except in full without the approval of the testing laboratory. The use of our name must receive our written approval. Our letters and reports apply only to the sample tested and/or inspected,and are not indicative of the quantities of apparently identical or similar products. Material submitted to our metals department will be discarded after a period of 30 days unless otherwise directed. Stork SWL,is an operating unit of Stork Materials Technology B.V.,Amsterdam,The Netherlands,which Is a member of the Stork group Page 7 of 7 STORMO sw 1 SOUTHWESTERN LABORATORIES 222 Cavalcade Street,77009-3213 P.O.Box 8768,Houston,Texas 77249-8768 Tel(713)692-9151 Fax(713)696-6307 Attention: Kimberly Paggioli, P.E. HOBAS PIPE USA, INC. W/O. No.: HOB005-10-01-44426-1 1413 RICHEY ROAD P.O. No.: Houston, TX 77073 Report Date: 11/26/2003 P: (281) 821-2200/ F: 281/821-7715 Conclusion: HOBAS pipe are therefore suitable for 50 year continuous use in septic service at strains at or below 0.6273%, At lower strains,the long-term safety factor will be proportionally increased. Data Plot: Log(Strain)vs Log(Time) Strain Corrosion ASTM D3681-01 10 a c o ®® C0 >T 0 J 0.1 10 100 1000 10000 100000 Log Time(hours) Our letters and reports are for the exclusive use of the client to whom they are addressed and shall not be reproduced except in full without the approval of the testing laboratory. The use of our name must receive our written approval. Our letters and reports apply only to the sample tested and/or inspected,and are not indicative of the quantities of apparently identical or similar products. Material submitted to our metals department will be discarded after a period of 30 days unless otherwise directed. Stork SWL,is an operating unit of Stork Materials Technology B.V.,Amsterdam,The Netherlands,which is a member of the Stork group Page 7 of 7 SCOPE OF ACCREDITATION TO ISO/IEC 17025-1999 STORK SOUTHWESTERN LABORATORIES,INC. 222 Cavalcade Street,P.O.Box 8768 Houston,TX 77249 Mark Tipton Phone: 713 692 9151 Valid To: December 31,2004 Certificate Number: 1480-01 In recognition of the successful completion of the A2LA evaluation process,accreditation is granted to this laboratory for: CONSTRUCTION MATERIALS ENGINEERING ASTM: E329(materials),C1077(concrete),D3740(soil),D3666(bituminous),E543(nondestructive) CONSTRUCTION MATERIALS TESTING Concrete: ASTM: C31* C39 C42* C78 C138* C143* C172* C173* C173-94a* C174 C192 C231* C293 C495 C617 C642 C1064* C1140 _ C1231 ACI: 211.1 211.2 Aggregates: ASTM: C29 C40 C70 C88 C117 C123 C127 C128 C131 C136 C142 C535 C566 C702 D75 Soils: ASTM: C702 D421 D422 D558 D559 D698 D806 D1140 D1556 D1557 D1633 D2216 D2217 D2419 D2487 D2488 D2922* D2937* D3017* D3282 D4318 Texas SDHPT: Tex-101-E,Tex-103-E,Tex-104-E,Tex-105-E,Tex-106-E,Tex-108-E,Tex-111-E,Tex-112-E, Tex-113-E,Tex-1 14-E(Minimum Density),Tex-116-E,Tex-117-E,Tex-118-E,Tex-120-E, Tex-121-E,Tex-127-E,Tex-128-E Bituminous: ASTM: D5 D20 D36 D70 D75 D92 D95 DI 13 D139 D140 D244 D290* D402 D979* D1074 D1188 D1461 D1559 D1754 D1856 D2041 D2042 D2170 D2171 D2172 D2726 D2419 D2499 D2872 D2950* D3203 D3549 D3665 D5976 Texas SDHPT: Tex-200-17,Tex-201-F,Tex-202-F,Tex-204-17,Tex-205-F,Tex-206-F,Tex-207-F,Tex-208-F, Tex-210-F,Tex-211-F,Tex-212-F,Tex-213-F,Tex-217-17,Tex-220-F,Tex-222-F,Tex-225-F, Tex-226-F,Tex-227-F,Tex-530-C,Tex-53 1-C AASHTO: T30,T166,TPI,TP4,TPS,PPI,PP6 Unit Masonry: ASTM: C67 C109 C140 C1019 Roofing: ASTM: D1864 D2829 D3617* Steel*: Field: AWS,ASME,AISC—Erection,Visual and Welding Qualifications;AWS D1.1 D1.5, ASME--Welding,Visual;AISC--Bolt Torque,Rivet;Texas D.O.T.C-6,AWWA DI00, AWWA 13101,AWWA D102 Shop: AWS,ASME,AISC--Fabrication;AWS,ASME--Welding;Texas D.O.T.C-5 Laboratory Testing: ASTM A370 Nondestructive*: ANSI/ASME B31.1,B31.3,SNT-TC-IA,API 1104,6A;ASTM:Radiographic-E94, Magnetic Particle-E709,MIL STD 1949A,ASTM E1444;Ultrasonic—A388,A578,E94, E114,E164,E213,E273,E428,E797;Liquid Penetrant-E165,MIL STD 2132A. *Site Tests (A2LA Cert.No. 1480-01) 07/16/03 Page 1 of 1 SCOPE OF ACCREDITATION TO ISOJEC 17025-1999 STORK SOUTHWESTERN LABORATORIES,INC. 222 Cavalcade Street,P.O.Box 8768 Houston,TX 77249 Mark Tipton Phone: 713 692 9151 GEOTECHNICAL Valid To: December 31,2004 Certificate Number: 1480-02 In recognition of the successful completion of the A2LA evaluation process,accreditation is granted to this laboratory to perform the following tests under the ASTM recommended practice D3740: Designation Short Title ASTM C40 Organic Impurities in Fine Aggregate ASTM C977 Quicklime and Hydrated Lime for Soil Stabilization(Appendix X1) AS D421 Dry Preparation of Soil Samples ASTM D422 Particle Size Analysis ASTM D558 Moisture-Density Relations of Soil-Cement Mixtures ASTM D559 Wetting and Drying Compacted Soil-Cement Mixtures ASTM D698 Standard Moisture-Density Relations ASTM D854 Specific Gravity ASTM D 1140 %Finer than No.200 Sieve ASTM D1557 Modified Moisture-Density Relations ASTM D1633 Compressive Strength of Molded Soil-Cement Cylinders ASTM D2166 Unconfined Compressive Strength ASTM D2216 Water(Moisture)Content ASTM D2217 Wet Preparation of Soil Samples ASTM D2419 Sand Equivalent Value of Soils and Fine Aggregate ASTM D2434 Permeability of Granular Soils(Constant Head) ASTM D2435 Consolidation Properties ASTM D2487 Identification&Description of Soils ASTM D2734 Permeability of Granular Soils(Constant Head) ASTM D2850 Triaxial(UU) ASTM D2901 Cement Content of Freshly Mixed Soil-Cement ASTM D2974 Moisture,Ash,and Organic Matter of Peat and Other Organic Soils ASTM D3080 Direct Shear ASTM D4318 Atterberg Limits ASTM D4546 One Dimensional Swell or Settlement of Cohesive Soils ASTM D4647 Identification and Classification of Dispersive Clay Soils by the Pinhole Test ASTM D4767 Triaxial(CU and CD) ASTM D4959 Determination of Water(Moisture)Content of Soil by the Direct Heating Method ASTM D4972 pH of Soils ASTM D5084 Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter (A2LA Cert.No. 1480-02) 07/16/03 Page 1 of 1 i SCOPE OF ACCREDITATION TO ISO/IEC 17025-1999 STORK SOUTHWESTERN LABORATORIES,INC. 222 Cavalcade Street,P.O.Box 8768 Houston,TX 77249 Mark Tipton Phone: 713 692 9151 MECHANICAL Valid To: December 3 1,2004 Certificate Number: 1480-05 In recognition of the successful completion of the A2LA evaluation process,accreditation is granted to this laboratory to perform the following tests on fasteners,metals and alloys: Test Test Method(s) Adhesion ASTM B571; ISO 2$19; NAS 672; SAE:AMS-2399,AMS-2427,J207 Bend ASTM A370 Carburization/Decarburization ASTM:E1077,E384; SAE J121 Coatings ASTM B487; NAS 1312-12 Corrosion ASTM:A262,A380,B117,D2247,G110; ISO 9227; MIL:H-6088,STD-753,STD-810;QQ-P-416; NAS: 1312-1, 1312-3 Discontinuities SAE:J1061,J122,J123 Ferrite Content ASTM E562 Flexural ASTM D790 Hardness ASTM:A194,A370,A956,E10,E18,E384,E92, F606,F606M; ISO:3738-1,4516,6508; SAE:J417,J429 Hydrogen Embrittlement ASTM:A 143,F519,F606; MIL QQ-P-416 NAS: 1312-14, 1312-5 Impact ASTM:A370,D256,E23 (A2LA Cert.No. 1480-05) 07/16/03 Page 1 of 2 i Infrared Spectroscopy ASTM E1019 Loading ASTM D2412 Magnetic Permeability ASTM A342; MIL-I-17214 Metallographic Examination ASTM:A604,A90,B487,E1077,El 12,E1181, E1268,EI558,E3,E340,E381,E384,E407,E45, E930,G79; ISO: 6157-1,6157-2,6157-3,643,898-1,898-5; MIL:FF-N-836,FF-S-85,FF-S-86,B-6812,B-7838, B 7874,B-83050,B-85604,B-85667,B-857,B-8831, B-8906,B-8907,F-7190,N-45938,N-85730, N-8922,N-8985,S-1222,S-21472,57839; NAS: 1312-12,3350,4002,4003,4004,4124,621; SAE:AMS-2643,J121,J419,J423,J78,AS-7250, AS-7251,AS-7252,AS-7253,AS-7452,AS-7454, AS-7455,AS-7456,AS-7458,AS-7459,AS-7460, AS-7461,AS-7466,AS-7467,AS-7468,AS-7469, AS-7470,AS-7471,AS-7472,AS-7473,AS-7474, AS-7475,AS-7477,AS-7478,AS-7479,AS-7481, AS-7482 Proof Load ASTM:A370,F606 Sampling ANSI/ASME:B18.18.IM,BI8.18.2M,B18.18.3M, B18.18AM; ANSI/ASQC ZIA; MIL-STD-105 Shear ASTM:F606; NAS: 1312-13, 1312-20, 1312-28,498 Tensile ASTM:A194,A370,D3039,D412,D638,E8,F606, F606M; ISO:3506,6892, NAS: 1312-18, 1312-8; SAE:J1199,J429,J82,J995 Torque ANSI/ASME:B18.16.2M; ISO 7481; MIL:F-18240,N-25027,N-7873; NAS: 1312-15, 1312-25, 1312-31; SAE J174 SEM Electron Microscopy ASTM E766 Energy Dispersive Spectroscopy ASTM E1508 (A2LA Cert.No. 1480-05) 07/16/03 Page 2 of 2 Cr C> _ o fNO A N QO P, i 'f- mw O Q O r-- 1.0N ' 'moi:-.;.... _?�`r• Z i E-- L On lei w 00 Cd F' Z— �+ 00 b O O x II 'D m a� su as z r' \ C kn O C z z w -j z z O o `� a P-4 p o v� s aC J o O II o "' rn oM N a)Ri* ko M v 00 �- Q N cn o W N bn N o E M ._. -� E-{ QbA z] F C/] z x t4r) w £ O 0- U) H NO wr a Q WINEo 0 (DJ N O O d 5�yQO') >WASTr W O NNi co W LLIC) N a N 06 NEAR, Q w u JM. W (n s z o N Q Cd Cd Ed H Oi m > un �. O VI U RIM-W U ma J o q W MANr, n tr o Y a tz Q m n- �o t� h N J J m N LI_ w M �t d �n n L E z o 0 . 0 0 o p W tit J � Z a o 0 0 0 0 o Q W uj aT O o x J tL v z z Q rn o o N C) C) � CO O O O O O O O Q ZCL H \.o N� o y z k n 0 d N N cn (V �+ co �..� 0 0 N N a N U) Q m =-_ w s: _ O N 00 ---: __ (n L 00 0o t �D cn = w = C, oo 00 z : 0 o O o z z w o w J w w Q II LIJ s d 4-1p i. t 00 110 p O II ry o a Na in 00 N r<< (fl N o o` o cd N,104W _; }, 1` O N m o J in < F N Q d u ry u x a > < c II J //- � m3 a a Q LL Vl W W o o r= J N m rn W r d con > d- oo d M = �-- :3J � Zw NJ m a� Lu QCd J �" [� m N > tea; -` C0 U) W n u iii o1 W LL ' w M � v � cn --j L r LL � o 0 0 0 0 o O > Ill M W a o 0 0 0 0 0 C) J J li o z n M� " 'n Z E c� cc m m a 00 � H m yV D ORELH co �— 00 U d d N M d T= C7 �Y- Q 61 �D � C)Rolm Ot2 x Lo C\l �Ry - N N N O Cd N N o c6 p -� 'n -.= Cl) CO U U 0 Q N l MM z IN-P MEN oMEN W NO Cl) a m � w � O Q o o rn DD 00 M w 00 V) 00 LLJ _ ON ~ V) 11 Cd a> Z if 'IT PH if 00 00 m N CD -tj d N aoi ro No 0 N Q bA rn .. W CY) H D u bb �+ o a .> Q ca Iq b o H W r o o N r 00 rt rn WC-4 o0 JL - Q A O t1 LL 2 M N W C0 r Z v o � Z Q w -1 ¢ n o > U CO o W v o FFN W r-. it II �O Z. r-4 Z - Q m CL (�� t-- kn C> 0 0 0 0 0 o p W W 0 0 0 0 0 0 0 {> {� O o z -j -jUz N Z a m O N N Z m O kR t-� V) N M M a) F" CJ d v V) \o N 00 d m Cd N Cy rn � opo 00 rn rn O `� v (� i .� O i m m m m M M C'7 Com; O rn 01 r o - ,_a _ N ai N M O O N N Z rx N Ar O (A -0 CA m W O O ° co _ %,D 00 m o w 00 `D d Cd O 0 0 z �a � w GO Q � O � w w Q - W ai aH, P-4 II A A A O tn J C:) H a O a N r N N N " t� H 00 ^r �. 06cuN � N o WN 0 o v' o M +� o k" d o p PT' a z v Q a. U) n cv u a Q o m N a a Q W W o F"{ W Cr) W d. rn kn N m W _j � E oo 1 n u J F— co w U) z 1 N Z Q w > N Ho ,l Y J S- M w [R�'- n > C) 0W c o W ^ 11 11 Z .� Q m a C W � o 0 0 It 0 0 o C) W W 1-- a o 0 0 0 0 0 ci W W O o N z C*l 00U N Z F H 0000 0000. rn 00 00 00 00 a o C to N Z mll� l a o a\ o N `. rn ON rn a� sz � CD ^ m f0H � � 0N0 0 0 0 0�0 t-- 00 00CU (A rn 'r 0 0 J3' r1 / - z \ R p (n M� P. Q :; m et W -� Q (n dm vii O Y * Fi-r W eti V] Y h�i W at E O-V —M IN 7 II "rte cdd cd co p_€ o T7 T3 -Y Q �a0 00 Z ZNO P� Z �, HIM J M04nft w Q II W _ oo Cf) m P-, O �, 3 O O it o 4— Nrrn t- WIN .. \ J N W p w o .,_.' CD PRO,, zto faD � oEr Q M w O a. - u N II P-� > Q o utj /1 m 0 o a0i Z x INS-0 - H - W 00IN 00 t1.trK EVE z N ON W Q P4 } CL o t- N W ig O z Q m a = LL :. ( ON N h N J J ¢ u- 0 0 0 0 0 o p LU w a o 0 0 0 0 0 W au .a O o J J LL U Z z • a N z E H rn rn rn oM. rn rn M a rn rn rn Q � ' - O d O N "T s r O� 01 al O\ Oi C� Q Q Q = _ Q v�Gn O� r- O r o a2 rn c7 U Hobas Pipe USA Engineering Richard C. Turkopp Vice President Engineering HOBAS Pipe USA Houston, TX BSCE 1970 Michigan State University Registered P.E. in the State of Texas Over 32 years experience in fiberglass pipes including: ❑ Fiberglass Pipe Design ❑ Application Engineering ❑ FRP Standards development ❑ Quality Assurance ❑ Field Service ❑ FRP Specifications ❑ Technical Promotion Chairman of fiberglass pipe standards committees at AWWA&ASTM Member of Trenchless Technology Center Executive Committee and Pipeline Rehabilitation Council. Published in SPI,ASCE,No-Dig,UCT, CIGMAT, CUIRE and WEFTEC Quality Control Employees President I QC/QA Manager I Lab Supervisor Inspector Inspector Inspector QC/QA Manager Kimberly Paggioli, PE Date of Hire: August 1993 BSCE 1993, University of Connecticut, Storrs, CT MBA 2002, University of St. Thomas, Houston, TX Work experience includes Product Engineering, Technical Sales Support, Field Service Inspections, Raw Material Development & Specification, and Finished Product Testing& Compliance. Extensive knowledge of ASTM standards and requirements. Lab Supervisor Jose' Rodriguez Date of Hire: September 1985 Work experience includes over 16 years at HOBAS. Jose' has a broad background in both quality control and production. Jose' has worked in most every department in production including: Saw Table, Repairs, Slipline Bell, Fittings, FWC Couplings, and as Feeder operator, and production supervisor. Since, 1990 Jose' has been part of the QC staff, his duties include: inspection, raw material analysis, product development testing, standard product testing (audit and prototype), and other duties. Inspectors All laboratory inspectors have a wide experience base in manufacture, inspection and testing of fiberglass pipe. The three full-time, day and night shift QA inspectors have more than 40 years combined experience. WRD-004E(08/19/02) SUPPLEMENTAL CONTRACT CONDITIONS CWSRF Tier 3, and DWSRF Table of Contents Instructions to Bidders Conditions: 1. Minority and Women-Owned Businesses Goals 2. Contingent Award of Contract 3. Equal Employment Opportunity and Affirmative Action 4. Debarment and Suspension Certification 5. Bid Guarantee 6. Nonresident Bidder Forms to be submitted with bids (attached) • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • SMWBE Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) Construction Contract Supplemental Conditions Conditions: 1. Supersession 2. Privity of Contract 3. Definitions 4. Laws to be Observed 5. Review by Owner, and TWDB 6. Performance and Payment Bonds 7. Progress Payments and Payment Schedule 8. Workman's Compensation Insurance Coverage 9. Changes 10. Prevailing Wage Rates 11. Contract Work Hours Requirements (29 CFR 5.1, & 5.6) mployment Opportunity and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8, 4.2, and 4.3) 12. Equal E 13. Debarment and Suspension (40 CFR 32, Appendix B) 14. Minority and Women-Ourled Business Enterprise Requirements ' 15. Archeological Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18. Project Sign 19. Operation and Maintenance Manuals and Training 20. As-built Dimensions and Drawings Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-103) - • Contractor's Resolution on Authorized Representative (ED-104) • Prime Contractor Affirmative Steps Solicitation Report (WRD-216) • SMWBE Self-Certification (WRD-218) Forms to be submitted during construction: • Loan/Grant Participation Summary(WRD-373) ,, r EPA AND TWDB SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE GOALS This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. This contract is subject to the EPA established Minority Business Enterprise (MBE)/Women's Business Enterprise (WBE) "fair share" goals: MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%; EQUIPMENT 5%. WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%; EQUIPMENT 7.6%. TWDB document Guidance on Utilization of Small,Minority and Women Owned Businesses, SRF- 52 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217) with the bid, to demonstrate the Prime Contractor's understanding and commitment to taking affirmative steps. The contractor must provide the Owner with the information required for SMWBE Certification and Participation Summary, TWDB document SRF-373 and provide sufficient documentation(TWDB WTD-216)that a"good faith effort" was made in offering fair opportunity for participation by qualified SMWBE funis. This information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding of this contract. 2. CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency(U.S. EPA.) Neither the State of Texas, or U.S. EPA nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment- All qualified applicants will receive consideration for employment without regard to race, color,religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) must be submitted with the bid. ✓ 4. DEBARMENT AND SUSPENSION CERTIFICATION This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. 2 This contract is subject to the provisions the federal Debarment and Suspension requirements,of 40 CFR Part 32, including but not limited to Appendix B as follows: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 4.1. By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. 4. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. 4.3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4.4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant,person,primary covered transaction,principal,proposal, and voluntarily excluded, as used in this clause,have the meaning set out in the Definitions,and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 4.5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 4.6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 4.7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 4.8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 4.9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a-person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred,ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended,proposed for debarment, declared from participation in this transaction by any Federal ineligible, or voluntarily excluded department or agency. (2)Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. S. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183). If a bid bond is provided, the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 6. AWARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place Of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. (Source: Texas Government Code Chapter 2252 Subchapter A Nonresident Bidders, (§ 2252.002.) The bidder will complete form WRD-259 which must be submitted with the bid. Forms to be submitted with Bid: • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • Prime Contractor Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) 4 f Construction Contract Supplemental Conditions Conditions: 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. DEFINITIONS (a) The term Owner means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representative thereof. 4. LAWS TO BE OBSERVED In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER, and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment,payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract,provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 6. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and _ (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. 3 5 i (c) The contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN- The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c)Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the month and submit it, with the required number of copies,to the Engineer for his review. Except as provided in Paragraph (3) of this subsection, the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting(1) five percent (5%) of the total amount, as a retainage and(2)the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 6.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a Municipal Utility District, or Water Control and Improvement District. The retainage shall be ten percent of the amount otherwise due until at least fifty percent of the work has been completed. After the project is fifty percent completed, the District may reduce the retainage from ten percent to no less than five percent. (4) The five percent(5%) retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5% and the Owner is not legally 6 exempted from the condition(i.e certain types of water districts). The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. (d) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards) and other general and special conditions elsewhere in this contract. (e) Final Payment. (1)Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown(if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE - (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. 7 (c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: (1) "Building or construction" includes: (A) erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; (B) remodeling, extending, repairing, or demolishing a structure; or (C) otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. CHANGES (a)The Owner may at any time,without notice to any surety,by written order, make any change in the work within the general scope of the contract, including but not limited to changes: (1) In the specifications (including drawings and designs); (2) In the time, method or manner of performance of the work; (3) In the Owner-famished facilities, equipment, materials, services or site, or (4) Directing acceleration in the performance of the work. (5) The original contract price may not be increased under this section by more than 25 percent. The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Government Code 271.060) (b)A change order shall also be any other written order(including direction, instruction, interpretation or determination) from the Owner which causes any change,provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. (c) Except as provided in this clause,no order, statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract,whether or not changed by any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must,within 30 days after receipt of a written change order under paragraph (a)(I) or the furnishing of a written notice under paragraph (a)(2), submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30- day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. (f)No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g) Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. _ 8 10. PREVAILING WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. The applicable provisions include,but are not limited to the following: § 2258.021. Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1)not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection (a) does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch. 165, § 18.01, eff. Sept. 1, 1997. § 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 225 8.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.024. Records (a) A contractor and subcontractor shall keep a record showing: (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and (2) the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. §2258.025. Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. _ Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. 11. CONTRACT WORK HOURS REQUIRMENTS (29 CFR 5.1, & 5.6)- This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water 9 Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, including but not limited to the following. Sec. 5.5 Contract provisions and related matters. (a) omitted. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph,the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in-which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The(write in the name of the Federal agency or the loan or grant Owner) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through(4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through(4) of this section. (c) In addition to the clauses contained in paragraph(b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or 10 require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the(write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION- This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than $10,000. During the performance of this contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age,handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age,handicap, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules,regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract maybe canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of �1 i September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through(g) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as per of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers (512)229-5835. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13.DEBARMENT AND SUSPENSION -This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. 14. MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES - This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. 12 (a) The Contractor,shall, if awarding sub-agreements, to the extent appropriate for the goals,listed in the instructions to bidders make a good faith effort to use minority and women business when possible as sources of supplies, construction, equipment and services by taking the following steps: (1) Including qualified small, minority, and women's businesses on solicitation lists; (2) Assuring that small, minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; (4) Establishing delivery schedules, where the requirements of the work permit, which will encourage participation by small, minority, and women's businesses; and (5) Using the services and assistance of the Small Business Administration amd the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (b) The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in SRF-052,Texas Water Development Board Guidance for Utilization of Small,Minority& Women-Owned Businesses in Procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned Business Participation. 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6 -41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Antiquities Committee,P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals of permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 13 16. ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 18. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 14 � :a (`d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number,model, serial number, and location of parts and service centers. (2) A list of recommended stock of parts, including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS-BUILT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative(ED-104) • Prime Contractor Affirmative Steps Solicitation Report(WRD-216) • SMWBE Self-Certification (WRD-218) Form to be submitted during construction: • Loan/Grant Participation Summary(SRF-373) 15 i 1 i NOTICE TO BIDDERS Sealed proposals for the following For: Sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No. 3295 Sewer Project No. P170-070170410020 1412 LF 90-inch sewer pipe by open cut 2438 LF 72-inch sewer pipe by open cut 635 LF 60-inch sewer pipe by other than open cut 180 LF 60-inch sewer pipe by open cut 635 LF 42-inch sewer pipe by other than open cut 585 LF 42-inch sewer pipe by open cut 6 EA Special Concrete Structures 5 EA Typical Manholes Addressed to Mr. Gary W. Jackson, City Manager for the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, June 17, 2004 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a non-refundable fee of thirty dollars ($30.00). Additional sets may also be purchased for thirty dollars ($30.00)per set. There will be a pre-bid conference,Monday May 3,2004 at 10 am,in the Transportation and Public Works Conference Room No. 270, 2nd floor, City Municipal Building, 1000 Throckmorton Street,Fort Worth,Texas 76102. Bidders shall not separate,detach or remove any portion, segment or sheets from the contract document at any time. Bidders must submit the complete specifications book or risk rejection of bid. r-- The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". TWDB funding will be used on this project. Contractor must meet TWDB requirements. For additional information concerning this project, please contact Gopal Sahu, P.E., CITY Project Manager, at 817-392-7949, or Raul Pena I[[, P.E., Project Manager and Kent Lunski, P.E., Project Engineer, at 817-339-8950. Advertising Dates: April 8,2004 April 15, 2004 Fort Worth, Texas GA200I018841Specs1addn 2-contract IWB addn 2.doc NB-1 PART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: For: Sanitary Sewer Main 244-A Village Creek Parallel Collector, D.O.E. No. 3295 Sewer Project No. P170-070170410020 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M., Thursday, June 17. 2004, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. Documents will be provided to the prospective bidder for a non-refundable feet of thirty dollars ($30.00). Additional sets may be purchased on a nonrefundable basis for thirty dollars ($30.00)per set. All bidders will be required to comply with Provisions 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. There will be a pre-bid conference Monday May 3, 20042004 at 10 am, in the Transportation and Public Works Conference Room No. 270, 2°d floor, City Municipal Building, 1000 Throckmorton Street,Fort Worth,Texas 76102. The major work on the above project shall consist of the following: 1412 LF 90-inch sewer pipe by open cut 2438 LF 72-inch sewer pipe by open cut 635 LF 60-inch sewer pipe by other than open cut 180 LF 60-inch sewer pipe by open cut 635 LF 42-inch sewer pipe by other than open cut 585 LF 42-inch sewer pipe by open cut 6 EA Special Concrete Structures 5 EA Typical Manholes Designated as Sewer Project No. P170-070170410020 located in the City of Fort Worth, Texas. Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The improvements included in this project must be performed by a.contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders (Water Department)". 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 one hundred and twenty(120)days from the date receipt of Texas Water Development Board (TWDB) documentation as appropriate is received by the City. The award of contract, if made,will be within one hundred and twenty(120) days GA200\01884\Specs\addn 2-contract 1 W B2 Ammend 2.doc NB-1 3 PART A - COMPREHENSIVE NOTICE TO BIDDERS after this documentation is received, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. TWDB Funding ♦ This contract is contingent upon release of funds from the Texas Water Development Board. ♦ Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. ♦ Equal Opportunity in Employment-All qualified Applicants will receive consideration for employment without regard to race, color,.religion, sex,age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375,and as supplemented in Department of Labor regulations 41 CFR Part 60. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda maybe obtained by contacting the Department of Engineering at(817) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders shall submit complete specifications book or risk rejection of bid. In accord with the City of Fort Worth Ordinance,No. 15530,as amended,the City of Fort Worth has goals for the participation of Disadvantaged Enterprise in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received by the contracting department no later than 5:00 PM,five(5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that Documentation was received by the City. The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Gopal Sahu, P.E., CITY Project Manager, at 817-392-7949, or Raul Pena III, P.E., Project Manager and Kent Lunski, P.E., Project Engineer, at 817-339-8950. Gary W. Jackson City Manager Sylvia Glover Acting City Secretary GA200\01884\Specs\addn 2-contract 1\NB2 Amrnend 2.doc NB-2 PART A - COMPREHENSIVE NOTICE TO BIDDERS A.Douglas Rademaker,P.E.,Director Department of Engineering By: /,-Rick Trice,P.E. N Manager, Consultant Services Advertising Dates: April 8, 2004 April 15,2004 Fort Worth,Texas G:12001018S41Specs\addn 2-contract 1 W B2 Ammend 2.doc NB-3 10/04/'2004 05: 32 FAX 81733622.17 TRANSYSTEMS-'T1V 0001 T�uv��Y57'-FJV1S i LETTER OF TRANSNIITTAL DATE= 9-30-04 AT-MNVON: To whom it may concern IL Lj[Da" #01 PROJECT' # 2000188400 Post it Fax Note 7 671 pa cs To r•tom , RE: M-244-A Village Creek Sewer Co./Dept. Co.— Addendum 7 Phone# Phane# ^ Fax ti Fah# WE ARE SEN DING YOU Z Attached ❑Under Separate Cover Via The Following Items: ❑ Shop Drawiv igs ❑Prints , ❑Plans ❑SaMples ❑ Specifications ❑ Copy of Let er ❑Change Order ❑ Other COPIES DAT's NO. DESCR2TION 1 3ept 30, 2004 Addendum 7 46 pages with cover THESE ARE'CRANS&(ITTED as checked below: ❑ For approva( ❑Approved as submitted ❑Resubmit copies for approval ❑For your use; ❑Approved as noted ❑Submit copies for diOnbution ❑As requester ❑Retumcd for corrections ❑Return corrected prints ❑FoI review:nd comment ❑ ®FOR BMS DUE Oct 21.2004 ❑PP=S RETURNED AFTER IRAN TO US REMARKS Attached is Addendum 7. Read, sign, provide company name and acknowledge receipt when subnutti:ig your proposal. cc: COPY TO FILE SIGNED_ 2'J edd,,d:0-30.04.dec t 500 We,:t Seventh Street,Suite 600,Fora Werth,Texas 76102 0 (317)339-8950 0 (817)336-2247 FAX 10/04/2004 09:32 FAX 8173362247 TRANSYSTEMS—FTIV 10002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 7 TO TIDE (PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sa)oitary Sewer Main 244.A 'V'illage Creek Parallel Collector— Contract 1 D.O.E. 1V'O. 3295, P170-070170410020 BID RECEIPT DATE: 1:30 PM, October 21, 2004 ISSiUED: September 30, 2004 This Addendum No. 7 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and :Plans. Acknowledge receipt of this Addendum in the space provide below, in the:proposal (page B1-11) and acknowledge receipt on the outer envelope of your bid. Failure•:o acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans Specification documents .for Sanitary Sewer Main 244A Village Creek Parallel Collector - Contract 1, are hereby revised by Addendum No. 2 as follows: 1. P,in A—Notice to Bidders A second pre-bid conference will be held, Wednesday October 13th, 2004 at 2pm, in tLe Transportation and Public Works Conference Room No. 270, 2nd floor, City Nfunicip<<l Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. 2. Part B —Proposal Delete the following documents: - Page B1-8 - Page B1-10 - Page 131-11 Insert the attached documents: - Page B1-8 - P<<ge B1-8A - Page B1-10 - Page B1-1 l Addendum No,7 1 of 2 ,;12MA]AAuv pec;WJdn 7 X CCU=IW4.a Y 6o 10/04,12004 09:32 FAX 8173362247 TRANSYSTEMS—FTIV 2003 3. Part DA--Additional Special Conditions Lnsert the attached document: DA.-132 Supplemental.Pipe Testing Stress Engineering Services Inc. Proposal for Testing Fort Worth Pipe Materials 4. 11art DA. — Additional Special Conditions, DA-127 Trinity River Authority Utility Crossing; Delete the follow documents DA-127 Trinity River Authority Crossing - D.A-127 Trinity River Authority Crossing inserts from previous addendum Insert the following document: DA.-127 Trinity River Authority Grossing - Sample Permit to Construct, Operate and Maintain Sanitary Sewer R(aease and Indeinnity For Work on Premises Continuing Inderrinity and Insurance AgTeernen.t All other prcvisions of the addendums, plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the proposal (pa,,,-,e B 1-1 L) and acknowlEsdge receipt on the outer envelope of your bid. Failure to return a si;�ed copy of this addendum with the proposal shall be grounds for rendering the bid non-resp)nsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submitta.. RECEIPT ACKNOWLEDGED: A. Douglas R_ademaker, P.E., Director By: - R.ic ric , .E.,Manager Engineering Services Addendum No.'1 2 of 2 QA-'0T101L34\Spm,Addn i 1.e IVJdmd tdz 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS-FTW CJ004 Part B —Proposal Includes: - Page Bl-8 Page BI-8A Page BI-10 Page BI-11 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS-FTW 0006 Sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No.3295 FOR BIDDING PURPOSES ONLY Pay Approximate Description of Bid Item Prices Unit Total hem Quantity Written In Words Price Price Choice ONI;f one ol,-the f0owing pay items. This item must match the pipe material marked on B1-9. 36a. 1 LS Supplemental Pipe Testing per DA 132 $ 90,000.00 for Fiberglass/Mortar Pipe(ASTM D 3262) Ninety thousand Dollars& Zero Cents per LS OR 36b. 1 Supplemental Pipe Testing per DA 132 $ 57,000.00 $ for Reinforced Concrete Cylinder Pipe with 360 degree liner, (AWWA C 301) Fifty seven thousand Dollars & Zero Cents per LS OR 36c. I Supplemental Pipe Testing per DA 132 57.000.00 for Reinforced Concrete Pipe with 360 degree liner, (ASTM C76) Fifty seven thousand Dollars & Zero Cents per LS The Contract)r shall�-,omplete the above Pay Item that matches the pipe material box marked on$1-9. The appropriate s�ippleme-ntal testing program Pay Item (36a, 36b, or 36c) shall be added on DI-8. Failure to IP properly complete the:proposal is grounds for disqualifying the bid. GA20MIORMSpeciWddr 7-Cvna=1\1npoWl 7 p&P1-8A,d0a B1-$A 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS—FTW U005 Sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No. 3295 PayAp ate Dcscription of Bid Item Prices Unit Total Item Quantity written in Words Price Price 31. 1 LS SWPPP Dollars& Ccnts per LS 32. 1 LS Relocate Existing Telephone Poles near $ Sewer Sta- 15+00 to Sta.20+00. Dollars& Cents per LS 33. 5 EA Passive Odor Control for ME Vent Pipe $ Dollars Cants per EA 34. 10 EA Cut and Plug 54"M-244A,Per Sheet 5 Dollars& Cents per FA 35. 2 EA Cut and Plug 30"M-238 $ Dollars& Cents per EA 36.* 1 LS Supplement Pipe Testing per DA- 132 $ Dallam& Cents per U From BI-SA,provide the Unit Price and Total Price from the appropriate Pay Item 36a, 36, or 36e. GA200%0109414pa\Adc n 7-Corm 1.Rmpo.ol 7 pg RI-B.doc 131-9 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS—FTW 16007 PART B-PROPOSAL (Continued) Within ten(10)days after notification by the City,the undersigned will execute the formal contract and will deliver an approved Survey Bond azad such other bonds as required by the Contract Documents, for tl7e faithful perfcmzanee of the Contract. The attached bid security in the amount of 5% is to become the property of tYe City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the game above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bic.der certified that he has been furnished at least one set of the General Contract Documents and Gen,:ral Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either famishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The ]Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete construction within 250 calendar days ( including supplemental pipe testing) as set forth in the written work order to be famished by the Owner. (Complete A or B below,as applicable): [] A. The principal place of business of our company is in the State of [ ] Nonr:sident bidders in the State of , our principal place of business, are required to be pez-cent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonr.sident bidders in the State of our principal place of business, are not requi:-ed to underbid resident bidders. [] B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 5 G:\2U0V118e4\SIXtq\A 1'7-Conunu ITrOPOW7D@)M-toAne Dl—1 d 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS-FTA' Receipt is ac,,mowle6ged of the following addenda: Addendum T(o. I Addendum rTo. 2 Addendum 1,To.3 Addendum I To. 4 Addendum Ido. 5 Addendum No. 6 Addendum Ido. 7 (Seal)If Bidder Corporation Respectfully submitted, By: Title: Address: 0A2001018E4\Spe=W,b 7-Contr=I�Pmpocal 7 pg R I.)J.doa 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS-'TW 01009 Part DA—Additional Special Conditions Includes: ]DA-132 Supplemental Pipe Testing - Stress Engineering Services Inc. Proposal for Testing Fort Worth Pipe Materials 10/04/2004 69:33 FAX 8173362247 TRANSYSTEMS_FTW 0010 DA-132 SUPPLEMENTAL PIPE TESTING A. GENI3RAL 1. SCOPE T Tis section describes the testing program for large diameter pipe (greater that 36"). Tho pipe selected by the Contractor shall follow the guidelines in this sE ction to test the pipe and appurtenances with industry standards. Testing will be performed at a pre-determined location as described in this specification. All testing will be completed along with analysis of test results prior to the dotermination that the pipe complies with the specifications. The City of Fort Worth shall have the final decision of selecting the type of testing and d(Aermiruction of acceptance of the pipe. 2. REFERENCE a. ASTM C 76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe b. ASTM C 497Test Method for Concrete Pipe, Manhole Sections, or T;.le c. ASTM D 3262- Standard Specification for"Fiberglass" (Glass-Fiber- Reinforced Therra,osettind Resin) Sewer Pipe d. ASTM D 2412 -Test Method for Determination of External Loading Characteristics of'Plastic Pipe by Parallel-Plate Loading e. ASTM D 3681. - Standard Test Method for Chemical Resistance of "Fiberglass" (Gla.ss-Fiber-Reinforced Thermosetting-Resin)Pipe in a Deflected Condition B. SUBMITTALS 1. RELATED DOCUMF?NTS F,rawingc, Contract Specifications and City of Fort Worth specification apply to tl le work of this section. 2.DES CKTTION OF V70RK a. Prior to supplemental pipe testing the following submittals shall be made: 1. Contractor shall submit shop drawings, samples,product data and other pertinent information related to the pipe used on the project. This includes but is not limited to pipe samples and related material required to be delivered to the testing facility as directed by the City of Fort Worth or the Engineer, data, performance curves and other related materials from previous performed manufacturer's tests including but not limited to tests indicated in the Pipe Material Tests section of this specification(as applicable to the pipe selected). 1 Q\20010I E94\Sp aUddn I.Co mma 11DA132PipeTc7dAgPro1r=Spm.doe l 10/04/2004 09:33 FAX 8173362247 TRANSYSTEMS—FTW 2011 1 b. All submittals shall be clearly identified by reference to Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for presentation of data. 3. DEFINITIONS ' a. Shop drawings include specially prepared technical data for this ppject, including drawings, diagrams, schedules, and measurements. b. Product data includes all standard printed information on materials, products and systems. c. Samples include physical examples of materials, either:for limited visual inspection or(where indicated) for more detailed testing and an clysis. d. Miscellaneous submittals related directly to the work include w;lrranties,workzaaanlship bonds, data and reports, physical work records, quality testing and certifying reports,record drawings, field measurement data, operating and maintenance materials applicable to the work and not processed as shop drawings,product data or samples. 4. SHOP DRAWING, PRODUCT DATA, AND SAMPLES a. Shop Drawing 1. Shop drawings shall include test reports including performance curves, test results from applicable ASTM and.A.WWA standards, and certifications, as applicable to the work. 2. All shop drawings submitted by a subcontractor or manufacturer for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in the delivery of material. 3. The Contractor shall check all subcontractors shop drawings regarding measurements, size of members,materials, and details to satisfy hina that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractor for correction before submission thereof_ 4. All details on shop drawings submitted for approval shall show clearly the:relation of various part of the project and where correct fabrication of the work depends upon field measurements; such measurements shall be made and noted on the drawings before being submitted for approval. b. Product Data 1. Product data shall include but are not necessarily limited to - standard prepared data for manufacturer(sometimes refer to as catalog data), such as the manufacturer's product specification and installation instructions,references,manufacturer's printed statements of compliances and applicability, rough-in diagrams, 2 G:1200101904NSp cMddn 7.Cait=1\DA132PipcTcvM0ros.TmTXpee doe 10%04/2004 09:33 FAX 8173362247 TRANSYSTEMS-FTIP Z012 l catalog cuts, product photographs, printed performance curves, manufacturer's quality assurance/quality control testing at the lconclusion of pipe manufacturing, certifications,production operating procedure and maintenance instructions, recommended spare parts listing and printed product warranties, as applicable to lthe work. 2. The Contractor,per a City of Fort Worth request, shall provide I production or quality control inspection and test reports for the pipe in the project. c. Testing results 1. For the purposes of comparison with the data generated by the Independent Testing Organization, the Contractor shall provide the manufacturer's data obtained on the specific tests described in Section C-2b along with data from any other relevant testing procedure that Contractor has performed on this or closely related pipe material. These data shall be provided to the City of Fort Worth and the Engineer at or before the second pre-bid conference that will be held in conjunction with this project. These data shall be in the form of tabled digital data as well as graphs with trend lines. l2. In addition to providing the test data that he has generated, the Contractor shall identify the organization that produced these data, the testing;protocols that were used,the credentials and certifications for this testing,the manufacturing facility that produced the pipe, its location, the date of manufacture, and any other info,rznation relevant to or relating to a useful comparison with the data of the Independent Testing Organization. d. S amples I 1. Sampl(:s shall include but are not necessarily limited to physical examples of the work such as sections of pipe and related material and, small; section or cuts out of the product to be used by the I Engineer or City of Fort Worth for independent inspection, and testing as applicable to the Work. Pipe test samples are required as stated in Section C. Supplemental Pipe Testing. 5 SUBMITTAL,REQU=NMNTS a. Generale Comply with requirements specified herein for each indicated submittal, and with the technical requirements. All submitted materials shall become the property of the City of Fort Worth. b. The Contractor shall review, including those by the subcontractor, quality assurance data, shop drawings, manufacturer's product data, catalog cuts, descriptive data, samples and other irlformatior► at one time except as noted. Where action on one submittal is dependent on another it I skull be submitted in compliance with action taken on another, the action may be more rapid if they are received at the same time. The City of Fort 1 3 e_ 1 G:UoU07e9alSp enWddn 7•Cownct 1�A13:Pipe7etiag�ra� SPecdoe 1. I C'� f ��.U: "..6' c� I-) � ) � 10/04:2004 09:34 FAX 8173362247 TRANSYSTEMS—FTIV 2013 Worth will review submittals in a timely manner. Samples shall be submitted in compliance with contract documents and are the responsibility of the Contractor. The Contractor or his Authorized Rel)resentative shall certify by his signature and a Professional Engineer licensed in the United States and a date that each submittal is correct and in strict conformance with contract drawings and specifications except as otherwise stated. ,111 proposed deviations requested by the Contractor shall be noted and the reasons for the deviation set down in writing and the deviations annotated on the shop drawings or materials will be returned to the Contractor for correction. The Contractor's review shall determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Material organized in an orderly manner 4. Conformance with the specifications c. Within five days after acknowledgment of Notice to Proceed and before an.f material or equipment is purchased. Submit for approval five copies as referenced herein. d. Each shop drawing, sample and product data submitted by the Conb-actor shall have affixed to it the following certification Statement including the Contractor's Name and signature by the person who actually reiriewed the submittal. "Certification Statement: By this submittal, Z hereby represent that I have determined and verify field measurements, field construction criteria, dimensions, conformance with the specifiications and have checked and coordinated each item with applicable approved shop drawings." e. Shop drawings larger than 8 V7." x 11" shall be folded 8 %"x 11". Submittals shall be bounded together in an orderly fashion and bear the above certification statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the pa,-kage. Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings,product data and samples at the time of submittal of said drawing,product and sample to the Engineer. f Notify the Engineer in writing, at any time of submittal, of any deviations in the submittal from the requirements of the Contract Documents. g. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of Error and Omission are assumed by'the Contractor and the Engineer will have no responsibility therefore. h. No portion of the work requiring shop drawings, samples or product data shall be started nor shall any material be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or on-site construction accomplished which does not 4 G:\200\019BAlSp,ac Ud'n 7-Con=ct 11DA132PipcTe;enlPro�rsmSuc.dec 10/04/2004 09:34 FAX 8173362247 TRANSYSTEMS-'TIV a014 3 conform to approved shop drawings and data shall be at the Contractor's risk. The City of Fort Worth will not be liable for any expense or delay dui,to corrections or remedies required to accomplish conformity. i. 'Project work,materials, fabrication, and installation shall conform to approved shop drawings, applicable samples and product data. 6. REVIEW OF SHOP DRAWING, PRODUCT DATA AND SAMPLES a. The City of Fort Worth or the Engineer will annotate each submittal to imlicate the action taken: Final Unrestricted Release: Where submittals are marked "Approved", that part of the work covered by the submittal may proceed provided it complies with requirements of the Contract Documents; final acceptance will depend upon that compliance. b. Final But Restricted Release: When submittals are marked "Approved as Noted", that part of the work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. c. Returned for Resubmittal: When submittal is marked "Disapproved" do not proceed with'that part of the work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a ne:w submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action. Do not permit submittal marked "Disapproved" to be used at the Project site, or elsewhere where work is in progress. d. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity, the submittal will be returned,marked "Action Not Required"_ C. SUPPLEMENTAL PIPE TESTING Supplem Intal testing of the pipe that is offered by the Contactor will be performed by an Independent Tesdng Organization selected by the City of Fort Worth. This testing is not meant to be comprehensive,but will suffice only for producing data that will allow the Engineer to verify that the manufacturer's data are valid and appropriate for the project. This testing will be performed only on the pipe material that is provided by the Contractor to whorn the project is to be awarded. All supplemental testing will be accomplished using ASTM,AWWA and/or other standardized procedures that are well establishi,d and well known to the industry. 1. SA1v1I'L1NG a. The Contractor shall deliver the pipe material to the Independent Testing Organization at a time and in the amounts determined by the City ofFort Worth. The required number of pipe joints,pipe size and testing method will depend upon the pipe material. The Independent Testing Organization will develop these requirements for the pipe that is included in the bid that the City of Fort Worth selects. It is the responsibility of the Contractor, via the pipe manufacturer, to deliver its pipe samples in a form 5 _' G:1,zOotoIRU\SpeNtAd&I-Conw=IMAI32Fipe9a�ingYrogivgSpe dx 10/04;2004 09:34 FAX 8173362247 TRANSYSTEMS—FTIV X1015 appropriate for the specific tests that are designated for the class that corresponds to their material. In addition, pipe diameters, wall thicknesses and other particulars must conform to specifications. b. Pipe to be tested by the independent testing organization can either be selected from a group of pipe at the manufacturer's facility or it can be manufactured especially for this testing. The pipe to be tested must have come from the same production line,manufacturing facility, supply of raw materials, the environmental conditions during manufacture and storage, the pipe transportation methods, and quality control procedures. c. The Engineer will contact the pipe manufacturers following the contract award to affirm an acceptable means to collect and deliver the samples of pipe. d. The minimum quantity of pipe needed for testing will be specified by the Independent Testing Organization. The total quantity of pipe required will include at least two extra pipe joints that the City of Fort Worth can use for retesting at its discretion. Any pipe not used for testing will be the property of the City of Fort Worth. At his own cost, the Contractor can supply treble the amount of pipe that is required to prepare for the possibility that a second round of testing will be agreed to by the City and the Contractor—nee section 4e below. e. At no time can the pipe composition or pipe design be changed after the pipe is delivered to testing facility unless specifically authorized by the City of Fort Worth. 2 PIPE MATERIALS TESTS a. The mechanical and chemical nature of the various different types of pipe materials dictate that a different set of tests be performed for each class of materials. The general scope of the testing will be the same for all pipe classes. It is anticipated that the pipe material to be tested will be either reinforced concrete pipe, reinforced concrete cylinder pipe or fiberglass pipe. b. The testing of reinforced concrete pipe will be generally governed by ASTM C76, and will include two specific tests that are described in ASTM C4517. These are: (1) the external load crushing test by the three edge bearing test method, and(2)the hydrostatic test. The testing of reinforced concrete cylinder pipe will similarly utilize the external load crushing test by the three edge bearing test method, and the hydrostatic test in accord with ASTM C497. The testing of, fiberglass reinforced pipe will be generally governed by ASTIvI D3262, and will include two specific tests. These are: (1) the strength test in ASTM D2412, and(2) the chemical resistance test in ASTM D3681. c. With one exception, the testing is to conform to the standards. The one exception is that the long term test for fiberglass materials,ASTM D3681 which requires a 10,000 hour result, is to be planned such that sufficient data for comparison with the manufacturer's data will be acquired within 1,000 hours. 6 G:uopSoleSa�Spca�Aedn7-Coixma I�DAl32PipcTcetinlProCwnSpcc.6x S ' 10/04/2004 69:34 FAX 8173362247 TRANSYSTEMS-`TIV 0016 3. RESULTS a. The results obtained by the Independent Testing Laboratory shall be recorded and reported by them as specified in the standard test procedures, and in any additional forms requested by the City and its Consultants to enable them to better assess the viability of the particular pipe material that has been offered by the Contractor. b. The assessment of the data obtained by the Independent Testing Laboratory will be made in conjunction with an examination of any and all ofthe data provided by the Contractor—see Section B 4 Cl. The extent to whi,:h the Contractor's data will be used will be at the discretion of the Engineer 4. ACCEPT.ANCE/REJECTION a If, in the City of Fort Worth's opinion,the totality of the testing (i.e., the manufacturer's data and the supplemental testing data) has fully confirmed that the strength, durability and resistance of the pipe will be acceptable,the pipe will be approved, and the Contractor will be promptly notified that the project can commence. b. II'problems have been found with these data from either or both of the tests performed by the Independent Testing Organization, the Contractor ar.d the pipe manufacturer will be notified of this fact, and will be fully informed on the testing results. In this case, if they so desire, the manufacturer and the Contractor will be given an opportunity to meet with representatives of*the City, the Engineer, and the Independent Testing Organization to review and discuss these data in detail. This meeting would be held at a site designated by the City of Fort Worth, at the earliest possible time that all of the principal participants are able to participate. c. If the problems with the data have not been resolved and the pipe testing results remain unsatisfactory, the Contractor shall justify the reason(s)why the pipe should not be disqualified for use on the project. Tile Contractor may request, and the City may allow at its discretion, additional testing by the Independent Testing Organization. The City's decision on the acceptability of the pipe material is final. d. The Contractor's request for further testing may be granted by the City of'Fort Worth if it is not possible to reach a satisfactory conclusion from the test results. Possible reasons include,but are not limited to, (1) large scatter in duplicate tests, (2) data that do not qualify under the standard, ar.Ld(3)unexplainable and significant differences between the data developed by the Independent Testing Organization and the manufacturer. e. A second round of testing by the Independent Testing Organization will include all tests previously performed,but with at least double the number of specimens(i.e., data points)_ The pipe that is provided for these tests must also have come from the same production line, manufacturing facility, supply of raw materials, the environmental conditions during 7 rx1200t01S6 Zixz lAddn 7-Conkma l\DA132Pioc7cstincProgmmspcc.doc 10/04/2004 09:34 FAX 8173362247 TRANSYSTEMS—FTIV 2017 mmufacture and storage, the pipe transportation methods, and quality control procedures. £ The costs for any or all additional testing that will be conducted by the Independent Testing Organization, and for the services of the Engineer with that testing,will be the responsibility of the Contractor. g. At the Contractor's option, a second meeting at a time and place of the City's choosing will ther►be held to review and discuss the newly obtained results. This dilscussion will not be limited to the new data,but, as in the first meeting, all of thl;data—including that provided by the manufacturer from its own testing—shall be taken into account. h. At any time before, during or following the completion of this retesting,the City will have the authority to deem the pipe test results to be acceptable, and to notify the Contractor that the pro]eet can be initiated_ Similarly,the City will also have the unequivocal authority to decide that the results are unsatisfactory, and to te7ninate the supplemental pipe testing program. i. If the City desires to terminate the supplemental pipe testing program,they may pursue one of the following two options: (1) Contractor shall submit another pipe manufacturer's pipe per Part C- General Conditions C5-5.10 Removal of Defective and Unauthorized Work,whereupon the supplemental testing will be performed on that pipe, as outlined above(at the Contractor's expense); or(2) terminate the Contract as stated in Part C- General Conditions C7-7.16 Termination for Convenience of the Owner,November 1, 1987 and re-advertise the project for new bids. j. The City of Fort Worth reserves the right to perform additional supplemental pipe tests in addition to the above described testing, at its discretion,prior to installation. The pipe cost and the cost of supplying pipe shall be the responsibility of the Contractor. All other costs for this"additional supplemental" testing will be at the City's expense.The City will issue a Change Order equal to the cost of the testing to cover the costs of testing that it initiates. 5. WITNESSES a. The Consultant representing the City of Fort Worth, if the City so decides, may visit the plant of the selected pipe material to review the operations and procedures. b. The Consultar>.t representing the City of Fort Worth will have the responsibility of monitoring the supplemental pipe tests, advising the Independent Testing Organization, and taking notes of the proceedings. The Consultant will be the arbitrator of any disputes regarding the tests. c. The Consultant representing the City of Fort Worth, the City of Fort North, the Contractor, and a representative of the Pipe Manufacturer shall have the right to -witness the testing program at the Independent Testing } C)rganization's facility. This includes observing: 1. the manufacturing process 2. the quality assurance inspections 3. the tests of the selected product by the independent testing facility. 8 G:\200V71 BBtISF.estnddn 7-Coitraa I�DA132PipcTcalintProtramSxe,dee B i 10/04/2004 09:34 FAX 8173862247 TRANSYSTEMS-'TFY fjU18 d. The Consultant representing the City of Fort Worth,the City of Fort Worth, and the Independent Testing Organization shall be able to complete their duties and responsibilities without any undue influence from the Contractor, the Manufacturer or their representatives. D. TEST ING DBORATORY SERVICES 1. GENERAL the testing program will be performed by an Independent Testing Organization. after a review of several candidate organizations, the best qualified organization was determined by the City of Fort Worth and its Consultant to be Stress Engineering Services, Inc. of Houston, TX. 2. LABORATORY NAME, LOCATION AND POINT OF CONTACT Stress Engineering Services, Inc 13800 Westfair East Drive Houston,TX 77041-1101 Contact : Cluis Alexander, Staff Consultant Phone number: 231-897-6504 E•-Mail: chris.ale):ander@stress.com 3 TRANSPORTATION P ipe, seals,joints (couplings) and related material shall be delivered to the leboratorKs) indicated in,this specification. E. COS"S 1 The Contractor shall pay for the Independent Testing organization, together m ith administration and overhead, with the amount allotted in the Proposal Item 15 (a, b, or c). This amount shall be considered full compensation for all costs re.latuig to performing the supplemental testing program. 2 The Contractor shall contract with the testing laboratory service (Stress Engineering Services, Inc.)for the contract amount stated in their proposal for the appropriate pipe material. F. SCH3DULE 1 All time used to conduct supplemental testing(including retesting)will be considered part of the Calendar day Bid for this project. Testing shall begin immediately following a"Notice to Proceed." 9 - - G:\2001016941Spi&Addn 7.Como.1\DA132pipeT=dncrmg3 nSpx.doc 10/04/2004 09:35 FAX 8173362247 TRANSYSTEMS—FTW 0019 h STRESS ENGINEERING SERVICES, INC. Houston ♦ Cincinnati ♦ New Orleans ♦ Atlanta ♦ Chicago 13800 Westfair East Drive, Houston,Texas 77041-1101 Tel:(2 81)955-:!900 Fax:(281)955-2636 Web Site:www.stress.com E-mail: Info((@stress.com SENIOR PRINCIPAL$ September 2,2004 PN113753CPA ,-resident Joe R.Fowler,Ph.D.,P.E. Senior vice President TranSystems Corporation Consultants,Inc. W.Thomas Asbi 1,P.E. Ai:fn: Mr.Kent Lurtski,P.E. 'iVice Presidents ;Ronald D.Young,Ph.D.,P.E. 500 West Seventh Street, Suite 600, Postal 20 Minton A,Haynes Fort Worth,Texas 76102 PRINCIPALS James W.Albert,P.E, phone: ( }817 339-8950 Ext. 242 Edmond I.Bailey,Ph.D.,P.E. FitX: (817) 336-:2247 Mark A.Bennett,P-E. (Richard S.Boswell,P.E. E-mail: kalunski a,transystems John F.Chappell,P,E, S.Allen Fox,P.E.Paul J.Kovach,P.E. � �SUBJECT, Proposal for Testitis Fort Worth Sewer Pipe Materials J.Randy Long,P,E, Douglas L.Marriott,Ph.D. Mr.Luns1d, Christopher Matice,Ph.D.,P.E. ,Charles A.Miller.P.E. ;Jack E.Miller,P.E. Stress Engineering Services,Inc. (SES)appreciates the opportunity to submit this tKerry Quinn,P.E. Teri ShackeWrd pi oposal to TranSystems Corporation Consultants,Inc. for the testing of sewer pipe David A.Tekamp,P.E. materials for the City of Fort Worth.Per your Request for Quotation(R1;Q) dated Kenneth R.Waeber,P.E. ,Robert E.Wink.P.E. August 30, SES is submitting this proposal considering three(3)categories of pipe: SENIOR ASSOCIATES • Category 1 —Fiberglass Reinforced Pipe Glenn A.Aucoln,P.E. Claudlo Allevato • Category 2—Reinforced Concrete Pipe ;Kenneth Bhatla,Ph.D. • Category 3 —Reinforced Concrete Cylinder Pipe ;Richard C.Blel,P.E. Raflk Boubenider,Ph,D, Helen Chan,C.P.A. Each of these categories of pipe is associated with a specific set of tests.The attached ,,,Michael J.EffeHuey, P.E. P.E. ,t es provide specific details on the tests that will be eTformed.Per the RFQ,David P.Wuey,P.E. P'$ P P P Q� Andreas Kathinger nas Lec Terry M.Lechinpipe sizes are considered(42-inches and 72-inches)and three(3)samples will be William A.Miller tested for each respective test. Ronald A.Morrison Thomas L.Power,Ph.D. one catea0 f pipe will be tested based u the selection b the Contractor.Based "George Ross.Ph.D. o category oP P upon y Brian S.Royer upon the proposed activities, it is estimated that testing can be completed in ten(10) Ma mod6n 1 Samman,an Ped ,P.E.P.E. weeks after the pipe samples have been received. Ramon I.San Pedro,P.E. ,Matthew J.Stahl,D.Eng.,P.E. Kurt D.Vandervort,Ph.D. The costs for testing the three(3) categories of pipe are provided below. SES STAFF CONSULTANTS reco zes that Trims stems requires a fixed cost estimate,which is provided in the Christopher R.Alexander q Ray R.Ayers,Ph.D.,P.E. following numbers. Yusong Cao,Ph.D. • Category 1 —Fibclforced e $80,000 Clinton H.(Clint)Britt,P.E. g ry er oass ReinPipe: John Fartam,Ph.D. 0 Category 2—Reinforced Concrete Pipe: $50,000 Kimberly O;PEIner,P.E. Greg Gari • Category 3—Reinforced Concrete Cylinder pipe: $50,000 t David L,Garrett,Ph.D. • Additional cost for meeting in Fort Worth-$1,500 Robert B.Gordon,Ph.D. Lori C.Hasselbring,Ph.D.,P.E. y Danny Krzywickl,P.E. The pages that follow provide specific details on the tasks associated with each Kenneth R.Riggs.Ph.D.,P.E. �rfijOta Of the testprogram. ` 'Bobby W.Wright,P,E, P ASSOCIATES l P.James Buchanan LaurriB Wittig Cordes if you forward any questions about this proposal please contact me.We look forard to Ndpendu Duna,Ph.D.,P.E, Aorldng With you,TranSystems, and the City of Fort Worth Stuart J.Harbert,Ph.D. Daniel A.Pitts M.Prakash,Ph.D,,P.E. Leo Vega Regards, Kevin Wang,Ph.D. Chen(Sherry)Xiang,Ph.D. ANALYSTS Napoleon F.Douglas,Jr, Chris Alexander Mark Hamilton Breis Honnberg Obaidullah Syed Design of Structures and Mechanical and Electrical Equipment Stres 3,Thermal, Fluid Mechanics,Dynamic Analysis and Testing, Failure Analysis and Metallurgy 10/04/2004 09:35 FAX 8173362247 TRANSYSTEMS—FTIP 10020 Proposal to Mr.Kent Lunski,P.E.(TranSystcros Corporation Consultants) Page 2 Prepared by Stress Engineering Services,Inc.(SES PNI 13753CRA) Scptc ober 2,2004 Cate on-1—Fiber ass Reinforced Pipe The test program for Category 1 pipe samples,is primarily based on ASTM D3262,involving two (2)specific tests.-These tests are: • Strength(stiffness) test per ASTM D2412 • Chen tical resistance test per ASTM D3681 The secti ins that:follow provide specific details on these test programs.I is estimated that the proposed test program will take 10 weeks to complete at a cost of$80,000. SES requests that 30 feet be provic ed of the:42-inch pipe and another 30 feet be provided of the 72-inch pipe.Prior to testing, SES will also male requests to the manufacturers for cutting rings of specific lengths. Stiffness Test per D2412 Summar) of Test program:A short length of pipe is loaded between two rigid parallel flat plates at a controlfed rate of approach to one another. Load-deflection (of the pipe diameter)data are obtained. ,If cracking, crazing, delamination, or rupture occurs, the corresponding load and deflection are recorded. The following bu:,lets reflect the activities associated with this portion of the test program: • Purchase equipment and construct test fixtures • Set-i:p testing;components and measure pipe test samples • Connect data acquisition system that will measure load versus deflection • Perform test by deforming rings between two steel platens • Post-process�,esults and provide a report Chemical Resistance Test perASTMD3681 Summar!of Test Program: This test method consists of exposing the interior of a minimum of 18 speeimer.s of pipe to a corrosive test solution while the pipe is constantly maintained in a deflected condition, ofdiffering induced initial ring flexural strain levels, and measuring the time to failure for each strc in level. Test temperatures are obtained by testing in an air environment where the temperature is controlled. Although ASTM D3681 specifies a total of 18 test specimens for pipe size, given the existing time constrain s this isnot possible. SES proposes that 6 test samples be performed for each of the pipe sizes.The TranSystems RFQ also permitted the 10,000-hour test period to be reduced to a 1,000- hour test program,. The intent of the current SES system is not to serve as a stand-alone test program, but rather to provide data to serve as reference points for data produced by the respective manufac•carers. The folic wing bullets reflect the tasks associated with this portion of the test program: • Purc:case equipment and construct test fixtures • Set-up testing;components including chemical reservoirs • Mea:;ure pipe test samples • Installation of strain gages to calibrate loading of the test rings • Coruiect data acquisition system that will measure load versus deflection • Perform test by deforming rings between two steel platens 0 Post.process results and provide a report 10/04/2004 09:35 FAX 8173362247 TRANSYSTEMS-TW Z021 Proposal to N&.Kcnt Lun0i,P.B.(TranSystems Corporarion Consultants) Page 3 Prepared b;,Stress Engineering Services,Inc.(SES PN113753CRA) September 2,2004 Cateaorr 2—Rei iforced Concrete Pipe The test program for Category 2 pipe samples,is primarily based on ASTM C76,involving two (2) specific t.-sts.These tests are: • External load crushing test by three edge bearing test per ASTM C497 • Hydt ostatic to-st per ASTM 0497 The sections that follow provide specific details on these test programs.It is estimated that the proposed test pro;;ram will talcs 10 weeks to complete at a cost of$50,000. SES would like to request that 35 fe,-t be provided of the 42-inch pipe and another 40 feet be provided of the 72-inch pipe.Prier to testing, SES will also make specific requests to the manufacturers for cutting rings of specific lengths.Additionally,in order to perform the hydrostatic tests SES will require assistance by receiving pipe samples that have been fitted with pressure-carrying end closures(e.g.end caps). External,Load Crushing Test per ASTM C497 Summar;?of Test Program: The test specimen is tested in a machine designed to apply a crushing force upon the specimen in a plane through the vertical axis extending along the length of the specimen. Of specific emphasis is the load that produces a crack having a width of 0.01 inches through u a condznuous length of 1-ft or more measured parallel to the longitudinal axis of the pipe barrel. The following bullets reflect the tasks associated with this portion of the test program: • Purc:iase equipment and construct test fixtures • Set-up testing components and measure pipe test samples • Corniect data acquisition system that will measure load versus deflection • Perform test by deforming rings between members • Post-process results and provide a report Hydrosta is Testing per ASTM G07 Summari of Test Program: The section ofpipe is subjected to hydrostatic Pressure and observed for leakage art the joint or on the surface of the wall The joint is defined as a connection between the concrete section of pipe that provides alignment and the flexible watertight seal using either rubber gaskets, ,ealing funds, or preformed flexible joint sealant. The following bullets reflect the tasks associated with this portion of the test program: • Acquire test,;amples that have been fitted with end closures(ensure length of test samples to remove end effects from closures) • Set-up testing;and connect pump and pressure transducer i • Pres;surize sanple to specified hydrostatic pressure with water as the testing medium i i 10/04/2001 09:35 FAX 8173362247 TRANSYSTEMS—FTW 0 022 Proposal tc Mr.Kent Lunski,P.E.(TranSystcros Corporation Consultants) Pagc 4 Prepared b;i Stress Engineering Serviccs,Inc.(SES PN113753CRA) September 2,2004 Categor7 3--Reinforced Concrete Cylinder Pipe It should be notec'that the following sections are repeated from the proposed items presented for the Category 2 Pipes. The contents of AWWA C301 were not reviewed as part of preparing this proposal The test)grogram for Category 3 pipe samples,is primarily based on ASTM C76,involving two(2) specific tests. These tests are: • External load crushing test by three edge bearing test per ASTM 0497 • Hydt ostatic test per ASTM C4 97 The recti ons that follow provide specific details on these test programs. It is estimated that the proposed test program will take 10 weeks to complete at a cost of$50,000. SES would like to request t)iat 35 fetet be provided of the 42-inch pipe and another 40 feet be provided of the 72-inch pipe.Prior to testing, SES will also make specific requests to the manufacturers for cutting rings of specific 1 engths. Ndditionally,in order to perform the hydrostatic tests SBS will require assistance by receivinc;pipe samples that have been fitted with pressure-carrying end closures(e.g.end caps). External load Crushing Test per ASTM C49 Summari of Test Program: The test specimen is tested in a machine designed to apply a crushing force upon the specimen in a plane through the vertical axis extending along the length of the specimer. Ofsper;ific emphasis is the load that produces a crack having a width of 0.01 inches throughc ut a congnuous length of I ft or more measured parallel to the longitudinal axis of the pipe barrel. The following bullets reflect the tasks associated with this portion of the test program: • Purchase equipment and construct test fixtures • Set-up testingr components and measure pipe test samples • Comnect data acquisition system that will measure load versus deflection • Perform test by deforming rings between members • Post-process results and provide a report i HydrostiWe Testtng per ASTM C49 Summart of Test Program: The section ofpipe is subjected to hydrostatic pressure and observed for leakage at the joint or on the surface of the wall. The joint is defined as a connection between the concrete section of pipe that provides alignment and the flexible watertight seal using either rubber gaskets, ,sealing lands, or preformed flexible joint sealant. The following bullets reflect the tasks associated with this portion of the test program: • Acquire test san-rples that have been fitted with end closures (ensure length of test samples to remove end effects from closures) • Set-tip testing;and connect pump and pressure transducer 0 Pres;:urize sample to specified hydrostatic pressure with water as the testing medium 10/04,12004 09:35 FAX 8173362247 TRANSYSTEDIS-'TR' Z023 fSTRESS ENGINEERING SERVICES, INC. 13800 Westfair East Drive Phone: (281)955-2900 Houston,Texas 77041 Fax: (281)955-2638 JRATE SCHEDULE January 1, 2004 PROFESSIONAL-SERVICES 1. Enginee-ing Services: a. Senior Principal.......................................................................................................$165.00/hour b. Prncipal or Staff Consultant ...................................................................................$155.00/hour C. Senior Staff Consultant...........................................................................................$180.00/hour d. Sr,Associ�ite...........................................................................................................$148.00/hour e. Associate.................................................................................................................$143.00/hour f. Senior Analyst.........................................................................................................$130.00/hour g. Senfor Encineering Technologist/Senior Modeler..................................................$119.00/hour h. Ar alyst....................................................................................................................$119.00/hour 2. Techniclan Services: a. Engineering Technologist.......................................................................................$106.00/hour b. S(;nior Technician .....................................................................................................$94.00/hour C. TE chnician.................................................................................................................$84.00/hour d. T(chnician Assistant.................................................................................................$70.00/hour e. Lab Assistant.............................................................. ....$59.00/hour f. Assembler.................................................................................................................$40.00/hour 3. Secretarial &Administrative Services: a. T�pist/Data Entry/Report Preparation.......................................................................$55.00/hour b. Tochnical Assistant...................................................................................................$55.00/hour C. Engineering Assistant...............................................................................................$61.00/hour 4. Drafting Services: a. Diaftsman .................................................................................................................$55.00/hour b. Design Draftsman .....................................................................................................$67.00/hour 5. All personnel rates are subject to a 30%surcharge for maritime work performed. 6. When SE 3 personnel are out of town or on a field job away from the office,there is a minimum 10 hour charge for each clay. For work performed offshore, the minimum charge is 10 hours per day. Travel time charged is actual tim�to/from our office. 7. Harsh field jobs are charged at 1.15 times the normal rate. 8. Overtime at the customer's request is changed at a rate of 1.5 times the normal rate. Sundays and Holidays are charged at double time. 9. Consultarts contraoled by SES are charged at SES's standard rates. COMPUTEaSHARI ice$; 1- Charges ;ire based on CPU time for each run on Stress Engineering Services, Inc.'s workstations. The costs for specia ized software(i.e.,ANSYS, PATRAN, and ABAQUS)are included in the CPU charge. Costs for other specialized programs owned by Stress Engineering Services, Inc, are either added to the CPU time or included in the fixe J cost per run. A schedule of these is available, 2. Dedicatec Computer.......................................... .........$200/mo. , , $50/week. . . $10/day ...................................... REPRODUCTION CHARGES......................... 1. In-House Expenses: a. Xe rox and:standard Binding......................................................................................................$0.15/page b. Color copie:s..............................................................................................................................$1.00/page C. RE!port Preparation Supplies......................................................................... ................................$5.75 d. Film........................................................................................................................... .....................$5.25 e. Video tapes........................................................................................................................................$3.00 2. Outside Reproduction and Binding Supply Expense............................................................................Cost+ 15% OTHER NOI1-PERSDNNEL CHARI,;ES7 1. Equipmert Usage: a. Routed Tes:ing Equipment.......................................................................................................Cost+ 15% 2. Equipmert Purchases and Supplies.....................................................................................................Cost+ 15% 3. Travel Ex)enses meals may be itemized or fixed at an agreed upon daily rate ............................................ Cost ( Y g P Y ) (Engineerin,o travel time charges at regular engineering rates e " 4. Delivery:ervice.............................................................................................................................................. Cost- : 5. Photography Experse (materials& processing)......................................................................... + ...,......Cost 15% ''' 6. Other Outside Expenses....................................................................................... Cost+ 15%. NOTES: (1) See R:verse for Terms & Conditions (2) Charges Plus Sales Tax, if Applicable c:�Oat ormnRom EUaauS cUOW V;"Wh ftnl+,dx p1�GR00� 10/04/2004 09:35 FAX 8173362247 TRANSYSTEMS_F"TW 0 024 STANDARD TERMS AND CONDITIONS nFeulTIONS_ In these Terms and Conditions("Terms and Conditions'),Stress Engineering Services,Inc.,will be referred to as "SES'. The materials, articles,goods or services to be furnished will be referred to as the'Services". The person or firm purchasing the Services will be referred to as'Client". SES and Client may be referred to Individually as"Party"or collectively as"Parties",and the rate schedule,Invoice or any other SES document to which these Terms and Condition: are attached,together with these Terms and Conditions,will be referred to as the"Agreement". A(`rFPTANf:F- Clients acceptance of SES'offer to provide the Services is limited to the Terms and Conditions contained herein and by entering this Agreement,Client accepts t nd assents to all such Terms and Conditions. Upon such acceptance,SES will provide the Services to Client In accordance with the Terms and subjed to the Conditions set forth herein. In connection herewith, any purchase order, form or other document utilized or to be utilized by Client Is or shall be used for convenience only, and any terms and conditions contained therein are expressly objected to by SES and shall have no force or effect between the Parties. PRIDES. Services perfotmi?d by SES are based on one of two conditions,Per Diem(Time and Materials)or Fixed Price a, PER DIEM CONDITIONServices performed on a daily basis are charged according to the amount of time and support that are actually consumed. Per Diem is typically us:d on services involving development and experimental services. Due to the nature of per diem conditions, there is no guarantee that the Services costs wi)not exceed the estimated costs. b. FIXED PRICE rQNnITI(11:Servict,-s era performed according to defined objectives and guaranteed costs. Fixed price services place the burden of uncertainty with SES. Ar=rdingly,the risk is covered by added cost factors of typically 10%to 50%times the estimated casts. An exception to the fixed price cost is when tine scope or the services Is either increased or decreased relative to the original Agreement. FFFS AND PAYMENT TEF S a,EEEClient agrees to F ay SES for the Services in accordance with the Rate Schedule set forth herein. b,Or IT-OF.POCKET EXPFNSF4.CIIont shall reimburse SIES for all reasonable out-of-pocket expenses Incurred in performance of the Services. c. INVOICES For short dur,Ition Services(Services lasting:0 days or less),SES shall submit a final and total billing at the conclusion of the Services. For Services extending beyond 30 days,SES shall invoice Client on a monthly basis for Serviws rendered during the preceding monthly period. For both short term and longer term Senices,payments are due net upon recelpt of final billing or Invoice,whichever is applicable.Any sum due to SES hereunderthat is not paid by Client when die shall thereafter incur a fee until paid in full at a rate equal to the lesser of(i)one and one-half percent(1.5%)per month or(II) the maximum non-usurlois rate ailcwed by applicable law. Should Client dispute the accuracy of any portion of any invoice. Client may not withhold payment of the disputed amount, but shall promptly notify SES, specifying the amount in dispute and the reasons therefor. Client shall make timely payment of all amounts,irtcluding those in dispute. The Parties shall promptly attempt to resolve the dispute and,upon resolution,SES shall promptly pay any amounts due Client. STANDARD OF CARE SE S will perform Its services utilizing reasonable care and skill in accordance and consistent with customary Industry standards. This standard of care I;: the.sole and exclusive standard of care that will be applied to measure SES's performance of SES's services. SES's Information, advice, recommendations,findings,and conclusions will be made to the best of SES's knowledge, opinion,and belief,based upon data and information made a,.allable to SES at the time of re,,iew,and upon a variety of factors appropriate to the sltuailon. A change In any of the factors upon which the review is based ma%t adversely affect the Information,advice,recommendations,findings,and conclusions expressed by SES. RQFrWARE POLICY OUINERSHIP ANn RIGHTS IN DATA AND SOFTWARE In writing software for Clierts, SES often uses modules which It has previously developed. This knowledge acquired from SES'experience is passed on to Clients for an inital licenslnq fee. SES provides software to Client in a compiled (run time)version. Source code and general use software modules will remain the xoperty of SES unless otherwise agreed to in writing by both Parties.SES reserves the exclusive right to reuse general use software modules not cirectly related to the Client specific application developed by SES under this Agreement. Client cannot use separate components of the codE, other than those written for Client hereunder, for distribution or use outside of the original application without written consent from SES. Information designated in writing at the time of disclosure as proprietary by Client, and the portion of the software incorporating the proprietary information,will not be d sclosed by SES to others. Notwithstanding anything to the contrary in the foregoing,the preceding obligation shall not apply to any such information:(1)which was in the possession of SES prior to its disclosure by Client to SES; (2)which shall lawfully become part of the public domain,(3)which shall otherwise lawfully become,available to SES from a source Independent of Client;(4)which SES'legal counsel advises must be disclosed by lam or legal process;or (5)which SES develops or derives without the aid,application or use of the proprietary information. Each additional copy of sof were may be purchased for one-half the Initial licensing fee. Client shall not be entitled to make additional copies of software without the express writtim consent of SES. WARRANTIES- ALL SEFVICES ARE PROVIDED "AS IS" AND ARE WITHOUT WARRANTY. SES MAKES NO REPRESENTATIONS OR WARRANTIES OF ANY KIND, WHETHER EXPRESS, IMPLIED OR STATUTORY, REGARDING THE SERVICES, INCLUDING, WITHOUT LIMITATION, NO REPR=SENTATION OR WARRANTY THAT IS INFORMATION,ADVICE, RECOMMENDATION, FINDINGS OR CONCLUSIONS, OR THE IMPLEMENTA 'ION OR USE OF ITS INFORMATION,ADVICE,RECOMMENDATIONS, FINDINGS OR CONCLUSIONS,WILL RESULT IN COMPLIANCE WITH APPLICABLE:LAW OR PROVIDE A PERFECT RESULT. ANY AND ALL IMPLIED REPRESENTATIONS OR WARRANTIES ARISING OUT OF SES'S SERVICES OR THE RELATIONSHIP BETWEEN SES AND CLIENT ARE HEREBY EXPRESSLY DISCLAIMED AND NEGATED. IN PARTICULAR, BUT NOT BY WAY OF LIMITATION, NO IMPLIED WARRANTY OF MERCHANTABLILITY OR FITNESS FOR A PARTICULAR PURPOI;E SHALL APPLY. CLIENT ASSUMES ALL RISK AND LIABILITY RESULTING FROM UNLOADING, DISCHARGE, STORAGE, HANDLING AND/OR USE OF THE SERVICES DELIVERED HEREUNDER, INCLUDING RISKS OF DAMAGES, WHETHER USED SINGLY OR IN COMBINATION WITH OTHER PRODUCTS. CLIENT ACKNOWLEDGES THAT ANY AFFIRMATION OF FACT OR PROMISE MADE BY SES SHALL NOT BF DEEMED TO CREATE AN EXPRESS WARRANTY,THAT CLIENT IS NOT RELYING ON SES'S SKILL OR JUDGEMENT IN SELECTING OR FURNISHING SERVICES SUITABLE FOR ANY PARTICLUAR PURPOSE, AND THAT THERE ARE NO WARRANTIES PROVIDED FOR THE rERVICES, NOTWITHSTANDING THE FOREGOING, IF SES DETERMINES IN ITS SOLE OPINION THAT IT HAS MADE AN ERROR IN THE SERVICES, IT MAY, AT ITS SOLE OPTION, REDO THE SERVICES AT NO CHARGE TO CLIENT AND SUCH REMEDY PROVIDED HEREIN SHALL BE CLIENT'S SOLE AND EXCLUSIVE REMEDY HEREUNDER WHETHER ARISING FROM BREACH OF WARRANTY,BREACH DF CONTRACT,TORT(INCLUDING NEGLIGENCE OF SES),STRICT LIABILITY OR ANY OTHER THEORY OF LAW. LIMITATION OF 11ARII ITr- NOTwl*rHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT TO THE CONTRARY, SES SHALL NOT BE LIABLE TO CLIENT FOR INCIDENTAL OR CONST°QUENTIAL DAMAGES, INCLUDING, WITHOUT LIMITATION, LOSS OF PROFIT OR BUSINESS INTERRUPTION, INCLUDING LOSS OR DELAY OF PRODUCTION, LOSS OF BUSINESS OPPORTUNITIES, DAMAGES FOR FAILURE TO MEET DEADLINES,AND LOSS OF USE OF ANY VESSEL OR EQUIPMENT,HOWSOEVER SAME MAY BE CAUSED_ 2 10/04/2004 09:36 FAX 8173362247 TRANSYSTEMS—FTR' Z025 AUTHORIZATION TO PROCEED Stress Engineering Services, Inc. is authorized to proceed with project number 113753CRA, as described in the SES letter, dated September 2, 2004. (Contractor) accepts this proposal on a Fixed Cost basis, where (Contractor) will be invoiced for the total amotwt designated within the provided proposal for the respective level of tesfm:,. If, at any time, City of Fort Worth or (Contractor) chooses to terminate the project, �. (Contractor) is liable for all expenses incinred up to that point, and any additional expenses required to document the completed eff)rt. The signature below also acknowledges receipt and acceptance of the Stress Engineering Services Standard Terns and Conditions as set out on the back of Stress Engineering Services, Inc. Rate Schedule, a copy of which is attacl,zed hereto and made a part hereof.. The provisions of Stress Engineering Services, Inc. Rate Schedule (including without limitation the Standard Terms and Conditions) sliall con xol over all oth(;r instruments to the contrary. The provisions of this acceptance may not be ;a=ended without the written agreement of Stress Engineering Services, Inc. and (Cmitractor). APPROVED AND EXCEPTED: Project Apprc ved By, Authorized Contractors Representative Date: l 10/04/2004 09:36 FAX 8173362247 TRANSYSTEMS-FTIV 026 Pant DA--Additional Special Conditions, DA-127 Trinity River Authority Utility Crossing Includes: -DA-127 Trinity River Authority Crossing Sample Permit to Construct, Operate and Maintain Sanitary Sewer Release and Indemnity For Work on Premises Continuing Indemnity and Insurance Agreement _s 10/04/2004 09:36 FAX 8173362247 TRANSYSTEMS-'TW Z027 Sanitary Sewer Mann 244-.A, 'Village Creek Parallel Collector— Contract 1 Addendum 7 September 29, 2004 DA 127 'Crinity River Authority Utility Crossings A. NOTIFICATION AND COORDINATION 1. The Contractor shall notify Sid McCain(Operation and Maintenance Supervisor)or the Tarrant County Water Supply Project office at 817/267-4226 14 day, prior to construction when excavating near Trinity River Authority (TRA)'utilities. 2. Before construction,the Contractor shall submit to the TRA a schedule and the procedure of installing proposed facilities near TRA utilities. TRA shall have 14 days to approve and comment on the submittal. 3. The Contractor shall support and protect TRA utilities from damage. 4. The Contractor shall notify the TRA and the Engineer 48 hours before the start of construction when excavating near Trinity River Authority utilities. 5. The Contractor shall cover TRA utilities and secure the construction site after each d2.y. 6. The Contractor shall abide by the terms of the TRA permits for this project. The sample permit is being finalized between the City of Fort Worth and TRA. The title is "Permit to Construct, Operate and Maintain Sanitary Sewer Lines." The Contractor is responsible to obtain a permit copy from TRA or the Engineer after the award of the project. 7. The Contractor shall sign and submit the following attached document to TRA 10 dayf, after the awarded of bid: 1. Release and Indemnity For Work on Premises 2. Continuing Indemnity and Insurance Agreeromt 10/64/2004 09:36 FAX 8173362247 TRANSYSTEMS_FTW 16 028 ADDENDUM 7 — SAMPLE: PERMIT Tarrant County Water Supply Project 54-Inch and 30-Inch Raw Water Lines Northern Region No. 7002.620 Permit No. 0713 PERMIT" TO CONSTRUCT OPERATE AND MAINTAIN SANITARY SEWER LINES THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TA,RRANT § THAT the TRINITY RIVER AUTHORITY OF TEXAS (AUTHORITY), a conservation and reclamation district created by and functioning under Chapter 518, Acts of the 54th Legislature of the State of Texas, Regular Session, 1955, as amended pursuant to Article A I, Section 59 of the Texas Constitution, with its principal office at 5300 South Collins, Arlington, Tarrant County, Texas 76018; for and in consideration of TEN AND NO/100 COLLARS ($10.00) and other good and valuable consideration to AUTHORITY in hand paid by the CITY OF FORT WORTH, TEXAS (PERMITTEE), whose address is 1000 Thruckmorl. 'on, Fort Worth, Texas 76102, the receipt of which by AUTHORITY is hereby acknowledged, has given and does by these presents give PERMITTEE a permit subject to performance of the obligations herein to enter upon and to construct, operate, maintain, inspect, patrol, repair, replace and remove one 42-inch and one 60- inch parallel sanitary sewer pipelines (facilities) with all necessary appurtenances thereto, over, across, under and through that certain land located in Arlington, Texas. Said facRi:ies and land are described and depicted in Exhibits uA", "B", "C" and "D", attached hereto and made a part hereof. PERMITT-E agrees to convene a preconstruction meeting at least seventy-two (72) hours prio to PERMITTEE'S construction of said facilities. The preconstruction meeting small include, but shall not be limited to, the appropriate AUTHORITY personnel, PERMITTEE and PI.RMITTEE'S engineer and construction contractor. PERMITTI=E shall contact Sid McCain, Operation and Maintenance Supervisor, with AUTHORITY'S Tarrant County Water Supply Project at 817/267-4226 in order to schedule the meeting. PERMITTEE will -axercise extreme diligence while working in the area of AUTHORITY'S pipelines, facilities and easements (all referenced herein as "property'). In the event that AUTHORITY'S property becomes damaged, eroded, fractured or broken as a result of P1=RMITrEE'S activities and/or facilities, PERMITTEE shall coordinate expeditious repair with AUTHORITY immediately thereafter, at PERMITTEE'S sole cost. PERMITTEE shall cover AUTHORITY utilities and secure the construction site when PERMITTEE is not present on the premises. Before the commencement of construction, PERMITTEE shall submit to the AUTHORIIY a schedule and the procedure of installing proposed facilities near AUTHORIIY utilities. AUTHORITY shall have 14 days to approve and comment on the Permit No.0713 Page 1 10/04/2004 09:36 FAX 8173362247 TRANSYSTEiS,_FTW Z 029 submittal PERMITTEE shall field verify the vertical and horizontal alignment of AUTHORITY'S property prior to the start of construction. PERMITTEE shall ensure that AUTHORITY is provided with access to AUTHORITY'S existing manholE!s and pipelines at all times during PERMITTEES construction, operation and maintenance activities. PERMITTEES construction, operation and maintenance of the facilities shall conform to construction plans dated April 6, 2004, entitled Sanitary Sewer Main 244A Village Creek Parallel Collector, prepared by TranSystems Corporation; however, in the event that the above-referenced construction plans conflict with the State of Texas Health Rules and Regulations, then said rules and regulations shall be controlling. Any disturbance to the AUTHORITY'S pipeline bedding material shall be replaced by PERMITTEE with new material in accordance with the AUTHORITY'S "as-built' drawings, The AUTHORITY'S pipeline shall remain adequately supported at all times during PE RMITTEE'S construction activities. Adequate support shall be sufficient ' pipeline support during periods when the pipeline runs full. Any modilcations to PERM177-EE'S construction plans which contradict this Permit must be submittE:d to the AUTHORITY for review and written approval prior to PERMITT EE'S construction activities. Erosion within AUTHORITY'S Easement caused by PERMITI EE'S operations and facilities shall be repaired immediately by PERMITTEE at the sole expense of PERMITTEE, All of PEF:MITTEE'S trenching activities across AUTHORITY'S pipeline shall be supervised by an individual qualified and knowledgeable in the areas of soil analysis, trenching procedures and all federal, state and local trenching regulations. PERMITTEE shall require all contractors and/or subcontractors utilized by PERMITTEE to obtain, prior to the beginning of construction, insurance having general liability limits of at least $1,004,000 and, at the request of AUTHORITY, shall provide a Certificate of Insurance showing proof of said insurance. PERMITTEE further warrants that Ks contractors and/or subcontractors shall carry applicable worker's compensation coverage. PERMITTE=E agrees that all contractors and/or subcontractors utilized by PERMITTEE will execute Continuing Indemnity and Insurance Agreement and/or Release and Indemnity For Work on Premises documents prepared by AUTHORITY prior to commencement of their work or construction on the,property. PERMITTEE further agrees to provide AUTHORITY with the executed, original documents prior to contractor's or subcontractor's initiation of work on the property. PERMITTEE is responsible for all said contractors and/or subcontractors compliance Permit No, 071.1 Page 2 10/04/2004 09:36 FAX 8173362247 TRANSYSTEMS—FTIR X1030 with all obligations that pertain to them under the terms of this permit. AUTHORITY retains all rights granted in AUTHORITY'S existing easements, including, but not limited to, the right to perform inspection, maintenance and repair of AUTHORITY'S pipelines and/or facilities and the right to construct, operate and maintain future pipelines and/or facilities. PERMITf EE shall ensure that AUTHORITY is provided with access to AUTHORITY'S existing manhole and pipeline at all times during PERMITTEES construction, operation and mairtenance activities. AUTHOFJTY acknowledges that the consideration paid by PERMITTEE is full and final payment for all rights granted herein. PERMIT"-EE sh;311 clean up and remove all trash and debris, repair and replace fences and cepa r other damages caused by said construction, operation and maintenance. PERIVIM-EE agrees to obtain and maintain any and all permits and licenses from the State of l exas, the United States of America, or an agency or instrumentality thereof, or from another governmental authority necessary or proper for the performance of PERMITTEE hereunder. Furthermore, PERMITTEE agrees to comply with all laws, federal, sate and municipal, of every type and kind affecting the facilities, Upon completion of construction and installation of the facilities and subsequent initiation of operation and maintenance responsibilities, PERMITTEE will notify AUTHORITY of the date the installation was completed. If the facilities are not installed within two (2) years from the date hereof, this permit shall terminate and all rights-of PERMITTEE granted herein shall be null and void. Additionally, if PERMITTEE ceases to use the facilities for twelve ('12) consecutive months, then all rights of PERMITTEE hereunde-shall terminate and all rights of PERMITTEE granted herein shall be null and void. PERMITTEE•agraes that its facilities shall be installed and maintained free of defects. PERMITTEE will operate and maintain said facilities in a reasonable and prudent manner so as not:to cause or lest exist conditions which might pose an unreasonable risk of dariage or pollution to AUTHORITY or AUTHORITY'S property. Damage to, or a ;situation which might damage, the integrity of AUTHORITY'S existing pipeline and/or easement caused by PERMITTEES construction, operation and/or maintenance activities shall be immediately repaired or corrected at the sole expense of PERMITTI=E. PERMITTEE agrees to provide the AUTHORITY with two (2) sets of "As-Built" constructic n plan:; complete with plan, profile and detail sheets, within 60 days after the constructicn has been completed and accepted by PERMITTEE. PERMITTEE agrees that in the course of operation and maintenance of the facilities, if it becomes necessary to replace or relocate the facilities, AUTHORITY approval shall PorrnIf No.0715 Page 3 10/04/2004 09:36 FAX 8173362247 TRANSYSTEMS_FTIV Z031 be required prior to said replacement or relocation of the facilities. Subsequent permanent facilities and/or structures shall not be permitted within the AUTHOFI TY'S existing permanent easement boundaries without AUTHORITY'S prior written consent. PERMIT-EE shall not plant trees and/or shrubs within the AUTHORITY'S existing permane it easement areas without first obtaining written authorization from the AUTHORITY. PERMITTEE mety fully use and enjoy said premises, except that such use and enjoyment shall not hinder, conflict or interfere with the exercise of AUTHORITY'S rights. In the evE:nt that PERMITTEE'S construction, operation and/or maintenance plans conflict wth the rules and regulations of either the Texas Department of Health or the Texas Commissi:bn on Environmental Quality, then said rules and regulations shall be controlling. The right„ and privileges herein granted shall be binding upon and inure to the benefit of AUTHORITY,and PERMITTEE, respectively, and to their respective successors and assigns. °ERMITTEE shall nat assign its rights hereunder without obtaining the prior written consent of AUTHORITY to such assignments. It is mutually agreed by the parties to this Permit that insofar as the rights and work contempkited under this Permit are performed by a party to this Permit within the jurisdiction of another party to this Permit and to that extent only, the aforesaid parties hereby mutually;gree that each party will be responsible for its own negligent acts or omissions which cause damage to property(real or personal) or persons arising directly, or indirectly from the performance of the work and rights provided for under this Permit. This paragraph shall not be construed to waive a party's immunity under Texas law. This paragraph is for the sole benefit of the parties to this Permit, and shall not be construed as conferring rights or benefits, contractual or otherwise, upon other persons or entities. PERMITTI=E agrees that if in the AUTHORITY'S sole discretion, future repair, replacement andior maintenance of AUTHORITY'S facilities require the removal of PERMITT:-E'S facilities, that PERMITTEE shall be solely responsible for all costs related to the removal and replacement of PERMITTEE'S facilities. It is agreed that this permit shall be filed of record in the Deed Records of Tarrant County, TE+xas, and shall represent a covenant running with the land. This permit shall be construed under and in accordance with the laws of the State of Texas, and all obligations of the parties created hereunder are performable in Tan-ant County, TExas. In the event that legal proceedings are brought to enforce this permit, or for breach of this permit, the same shall be brought in Tarrant County, Texas. Permi[No.0793 Page 4 10/04/2004 09:37 FAX 8173362247 TRANSYSTEMS—FTW 0032 It is expressly understood that all rights, conveyances or covenants are herein written, and no vE!rbal agreements shall be binding or recognized or in any way modify this instrument. It is further understood and agreed that this permit is offered and accepted without covenants orwarrantiES by AUTHORITY, either express or implied, including warranty of title. AC CEPTED, APPROVED AND EXECUTED IN DUPLICATE ORIGINAL this day of_ , 2004. CITY OF FORT WORTH, TEXAS TRINITY RIVER AUTHORITY OF TEXAS BY: BY: DANNY F. VANCE, General Manager TITLE: THE STA'rE OF TEXAS § COUNTY OF TARRANT § Before ms, the undersigned authority, on this day personally appeared (Name and Title) of the CITE OF FORT WORTH, TEXAS, 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 purposes-and consideration therein expressed, in the capacity stated therein and as the act and deed of said city. Giv,:n under my hand and seal of office on this day of 2004. Notary Public, State of Texas { Permit No.071: Page 5 10/04;2004 09:37 FAX 8173362247 TRANSYSTEMS-'TW Z033 THE STATE OF TEXAS g COUNT)'OF TARRANT § Bofore me, the undersigned authority, on this day personally appeared DANNY 1=e VANCE, General Manager, TRINITY RIVER AUTHORITY OF TEXAS, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and as the act and deed of said agency. Given under my hand and seal of office on this day of 2004. Notary Public, State of Texas 1 . i i 1 i 3 Permit No.071: Page 6 10/04/2004 09:37 FAX 8173362247 TRANSYSTEMS-'TW 0 034 Page 1 of 4 EXHIBIT "A" PERMIT REQ UES T FORM 4 TRINRY RIVER AUTHORITY OF TEXAS NORTHERN REGION PROJECTS FOR TRA USE ONLY: NORTHERN REGION NUMBER: PERMIT TO CONI-:�;TRUCT, OPERATE AND MAINTAIN NUMBER: PERMIT TO CONc-iTRUCT NUMBER: PERMIT TO OPEFFATE AND MAINTAIN NUMBER. I. LICEN:iEE INFORMATION A. ISSUE PERMIT FOR (CHECK ONE) E] (1) CONSTRUCTION TO: ® (42), CONSTRUCTION, OPERATION AND MAINTENANCE TO: I City of Fort Woth —De artment of En ineedn NAME 1000 Throckmorton STREET Fort Wirth TX 76102 CITY STATE ZIP CODE TELEPHONE ("'ONTACT: _Go al Sahu P.E. 817/392-7949 NAME AND TELEPHONE NUMBER B. ISSUE PERMIT FOR OPERA'T'ION AND MAINTENANCE TO: (ONLY IF ITEM 1 IS CHECKED ABOVE) Ci of Fort Worth - Department of Engineering NAME 1000 Throckmorton STREET Fort Worth , 'Texas 76102 CITY STATE ZIP CODE I TELEPHONE CONTACT: Go ap I Sahu, P.E. 817/392-7949 NAME AND TELEPHONE NUMBER C. AUTHCRIZED ENGINEERING OR ARCHITECTURAL FIRM: TranS stems Corporation Consultants -= FIRM NAME Kent Lunski 817/339-8950 817/336-2247 CONTACT NAME TELEPHONE NUMBER FAX NUMBER 600 Wost 7�' Street, Suite 600 STREET Fort Worth TX 76102 - CITY STATE ZIP CODE 10/04/2004 09:37 FAX 8173362247 TRANSYSTEMS-FTW Page 2 of 4 PERMIT REQUEST FORM Trinity River Authority of Texas Northern Region Projects d D. LICENSEE'S PROJECT NAME: Sanitary Sewer Main 244A Village Creek Parallel — Contact 1 I SUBMITTED BY: Kent Lunski P.E. - TranSvstems Corporation Consultants DATE: 04/28/2004 TELEPHONE NUMBER: 817/339-8950 RETURN TO: Kent Lunskl P.E. - TranSvstems Corporation Consultants DATE OF PI-ANS: 04/06/2004 PROPOSED PROJECT START DATE: 04/2004 II. LOCA17 ION OF PROPOSED PROJECT NOTE: DETAILS CONCERNING TRA PIPELINES ARE AVAILABLE FROM THE INDIVIDUAL. TRA PROJECT BU SHOULD BE FIELD VERIFIED PRIOR TO SUBMITTAL. PROJECT: (CHECK ONE) ❑ Central RegionalWastewater System - CRWS ❑ Ten Mile Creek Regional Wastewater System - TMCRWS i ® Tarrant County Water Supply Project - TCWSP ❑ Red Oak Creek Regional Wastewater System - ROCRWS ❑ Denton Creek Regional Wastewater'System - DCRWS TRA PIPELIiVE: 54" (Job* 7-535) and 30" (Job #7-502) raw water line III. PROPOSED 1MODIFICATION A. UTILITY CROSSING: _i SIZE IN.' TYPE CLEARANCE (FT.)' TRA FACILITY2 TRA STATION #3 42" and 60" RCF', RCCP, %Sewer 5' below 54" Water Approx 265+35 or FRP Transmission 42" and 60" RCP, RCCP, Sewer 16' below 30" Water Approx 263+50 I or FRP Transmission 42-(3) RCP, RCCP, Sewer 1' below 54" Water Approx. 238+75 or FRP Transmission - 42"(3) RCF', RCCP, newer T below 30-' Water Approx 238+75 or FRP Transmission 10/04,12004 09:37 FAX 8173362247 TRANSYSTEMS-FTIV 0036 Page 3 of 4 PERMIT REQUEST FORM Trinity River Authority of Texas [Northern Region Projects B. PAVEMENTS: STREET NAME, DRIVEWAY, CLEARANCE TRA FACILITY' TRA STATION #3 SIDEWALK, TRAIL, PATH, (F?.)' ETC. i — N/A C. FILL: I MAXIMUM AMOUNT FINAL ELEV. (FT) TRA FACILITY' TRA STATION # l GF FILL (FT.) (MEAN SEA LEVEL)' 6 N/A i D, EXCAVATION: MAXIMUM AMOUNT FINAL ELEV. (FT) TRA FACILITY2 TRA STATION #3 OF FILL (FT.) (MEAN SEA LEVEL)' N/A l i E. MANHOLI= ADJUSTMENT: i f HEIGHT ADJUSTED (FT.) FINAL ELEV. (FT) TRA FACILITY' TRA STATION#3 MEAN SEA LEVEL ' I ' N/A f n F. MISCELLANEOUS: R 10/04/2004 09:37 FAX 8173362247 TRANSYSTEMS-•TW 01037 I - � -iE ' PERMIT REQUEST FORM Page ¢of Trinity nivel-Authority of Texas Northern Region Projects o I-fEIGHT'ADJUSTED (FT.) FINAL ELEV, (FT) TRa FgC)LITY2 7"Rq STATIOty tE E:AN SEA LEVEL ' ' 6.1 L14- F. MIS CELI-ANEO US: TRA FACILPTYz TRA STA710 IV. .NTTACHMENTS PLANS AND PROFILES LOCATION JAAPS NOTE_- PLF,�SE SEE ATTACHED GmENERAL INrDRIATION' Si-icc•T FOR TRA PROJECT ADDRESSES FOR SUBMITTAL OF COMPLETED I;ORM_ TRA USE ONLY PROJECT FILE NUMBER -'J4� , REVIE-WED BY PROJECT STAFF� , DATE OFNE:VIEW ����, APPROVED BY DATE OF APPROVAL ns number of feet between the proppsed modincation and TRA'S facility, The clearance should inddcate if the i ediflca tions are;to be above, below or next to TRA's facHity. Pertalns to wastewater interceptors,water pipelines, motet stations, lift stations, etc. TRA facility plans maybe Obtained from h,- appropriate Pro)ecL TRA sUtlon numbers can be obtained from the appropriate Project as-built constn.tcfion plans and must be Included on the Permit Request Farm. Revised,,une D,2000 10/04/2004 09:37 FAX 8173362247 TRANSYSTEMS-'TIV 16038 rig � �: � �2 �ii2 a�� S���a a L'�:r' ''i •j l i 'ilii o,��,,d � z 11 ;� � b t_..7 76 •� r_�' a"; -) ' ' I:o p"wr� - ,dr • I - v • a � Y C E3 a%S TT� ey b Fii 1; ;' �,'' .-� `qq�s � ��:� - ��S[�6Y zi5 P:-g II •a ' '��a or�,, -��K e �. rz A0 i' g W r% 3�� 71.:iB1F 1:NE$S)''•5 \00 FF �.. y,t:. "' T ���-'•-. - =�� � '•� 'rT , , 131.Yi7.f y_ � Q f 1�pS0t\ .\ :�\\ +" � ;` �,•� f/`" .�''.-.='� T r, _ f_ I•.� ! I.r i ;,1.• i s,i� - i, , i—j= I r•i i-�- T'r ! ` � r ca°" � ,,,i �•`�:\lr-\'� 1 �_%'�' �,"- ' ' � -�•-�1- -i 11�• ,•.'•r.I •I•!.. 1�I- 'I�,' 'l Y�a� �^ �,�� \•.i;� _-.\`} , ,•� f=�•�'�- �� , mr -rp 7' lfcn� -,3� "„moi �`• ,r�4-' �' � ; ,r" g ..r/ I': .,�,�'•. �---(�:ir- r.� ,,a�� •�1oN-••tL.o� r t �o i5� '�° 'i I; lig•. F' O� \\') ��� i r�l�.i I I�a�p r _ r as o- ! �-! ., �'r '� ( •� '• �,` 0.0 \f4 ('�r \;.//��`� .Y�' Win•' , ��� , L ,^ o-Ln \\1 -�Ir r�'�•`I�'l J f)W C!' r' 'i'Il !'?'`•r S:i r I fl'i:Tv '„' iia 3r.^.� 43a 1 �' .i �+�, �` _•\\1 1-�. f -r-'�;, .1. 'T ! 1 .I I i.l. .I tr,i, �I'^t'•°� '+ +rp oK�.”^:,.;; I � 7�•r, .F- � r L,i �TI •-r _j1 t: j.r�'• �.• i ,�•=1� ''I r'1 )��•j • ?�e��;- I - __,,JJ�p�r 1 ° ..S � °_ �, 6 d •. _�r �'j" r r i'��;1 i,,: 4) a-_ 1�'. ,• ,r tI 1' i i 7lTc•rf.., i i ; j., 1 ,.!• _p• A.' t i� i: �, ,•�1 t%�7...r, q' 'i r ' � � I '! T ' i )r-j-I•I-� c� E c cr-�- I•. q \I,r �ty� /,�iY -� t i rj•, i ! r :i� i1 1.(.Ci .,'. gni 'r r.., ; i.11•t � ,Y `i 'i�', .r: r ,`t '�" � �1; ;-;- W, \I`��80- •r�l�rr �1 ' ! '}r i r I� i •, {..R I ., h i,}m« ••l', .'•.; i i ( �r \, ,\ti,' it -'1�F-'--1 ' :-: .:. Y r I -r•-jj1--r-1- ITT 14 t •,t. �,•J ' �"'�>� ; � � e \\�`\l�, '�`; •�� �i'I i' F' r �f;I't" '7I' •I i r .j ' I:r .r'•�oo I'l ��� •,� ti t! � \ I f �' 2V \ `�� � 1 �, � I ;.1 _ rl•-l.i i i i �I {TTY, � , ' i r N I �¢avr `•�<:I '• sl ' I i I'',' U! ' 1 ! ! ) I r ita: ` r 3 1. •,0' , ,�C! •r,.. i � y ;.;'. �, -f�-f-(-' =- -! .T"' -; L. ��,t P 1 l ,' .,i ��%.r• ''j �'• '�'1 "� '. -j ��1 I f r j '�i I:: >t ,,.Alurlui o ui �r�,? ,Py •,i;� � �s � 'I i• •i- - :;1, jwa:�.J. I I r.,' •r',._ J+ p ° ) i�>—�c�[ -ro. �c ' ,,'P• ! r , II °$ rb�i �a !' i ar /l :1.I i T:r a - .r I.. L! 'r . A i rr � J •?tj `\\: •, � '', e" �3-xLy /(�S}' (J`' ' u'� '! 17� - 1 i - ( I I I 1 r'I _ r= t I_ i I � ' 1 1 -•S.�r�' \ �,� I,rla� r� ��t r' � ° � •I •I I t I j: . � d1\� � a \ / �:�f� r� ��c O' t •Ir-•I-�'t' -I ••, � 1.. I r i Ill- ) )1 t L �r' /'r r ��-I I t•+•' 1 ij ) ( I._j?�.r ; S. 00.OL'Y1S 3NJI HOLY)Y 10/04/2004 09:38 FAX 8173362247 TRANSYSTEMS_FTW 0 039 a Miff 4 _ iTo 9 n r7 3 2a e S �S �= a3 t i •`o '> � '� I S,Z S _ P .1 zt 35 r .�6.: 'rF � a Eiyx3:: ■-Fal zap `��!� AW -i =�- I I _ •a u d ° LL y; ww vl�yla n '-r rr¢p 4 `� � u i I,. t l ,I. �I• I ( i 9 Ina- 'C� rt 5",;,,'� -, $ X .�V �V pYo� I �gs4.L !�6 $ 1JH131 0� i'. I• "' „ i r� ��'•1 I lo�l:�a�.. e!'oP. iV c7.;i � � �r'I 7• �.> ,I w, 1 :. T Cim �� •F..'W i C ' _- -ice CC(0•� _�• •..V'(i�O L ( tl /' \`` e I _ _ •� w 'f,fes _'� rn _ u ��} (_ u'� moi-4 pax _ 4 d_ I'!•i .. "'. ry 1 `� � � I ��:� 5 n per' - :-d.?, r :.�'• `?i.T /J 'I {'(1�, �� a� Y'-''� rT m- �� •3�w�'- :� x �_ � `i�_ LnZ �i) '/ � TI I I i I I FT 1vt OK / / :,Y _ •i ! r 1 �I.J j' !1' ( ; •�( I mai .� f j / , - JI � ��� f j I l ii/ � i :�' '�� ' tf �--��j !,�;� 'I •'i�� r l�l � I-j � ; 1•tj i �• o.i � '.; a- ! � � Gi °�t;�'§� ' 'tet � �, 'i SP� I�1 I'1 1 ' .I ! 1 , �`.i I a' • iITT r- I I 1 I? i`C� `� '�.✓ 'i'o I•�• } "' Gi ' I '�, •dd' i I I '+ mW M O (.f c `1 ` 1 ' 'lr.l I I + � I I�• ' cd fI I I q rn 0� �g j I ; ISTl I �� ',�•r_.'�' J t ag m I; I ..; t } .�.. I I.I I,�.I,{ r—_ f u'm =' C-7 r avWi t i I I�i .Jy V `c- r F—i v -� k r :o •f• f'- Rr IF r. �� yS)U ' �a, 51' I�+I- -ry -._.i J cv I i,��•,�. I,��rl' 6 f I•V,•Vf-+..�_ .uL.a .r; ;ti,. 77-1 fS v � � •, ..a i:, s,. 'i � la'I'I •i � 5"i.ss jL r ! �/ I trl ce I I L'(a {.� �I[ •g. � -1 �` � , j !t �I•II,! f•� ; ,! ; R .,o 1 ! 001, �� rt• ' I I I II,'''' `1 :� • �r• 1��•i ' '�.US. I,.; , fl , 1�•. � � ' 1 y V•:1 9Y1 OM I I '[l J `' _J �-*—~ rI_ 15 3NIJ N:)1VW s •i , %•! ;- 00-fib 1+15 3 1I ttJL ry i ! I e;•' • EXH1131T liCit - yT ,-1T• =- T g� 9 W 0►,N, R� cyi d e-a :rA W-ft • 1. A • �_ OQ•�p0 QoO�o qp�a pi►ooawl OEM MpmloddA � O prfyp0 ' ad q'�' 9 a od b �'Ov 4�Q4 OMA i' to .r J 4 10/04,12004 09:38 FAX 8173362247 TRANSYSTEiS—FTII' Z041 RELEASE AND INDEMNITY FOR WORK ON PREMISES KNOW ALL MEN BY THESE PRESENTS that each of the undersigned in considerrltion of receiving permission from the TRINITY RIVER AUTHORITY OF TEXAS, Avith its principal office: at 5300 South Collins Street, Arlington, Tarrant County, Texas 76018 ("AUTHORITY") to enter onto AUTHORITY premise, specifically (Name of Project and Specific Area of Project) the receipt of such permission being hereby acknowledged, each of the undersigned hereby releases the AUTHORITY, its directors, officers, agents, servants, and employeEis of and from any and all liability, claims, demands, actions, and causes of action whatsoever, arising out of or related to any loss, damage or injury, including death, that may be sustained by any or each of the undersigned, or any property of any or each of the undersigned, while in, on, or upon these premises, or any premises owned by, sanctioned by, or under the control or supervision of the AUTHORITY, or en route to or from these premises, or any other premises leased to or under control of the AUTHORITY. Each of the undersigned being duly aware of the risks and hazards inherent upon entering Upon said premises and/or diving upon said premises, hereby elects voluntarily to enter upon said premises, aware of the dangers in association with the present condition and knowing that said condition may become more hazardous and dangerous during thE:time that each of thE� undersigned, as well as others, enters upon the premises. Each of the undersigned hereby voluntarily assumes all risks of loss, damage, or injunt, including death, that may be sustained by any or each of the undersigned, or any property of any or each of the undersigned while in, on, or upon said premises. Fuithermore, each of the undersigned in consideration of receiving said permissio i, agreas to release, indemnify and forever hold harmless the AUTHORITY, its directo-s, officers, agents, and employees against loss from any and all claims, demands or actions in law or in equity that may hereafter at any time be made or brought b!i anyone, including the undersigned, for the purpose of enforcing claims for damages or personal injuries in consequence of the undersigned being on said premises. THIS I,RELEASE AND INDEMNITY SHALL APPLY EVEN THOUGH THE LOSS OF OR DAMAGE TO PROPERTY OR THE INJURY TO OR SICKNESS OR DEATH OF A PERSON IS CAUSED BY ARISES OUT OF OR IS RELATED TO DIRECTLY OR WDIRECTLY, ANY DEFECT IN OR THE CONDITION OF AUTHORITY'S PREMISES OR TO ANY DEFECT IN OR THE CONDITION OF ANY FACILITIES, EQUIPMENT TOOLS OR OTHER ITEMS WHICH MAY BE PROVIDED BY AUTHORITY, WHETHER OR NOT SUCH DEFECT OR CONDITION WAS KNOWN E;Y AUTHORITY. THIS RELEASE AND INDEMNITY SHALL APPLY REGARDLESS OF WHETHER OR NOT ANY SUCH DAMAGE TO OR LOSS OF ANY PROPERLY OR ANY SUCH INJURY TO OR SICKNESS OR DEATH OF ANY PERSON IS CAUSED BY THE CONTRIBUTING OR CONCURRENT NEGLIGENCE OR FAUL7 OF AUTHORITY, ITS EMPLOYEES OFFICERS DIRECTORS OR AGENTS AND ALSO EVEN THOUGH AUTHORITY IS STRICTLY LIABLE FOR ANY RELEASE AND INDEMNI i'Y FOR WORK ON PREMISES Pagel 10/04:2004 09:38 FAX 8173362247 TRANSYSTEMS_F"TW Z042 SUCH INJURY, >>ICKNESS, DEATH OR DAMAGE, UNDER THE PROVISIONS OF THIS RELEASE AND INDEMNITY, THE UNDERSIGNED IS AGREEING TO INDEMNIF=Y AUTHORITY, ITS EMPLOYEES, OFFICERS, DIRECTORS AND AGENTS FROM THEIR OWN NEGLIGENCE OR FAULT. In witness whereof, each of the undersigned has hereunto set his hand this day of_ , 2003. SIGNATURE: WITNESSED: By: Name Printed:_ By: Name Printed: By: Name Printed: By: Name Prir ted: By: Name Pdrted: RELEASE AND NDEMNITY FOR WORK ON PREMUSQ5 Page 2 10/04/2004 09:89 FAX 8173362247 TRANSYSTEMS_FTIV Z043 CONTINUING INDEMNITY AND INSURANCE AGREEMENT TH S Continuing Indemnity and Insurance Agreement is made and entered into as of the clay of 2004, by and between the TRINITY RIVER AUTHORITY OF TEXAS, with its principal office at 5300 South Collins Street, Arlington, Tarrant; County, Texas 76018 (hereinafter"AUTHORITY') and (Name of Company) with its principal office at (hereinafter (Company Addhoss) "CONTRACTOR"). WHEREM31, CONTRACTOR agrees to peftrm the following duties: at the AUTHORITY'S facility located at• on the dates 2004 through , 2004. I. _CONTINUING INDEMNITY AGREEMENT APPLIES EVEN WHEN TRINITY RIVER AUTHORITY OF TEXAS OR OTHERS ARE NEGLIGENT OR STRICTLY LIABLE AND DESPITE CONDITIONS AND DEFECTS. CONTRACTOR hereby agrees to Indemnify, defend and hold harmless the AUTHORI"Y, its officers, employees, directors and agents, from and against all claims, causes of-action, losses, damages, suits, liability, costs and expenses, including expenses of litigation, such as court costs and AUTHORITY's attorneys fees (a.) for loss of or damage to any property and for injuries to or sickness or death to any person(s), ncluding but not limited to employees of the AUTHORITY, caused by, arising out of, or which'is related, directly or indirectly, to any work of or services performed from time to time by CONTRACTOR and (b.) for damage to any property of, or for injuries to or sickness or death of any of CONTRACTOR's employees or invitees or of any of its subcontractors or any employees or invitees of any of them, from any cause, which damage, injury, sickness or death occurs from time to time on or in the vicinity of AUTHORITY's premises. THIS INDEMNITY SHALL APPLY EVEN THOUGH THE LOSS OF OR DAMAGE TO PROPERTY OF THE INJURY TO OR SICKNESS OR DEATH OF A PERSON IS CAUSED BY.-ARISES OUT OF OR IS RELATED, DIRECTLY OR INDIRECTLY TO ANY DEFECT IN OR THE CONDITION OF AUTHORITY'S PREMISES OR 'TO ANY DEFECT IN OR THE CONDITION OF ANY FACILITIEa, EQUIPMENT, TOOLS OR OTHER ITEMS WHICH MAY BE PROVIDED BY AUTHORITY, INHETHER OR NOT SUCH DEFECT OR CONDITION WAS KNOWN B`(AUTHORITY. THI �) INDEMNITY SHALL APPLY REGARDLESS OF WHETHER OR NOT ANY SUCH DAMAGE TO OR LOSS OF ANY PROPERTY OR ANY SUCH INJURY TO OR SICKNESS OR DEATH OF ANY PERSON IS CAUSED CONTINUING INDEMNITY W INSURANCE AUNT Page 1 10/04.2004 09:39 FAX 8173362247 TRANSYSTEMS-'TIV 2044 BY THE C ONTRIIBUTING OR CONCURRENT NEGLIGENCE OR FAULT OF AUTHORITY, IT;; EMPLOYEES, OFFICERS, DIRECTORS OR AGENTS AND ALSO EVEN THOUGH AUTHORITY IS STRICTLY LIABLE FOR ANY SUCH INJURY, SICKNES3, DE ,TH OR DAMAGE, UNDER THE PROVISIONS OF THIS INDEMNITY, CONTRACTOR IS AGREEING TO INDEMNIFY AUTHORITY, ITS EMPLOYEES, OFFICER,, DIRECTORS AND AGENTS FROM THEIR OWN NEGLIGENCE OR FAULT. II. CONTINUING INSURANCE AGREEMENT During each such time a:; CONTRACTOR performs work or services for AUTHORITY, it is hereby agreed that CONTRACTOR shall carry and maintain, and have full force and effect (i) comprehensive general public liability insurance, providing occurrence; coverage (i.e., not claims-made coverage), endorsed to include broad form contractual liability insurance coverage and to name AUTHORITY, its officers and directors, as additional insureds thereunder, (ii) liability insurance as to motor vehicles, endorsed to name': AUTHORITY, f s officers and directors, as additional insureds thereunder and (iii) Workers' Compensation Insurance with limits of not less than $500,000. All such insurance policies shall be with insurance companies authorized to transact bLisiness in the State of Texas (i.e. an admitted company). Such public liability insurance Shall have a combined single limit of not less than $1,000,000 per occurrence for bodily injury arid property damage. The amount of such liability coverage as to motor vehicles shall be $1,000,000 for one injury and $1,000,000 per occurrence for bodily injury and property damage. The amount of such liability coverage as to motor vehicles shall be;''1,000,000 for one injury and $1,000,000 for all injuries in any one accident, and $1,000,000 for property damage applying to any one loss. All policies shall be endorsed to waive any frights of subrogation the insurance company may acquire, acainst AUTHORITY, its officers, directors and employees, by reason of the payment of any claim. In no event shall the procurement and maintenance of the insurance coverage provided for herein modify, reduce, limit or otherwise restrict CONTRACTOR's indemnice.tion obligations provided for above. CONTRACTOR shall furnish to AUTHORITY a certificate if insurance signed by a duly authDrized agent of the company issuing such insurance coverages, detailing the coverages, limits and expiration thereof, and specifying that the same shall not be canceled or materially changed until after 10 days notice in writing has been given to AUTHORI7Y by such insurance company. The certificate with respect to such general public liability insurance policy shall also certify that such policy has a "Separation of Insureds" provision in the form that shall be attached to such certificate. CONTINUING IN?moi v1 rTM gNp INSURANCE AGREEW:NL l��Pa ': "� H, G.; 10/04,12004 09:39 FAX 8173362247 TRANSYSTEMS—FTW Z045 The provisions of the above insurance agreement are solely for the benefit of AUTHORITY and CONTRACTOR. Accordingly, third parties shall have no rights under or by reason of the provisions of this continuing insurance agreement. TRINITY RIVER AUTHORITY OF TEXAS By: By: Tffle: Title: CONTINUING INDEMNITY ANP JR-SQRA19QE-e4-,GREEMENT Paae 3 10/04/2004 09:39 FAX 8173362247 TRANSYSTEMS—FTW 16046 THE STATE OF TEXAS COUNTY OF Before me, the undersigned authority, on this day personally appeared (Name and T/fla) of (Name of Company) known to i-ne to be the person whose name is subscribed to the foregoing instrument, and acknc-wledged to me that he/she executed the same for the purposes and considera'Jon therein expressed, in the capacity there stated and as the act and deed of said Giv' en under my hand and seal of office on this day of 2004. NOTARY PUBLIC, State of Texas THE STA--E OF'TEXAS COUNTY OF TARRANT Before me, the undersigned authority, on this day personally appeared (Name and'Me) of the Trinity River Authority of'Texas, known tome to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same 16r*the purposes and consideration therein expressed, in the capacity there stated and as the act and deed of said agency. Given under my hand and seal of office on this day of 2004. NOTARY PUBLIC, State of Texas CONTINUING INDEMNI7'AND INSURANCE AGREEMENT Page 4 0.6/30/2004 13: 49 FAX 8173362247 TRANSYSTEMS—FTIV C�UO2 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 6 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A Village Creek Parallel Collector— Contract I D.O.E. NO. 3295, P170-070170410020 BID RECEIPT DATE: Postponed to Further Notice. ISSUED: June 30, 2004 Prospective bidders are hereby notified of the following: 1. The bid opening and receipt of bids are hereby postponed to further notice. 2. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. This Addendum No. 6 forms a part of the Contract Documents referenced above and modifies the Original Contract :Documents and Plans, Addendum No.l, Addendum No.2, Addendum No.3 Addendum No.4 and Addendum No.5. Acknowledge receipt of this Addendum in the space provide below, in the proposal (page B1-11) and acknowledge receipt on the outer envelope of your bid. Failure to ackzlowledge receipt of this Addendum could subject the bidder to disqualification. The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the proposal (page BI-1.1) and acknowledge receipt on the outer envelope of your bid. Failure to return a sided copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: A. D Radezx>aker, P.E., Director By: -,ZBy: Rick Trice, P.E., Manager Engineering Services Addendum No. 6 1 of 1 C:Tocumen[s and Seaings\Ffu 1 J oeal Settings\Temporary In[emeL Pl1e!00LIC35\Addendum 6.doe -)6,'S012004 13: 49 FAX 8173362247 TRANSYSTEMS—FTil' lei 001 01x C Q N S U L T A N T 5 3010 LBJ Freeway, Sulte 1200 DALLAS, TEXAS 75234 DATE: June 3G, 2004 JOB NO. TO. To Whc it may Concern PHONE: FAX: FROM: Kent LLnski, P.E. PHONE: (817) 339-8950 ext 242 FAX: (817) 336-2247 RE: D.O.E. 3295 —Addendum 6 CC: Number of pages including cover sheet:2 Message: Attached is Addendum 6. Read, sign, provide company name and acknowledge receipt when submitting your proposal. The information contained in this facsimile is privilegL-d and confidential -intended-only for use by the individual named above. if the reader of this message is not the intended recipient, or the employee or agent responsible to deliver It to the intended recipient, you s!•e hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. If you have received this communication inp error, please notify us immediately by telephone and destroy this facsimile. ly AMMENO 6 0632004,C-OC - i Jl'i I(:/15/2004 09:58 FAX 8173362247 TRANSYSTEMS—FTIV Z1001 i T�/v$y�TEJVI�S •, G�Pozarro�v�,� 3:. - pi Q N 5 V L T 3010 LBJ Freeway, Suite 1200 • DALLAS, TEXAS 75234 =l DATE: October 15, 2004 JOB NO. 2000188400 To: ro Who it may Concern PHONE: FAX: FROM: Kent Lunski, P.E. PHONE: (8 17) 339-8950 ext 242 FAX: (817) 336-2247 RE: D.O.E. .3295 —Addendum 8 — City of t=ort Worth M-244A Parallel Collector CC: Number of page; including cover sheet: 29 Messa ge: Attached is,Addendum 8. Read, sign, provide company name and acknowledge receipt when submitting your proposal. The lnformation contained in this facsimile is privileged and confidential, intended only for use by the individual named above. If the reader of this message is not the intended recipierni, or the employee or agent responsible to deliver it to the intended recipient, you are hereby notified that any dissemination, distribution or copying of this communication is strictly prohibited. if you have received this communication in error, please notify us immediately by telephone and destroy this facsimile, AMMEND 5 10152004 DOC 10/15/2004 09:58 FAI 8170362247 TRANSYSTEMS_YVV 10 002 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO, 8 TO TITE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary IQ..ewer Main 2441A Village Creek Parallel Collector—Contract 1 D.O.E. NO. 3295, P170-070170410020 BID RECEIPT DATE: 1;30 PM, October 21, 2004 ISSUED: October 14, 2004 This Addendun No. &, forms a part of the Contract Documents referenced above and modifies the / Original Contact Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in,the proposal (page B1-11) and acknowledge receipt on the outer envelope of your- bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Plans, Specification and Contract Documents for Sanitary Sewer Main 244A Village Creek Parallel Collector- Contact 1, are hereby revised by Addendum No. 8 as follows: 1. Addendum 4, Item 3 issued June 10, 2004 regarding Part A — Notice to Bidders - Special Imstru-.tion to Bidders (Water Department) - I)elete Special Instruction to Bidders (Water Department) and replace with the attached Special Instruction to Bidders (Water Department) revised 10/14/04. These pages (4) are revised due to a Texas Water Development Board (TWDB) funding requirement for the Contractor to submit Minority and Women Business Enterprises documents at the time of bid. 2. Part.k—Notice to Bidders -- City of Port Worth Minority and Women Business Enterprises Policy - The forms require in thesection above (Subcontractors/Suppliers Utilization Form, the Good Faith Effort Forms, Prime Contractor Waiver Form and/or Joint Venture Form C Docuamentatiorn as appropriate) must be received along with and at the same time a s the bids. Disregard/delete references in these documents regarding other submittals dates. 3. Part B—Pro1.nosal - Delete Part B and replaced with attached Part B (revised 10/14/04).Note that the atility pole p;iy item was elinv.nated from the Proposal. 4. Addendum'1 issued September 30,2004, Part DA—Additional Special Conditions - Delete DA-132 Supplemental Pipe Testing and replace with the attached DA-132 (revis(:d 10/14/04). Note that the Contractor is required to submit testing data at time of bid per DA-132 Supplemental Pipe Testing (revised 10/14/04) Section B. Submittals, 4. Sinop Drawings, Product Data, and samples, c. Testing Results, Item ).. AddcndumNo.(; 1 of 2 G:9GPA19V�5pa4udL,9.Q M41 11Jna1Wdmd Ildm 10/15✓2004 09:58 FAX 8173362247 TRANSYSTEMS-'TW 0 003 All other provisions of the addendurrgs, plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contracti)r shall aclmowledge receipt of this Addendum in the space provide below, in the proposal (pag,B1-11') and acknowledge receipt on the outer envelope of your bid. Failure to retLm a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. .i signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: 4Do Rademaker,P.E.,Director By P.L.,Manager Engineering Services - 1 f I I Addendum Nc.S 2 of 2 C1Derimoi�na3da��aLusLLoeal SNimplTmipauy lcta¢n l�ia•,OLR7TMJJev,l AJm 10/15/2004 09:58 FAX 8/73362247 TRANSYSTEMS—F.TW -- _ IM 004, SPECIAL NSTRUCTION TO BIDDERS ()ATATER DEPARTMENT) Revised 10/14/04 For Sanitary Sewer Main 244-A'Village Creek Parallel Collector 1 PRE(�UAL1F'[CATYON REOL)TF:EMENT: All contractors submitting bids are required to be pr.qualifiod 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 theaccJ following documentation: a Current financial statement, ents the Dee experience may deem an acceptable. equipment sckiedule and any other d P 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 penmit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This stater-Lent 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. - i (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 expe;zellce and/or expertise. (f) Any proposals submitted by anon-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (g) The(2:ity will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of G:\200\01894\specs\Pddn 8-Contract 1\final\siH.doc } -1- 3 10/15'/2bb4 09:59 FAX 8173362247 TRANSYSTEMI IV the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. BID-SECURITY: A cashier's check- or acceptable bidder's bond payable to the City of 2. i Fort"Worth in an amount of not less than five percent(5 %) of the largest possible tot o the bii submitted must accompany the bid, and is subject to forfeiture in the event the succe;.sful bidder fails to execute the Contract Documents within (10) days after the contra ct has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limitof of of . The surety thebond shall notst be exceedctto do lieeamount basin,;ss in the State of Texas. Thamount shovcni on the Treasury list or one-tenth(1/10)the total capital and surplus. i 3. BON2S: A performance bond, a payment. bond and a maintenance bond each for one hundi ed (100%)percent of the contract price will be required,Reference C 3-3.7. ' 4. WACE RATES: Not less than the prevailing wage rates established by the City of Fort Worts,Texas and as set forth in the contract documents must be paid on this project. 5 A IGt7IT�r: 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 tho City or to reject the Proposal. 6. BIDI ER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonr(;sidenfs bid is lower than the lowest bid submitted by a responsible Texas resident biddor by the same amount that a Texas resident bidder would be required to underbid a nonn.sident bidder to obtain a comparable contract in the State in which the nonresident's principal plate of business is located. 'Nonresident bidder'means a bidder whose principal place of business is not in the State of l Texas, but excludes a contractor whose ultimate parent company or majority owner has its p»cipal place of business in the State of Texas. This provisi)n does not apply if this contract involves Federal funds. The appropriate blaaks of the Proposal must be filled out by all nonresident bidders in order for failure of a nonresident contractor to do so will the laid to meet specifications. The automatically disqualify that bidder. 8_ LA 2MENT- If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five(45) calendar days after completion and acceptance by the City. G:\200\01884\Sp9c8\Addn 8-Contract 1\fina1\SIH.d0c -2- 1 10/15/2004 09:59 FAX8173362247TRANSYS7E1S FT1Y 9. AGE: in accordance with the policy ("Policy's of the Executive Branch of the Federal Government, Contractor covenants that neither it, nor any of its officers, members, agents, employees, program participants or subcontractors while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their employment, discrivninate ;against persons because of their age except on the basis of a bona fide occupational qualification,retirement plan, or statutory requirement. Contractor farther covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on thein behalf, shall specify, in solici rations or advertisements for employees to work on this contract, a maximum age limit for sucb employment unless the specified maximum age Limit is based upon a bona _ fide occupational qualification, retirement plan or statutory requirements. - - IContractor warrants mit will fully comply with the policy and will defend, indemnify and hold City harri.ess against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy conc(ming are discrimination in the performance of this agreement. I10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 19 90 ('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 -I general public, nor in the availability, terms and/or conditions of employment for appli--ants for employment with or employees of Contractor or any of its subcontractors. Contactor warrants it will fully comply with the ADFA's provisions and any other applicable Fi;deral, State and local laws concerning disability and will defend, indemnify and sold 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 eo:mply with the above referenced Policy concerning age discrimination in the performance of this agreement. i11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fart Worth Ordinance No. 11923 the City of Fort Worth has goals for the participation of rrinority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. For a bid to be considered responsive the bidder shall submit the MBE/WBE UTILIZATION FORM, PPJ2JE CONTRACTOR WAIVER FROM and/or the GOOD FAIT1I EFFORT FORM I ("Documentation") as appropriate. The documentation must be received along with and at the same time as the bids as stated Notice of Bidders or addendum as applicable. Failure to comply shall render the bid nonresponsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE and/or, a Women Bu;�iness Enterprise (WBE) on the contract and payment thereof. Contractor further agre;s to permit any audit and/or examination of any books, records or files in its G!\2oo\o1Ba4\9ped\;4dn B-Contract 1\final\S1B.dcc I -3- 10'/15/2004 09:59 FAX 8173362247 TRANSYSTEMS FTW (1007 } ; possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepreseriMaon of facts (other than a negligent misrepresentation) and/or the { cornmission of fraud by the Contractor will be grounds for termination of the contract and/or initiathig action under appropriate federal state or local laws or ordinances relating to fab;e statements. Further, any such misrepresentation (other than a negligent and/or comzxission of fraud will result in the Contractor being determined to be irresponsible and hirred from participating in City work for a period of time of not less than three (3) years. i r ; i 1 i j G.\200\01889\Specs\).ddn 8-Contract I\final\SZB.doC j -4- 10/15/2004 09:59 FAY 8173362247 TRANSYSTEMS FT1V 10008 PART B-PROPOSAL(revised 10/14/04) TO: GARY W.JACKSON FROM: (Bidder's Name) CITE' MANAGER S.x N,, cI161n ®f Tt,kA5 Fowl WORTH,TE%CAS S26 S.6ye. ManS eid, YX�r 6063 (Address) For: Sanitary Sewer Main 244-A Village Geek Parallel Collector,D.O.E.Ido. 3295 Sewer Project No.P170-070170410020 pursuant to the foregoing "3.Votice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby props ses to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and— apprc val of the Director,Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and comr leting the said work within the time stated and for the following suras to-wit: Sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No. 3295 Pay Approxirrratc Description of Bid Item Prices Unit Todd Item Quantity writtun in Words Price Price Sewer Improvement 1.� 1412 LF 90" Sewer by Open Cut; All Depths S $ I CCcntg>cr u 2.* 2438 LF 72" Sewer by Open Cut;All Depths $ $ Dollars& Ccnu per LF *indicates thu item material is required on page B1-9. N a G:UOaOLBNI^p�alNkhl Lbntru lVu.lUnmrl IOIJOn.,tco Bl.-1 10/15/2004 09:59 FAX 8173362247 TRANSYSTEMSFTIV 11009 SanitarySewer Main 244-A Village Creek Parallel Colleetor,D.O.E.No. 3295 Descri tion ot'Bid Item Prizes Unit Total y ro=imsste P Price Item Quantiq Written in Fords Price 3.* 1.80 LF 60"by Open Cut;All Depths $ $ Dolls& Cents per Lr 4.* 635 LF 60"by Other than Open Cut; All Depths $ $ Dollars& Ceras per LF 5.* 585 LF 42" Sewer by Open Cut;All Depths $ $ Dollars Cents per LF 6. * 635 LF 42" Sewer by Other than Open Chit;All $ $ Depths Don=8- Cents per LF *indicates tho item material is required on page B1-9. G,iZdfdl Y4a�SpmV+daA I•PSROR IMeOFfopoe:�IONa�e BI-2 10/15/2004 09:59 FAX 8173362247 TRANSYSTEM�S TW �lolb Sanitary Sewer Main 2114-A Village Creek Parallel Collector,D.O.E. No.32 95 Desai tion of Sid Item Prices Unit iota! pay Appr»xltnate Vrittett in Words Price Price Item Q1ta ntitl 7. 1 JS Construct Special Structure for $ $ Connection to M-244A at Sta. 1+82 1 Dante& Cents per LS L J 8. 1 LS Construct Special Structure for $_ $ Connection to M-244A at Sm 15+94 3 Dollas& Cents per LS 1 9. 1 LS Construct Siphon Box at Sta.20+00 $ $ 1 l Dollars& Cents per LS 1 10. 1 LS Construct Siphon Box at Sta.28+15 $ $ Dollars& Cents per LS 11. 1 LS Construct Special Structures at Sta. $ $ 47+52 Dollars& 1 1 Cents per LS Q@QOtOlsa4l5u.C7wan t{bnu k jI&- MPvAI 1014mdm BI-3 10/15/2001 09:59 FAX 8173362247 TRANSYSTEDMS FTIV l )bll Sanitary Sewer Main 214-A.Village Creek Parallel Collector,D.O.E.No. 3295 Approiinude Descripdon of Did Item Prices Unit Item Qunolih Total Written iu Words Price Price 12. 1 LS, Construct Special Structures within $ $ Waterchase Golf Course at Sta. 48+86 Dollars& Canty per I-S 13.* 5 EA Consiruct Typical Manhole $ Dollars& Ccnrs per EA 14.* 65 VF Extra.Depth for Typical Manhole(5' Dia S $ 1 Riser Sections), see Details on Sheet 13 Doll=& Cm L'.per VF 15. 1 EA 60" ;hide Gates at Siphon, Sta.20+00 S $ Dollars& Cents per EA i * indicates In,,Ierial type is dependent on marked box on page 81-9. e;uoaniaaa�cpmam,.i.C'oneou i�tur� a iouo�dee Bl-4 i 10/15/2004 09:59 FAX 8173362247 TRANSYSTEMS—FTW 111012 Sanitary Sewer Main 2,14-A Village Creek parallel Collector,D.O.E.No. 3295 Description oiBid Item Prices Unit Total Psy Approxim ite P Price Price item Quantity Written in Words 16. 1 l:A 60"Slide Gates at Siphon, Sta.28+15 $ $ t Dollars& Cents per FA 17. 1 EA 42"Slide Gates at Siphon, Sta. 20+00 - Dollars& Cents pts EA I 18 1 EA 42"Slide Gates at Siphon, Sta.28+15 $ $ Dollars& i Coats per FA 19. 110 SY Concrete Rip Rap Per Detail Sheet 28 $ $ Dollars& Cents per CY 20. 794 SY Rock Rip Rap $ $ Dollars& 3 Cents par SY i � C �;t arOt48.�l4yee.^Adm t Cmcna l\A"I(I vpwd tnuaeee B1-5 10/15/2004 10:00 FAX 8173362247 TRANSYSTEMS—FTW 10013 sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No. 3295 Pay Approximate Description of P,id Itun Prices Unit Total Item Quantit7• Written in Words Price Price 21. 290 SX Construct Gabions &Gabion Mattresses $ $ Dollars&c Cents per 5Y 22. 20 LF 48"Storm Sewer Concrete Encasement at $ S Sta.42+32 I Doll=& Cents per LF 23_ 135 LF Sewer Concrete Encasement of 3-42" $ Pipe at Sta. 47+52 to Sta. 48+87, Sheet 11. Dollus& lI Cc,ts per LF 24.. 5885 LF Post-Construction Television Inspection $ $ l Dollars& 1 i Cents per IF 25. 4363 LF Trench Safety System $ $ Donars& Cclts per TY rx T= ,JIP} Spce"Mft 1-C4==1k9n&UrWQA 101404.dne Bl-6 i 10%15/2004 10:00 FAX 8173362247 - TRANSYSTE-0 E W tO014 S anitary Sewer Maim 2414-A Village Creek Parallel Collector,D.O.E.No.3295 T)escripri of Unit Total I Pny app�nui� Writtt en in Item Words Prices Price Price Item Quantity 26. 1 L5 Restoration of Waterchase G.C. (Tee $ Boxes,Turf,Irrigation, Cart Path etc.) & Cents per LS 27. 4030 LF Hydromulch Seeding 1 Dollars& I Cents per LF 28. 4030 SY 6"Topsoil $ $ 1 1 Dollars& Cera per SY 29. 1 LS Abandon 54"M-244A, Structure No. 2 $ To Existing 96",Per Sheet 5. l Dollars& Ccnu per IS 30. 1 LS Abandon M-238 and Remove Manholes $ $ from M-238 (STA.. 10+75)to Existing M-244-A Dollars& Cenit per LS, cu,,,,ia ,uaa.Ee®.�. Le.DFiopaWw�<Pt.aa BI-7 10/15!2004 10:00 FAX 8173362247 TRANSYSTEMS FTN 0 015 fSanitary Sewer Main 244-A Village Creep Parallel Collector,D.0-E-No. 3295 Description or Sid item Prices Unit Total Pay ApP�m'te Written In Words Price Price Item Quoutit,r 31. 1 LS SWPPP $ Dollars&. Cents per IS 32 5 EA Passive Odor Control for MB Vent Pipe S Dollars& Cents per Ea 33. 10 EA Cut and Plug 54"M-244A,Per Sheet 5 $_ nonan� Cents per PA 34. 2 EA Cut and Plug 30"M-238 $ Dollsls& Cents per EA 35.* 1 LS Supplement Pipe Testing per DA- 132 S 0011= Cents per ] From B1-8A, provide the Unit Price and Total Price from the appropriate Pay Item 35a, 35b, or 35c. C:\2Wa16W4^CasV.Jdn:•�+ai++ct JTrj"Wal 1014Kd% B1-8 10/15/2004 10:00 FAY 8173362247 TRANSYSTENS-YrW 10016 i. Sanitary Sewer Main 244-A.Village Creek Parallels Collector,D.O.E. No.3295 FOR WDDING PURPOSES ONLY(revised 10/14/04) Unit Total Pay Approxhwite Description ofBidices Price Price Item Quantit7 written in n WoWords Choice ON'L„one of the following pay items. This item must match the pipe material marked on Bl-9. 35a. 1 LS Supplemental Pipe Testing per DA 132 $ 9� $ for Fiberglass/Mortar Pipe(ASTM D 3262) Ninety thousand Dollars & Zero Cents per LS i OR I 35b. 1 Supplemental Pipe Testing per DA 132 $ 57.000.00 S for Reinforced Concrete Cylinder Pipe with 360 degree liner, (AWWA C 301) Fifty seven thousand Dollars& Zero Cents per LS OR 35c. 1 Supplemental.Pipe Testing per DA 132 $ 57,000.00 $ for Reinforced Concrete Pipe with 3 60 degree liner, (ASTM C76) Fifty seven thousand Dollars & Zero Cents per LS 1 The Contractor shall complete the above Pay Item that matches the pipe material box marked on B1-9. The appropriate >upplernental testing program Pay Item (35a, 35b, or 35c) shall be added on 81-8. Failure to properly complete the proposal is grounds for disqualifying the bid. o:�cmoi earsp���Cmuaa lVimdS�epu+,l a p;ai+e cavdoc Bl-SA 1 ; 10/15/2004, 10:00 FAX 8173362247 TRANSYSTEMJ,FTW 10 017 i Sanitary Sewer Main 244-A Village Creek Parallel Collector,D.O.E. No. 3295 Description of Bid Item Prices Unit Total Pay Appro:imute Price Item Quantic)' Price Written in wads i S a 7 i 3 J 3, Total $ i The pipe materials alternatives for Items 1 through 6 are listed below. The Contractor must mark the appropriate box to indicate the material used for this bid. Failure to mark a material type will disqualify the bid. Fiberglass/IViortar Pipe(ASTM 3262) i Reinforce Concrete Cylinder Pipe with 360 degree liner, (ANSVAW"WA 001) F Reinforce G)ncrete Pipe with 360 degree liner, (ASTM C76). a i i _z o 2orooleen•,m.+�eas i ��du toww sQ BI-9 l i 10/15/2004 10:00 FAX 8173362247 TRANSYSUMS-"rW Z018 9 j PART lg-PROPOSAL(Continued) Within ten(1G) days after notification by the City,the undersigned will execute the formal contract and will deliver an approved .survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property ofth.City o,: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 fiunished at least one set of the General Contract Documents aid Genexal Specifications for Water Department Project dated January 1, 1978, and that he has read and thorouglily understands all the requirements and conditions of those General Documents and the specific Contract)Documents and appurtenant plans. The undersijged assures that its employees and applicants for employment and those of any labor j organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersig ied are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No.7400. 1 The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete corstruction within 250 calendar days (including supplemental pipe testing) asset forth in the written work order to be furnished by the Owner. 3 (Complete A or B below,as applicable): []A. The principal place of business of our company is in the State of i [J Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [� Nont esident bidders in the State of our principal place of business, are not required to widerbid resident bidders. []B. The,)rincipa[place of business of our company or our parent company or majority owner is in the State of Texas. - 3 i G;v�nn�bu�gpmuew e.na¢�imnm�fmpoa.l wl+a.� Bl-1 U 10/15/2004 10:00 FAX 8173362247 UANSYSTEMS-,FT1V 01019 Receipt is acknowledged of the following addenda: Addendum No. X Addendum No. 2 Addendum N). 3 j Addendum.N3. 4 Addendum.No. 5 i Addendum No. 6 Addendum No.7 Addendum No. S 1 (Seal) If Bidder Corporation 3 I Respectfully submittd, `j By: Title: Address: I 4 I '� G.\20Pd1188sSgad�ddq f Gnueet IDeotFoopos+l Iot+Ods B l—1.1 a 10'/15/2004 10:00 FAX 8173362247 12 NSYSTERS-MV 10020 DA-132 SUPPLEMENTAL P1P13 TESTING(revised 10/14/04) I A. GENE RAL 1. SCQPF? nis section describes the testing program for large diameter pipe (greater that 36"), The pipe selected by the Contractor shall follow the guidelines in this se:tion to test the pipe and appurtenances with industry standards. Testing will be performed.at a pre-deterrruried location as described in this specification. All teaing will be completed along with analysis of test results prior to the determination that the pipe complies with the specifications. The City of Fort 'worth shzal have the final decision of selecting the type of testing and de=termination of acceptance of the pipe. 2. REFERENCE a. ASTM C 76 -Standard Specification for Reinforced Concrete Calvert, Storm Drain and Sewer Pipe b. ASTM C 497--Test Method for Concrete Pipe, Manhole Sections, or Tile- c. ASTM D 3262- Standard Specification for"Fiberglass" (Glass-Fiber- R,Nnforced Thermosetting-Resin) Sewer Pipe d. ASTM D 2412-Test Method for Determination of External Loading Characteristics of'Plastic Pipe by Parallel-Plate Loading e. ASTM D 3681 - Standard Test Method for Chemical Resistance of "Fiberglass" (Glass-Fiber-Reinforce(IThermosetting Resin)Pipe in a Deflected Condition B. SUBIAITTA-S 1.RELATED DOCUME=NTS Drawings, Contract Specifications and City of Fort Worth specification apply to the work of this section. 2. DESCRIPTION OF WORK a, Piior to supplemental pipe testing the following submittals shall be made: - 1. Contractor shall submit shop drawings, samples,product data and other pertinent information related to the pipe used on the project. This includes but is not limited to pipe samples and related material required to be delivered to the testing facility as Idirected by the City of Fort Worth or the Engineer, data, performance curves and other related materials from previous performed manufacturer's tests including but not limited to tests i indicated in the Pipe Material Tests section of this specification(as applicable to the pipe selected). i 1 1 o;u0oW18UaSx&Aedn6-Cca=(l\Ann)\nAI^PipeT-in8PmgmrnSpccrryW04,00 I I 10/15/2004 10:00 FAX 8173362247 TRANSYSTEbiS_FTFV 0021 b. All submittals shall be clearly identified by reference to Drawing No. 1 or Detail as applicable. Submittals shall be clear and legible and of suificient size for presentation of data. 3. DEFIl-4TIONS a. Shop drawings include specially prepared technical data for this project,including drawings, diagrams, schedules, and measurements. b. Product data includes all standard printed information on materials, products and systems. c. Samples include physical examples of materials, either for limited visual inspection or(where indicated) for more detailed testing and analysis. d. Miscellaneous submittals related directly to the work include warranties,worlananship bonds, data and reports,physical work records, quality testing and certifying reports,record drawings,field measurement d2ta, operating and maintenance materials applicable to the work and not -processed as shop drawings,product data or samples. 4 SHOP DRAWING,PRODUCT DATA,AND SAMPLES a. Shop Drawing 1. Shop drawings shall include test reports including performance curves,test results from applicable ASTM acid AWWA standards, and certifications, as applicable to the work. . 2. All shop drawings submitted by a subcontractor or manufacturer for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in the delivery of material. 3. The Contractor shall check all subcontractors shop drawings regarding measurements, size of members,materials, and details to satisfy hien that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractor for correction before submission thereof 4. `All details on shop drawings submitted for approval shall show clearly the relation of various part of the'project and where correct fabrication of the work depends upon field measurements; such j measurements shall be made and noted on the drawings before being submitted for approval. b. Product Data 1. Product data shall include but are not necessarily limited to standard prepared data from manufacturer(sometimes refer to as catalog data), such as the manufacturer's product specification and j installation instructions,references,manufacturer's printed statements of compliances and applicability, rough-in diagrams, l 2 G`.12000169e15,eminddn 9.Ctrmtxt I\liaB�DA132pipe?es RngPropaamSpoc rovWon.doe i i 10%15/2004 10:01 FAX 8173362247 TRANSYSTEMS.FT}y 0 022 i catalog cuts,product photographs,printed performance curves, manufacturer's quality assurance/quality control testing at the a conclusion of pipe manufacturing, certifications,production operating procedure and maintenance instructions,recommended spare parts listing and printed product warranties, as applicable to the work. 2. The Contractor,per a City of Fort Worth request, shall provide production.or quality control inspection and test reports for the pipe in the project. c. Testing Results 1. For the purposes of comparison with the data generated by the Independent Testing Organization, the Contractor shall provide the manufacturer's data obtained on the specific tests described in Section C-2b. Specifically,the data to be provided shall be for each test and the four pipe diameters used on this project (90", 72",6011,4211)for the pipe material type selected by the t Contractor. If the manufacturer has not performed tests on 1 these pipe diameters,then the Contractor shall state the data is not available for submittal and provide the test results that best represent the specifications on the selected pipe material These data shall be provided to the City of Port Worth and the Engineer with the bidding packages. If the data is not submitted with the bid packages then the Bid Proposal will be considered non-responsive. These data shall be in the form of tabled digital data as well as graphs with trend lines. The j submittal needs to identify the diameter, class and characteristics of the pipe tested to identify the tested pipe with the pipe standards in these specifications. I 2. In addition to providizig the test data that he has generated, the Contractor shall identify the organization that produced these data, the testing protocols that were used, the credentials and certifications for this testing, the manufacturing facility that f produced the pipe, its location,the date of manufacture, and any other infozmation relevant to or relating to a useful comparison with the data of the Independent Testing Organization. l d. Samples 1. Samples shall include but are not necessarily limited to physical examples of the work such as sections of pipe and related material and, small section or cuts out of the product to be used by the Engineer or City of Fort Worth for independent inspection, and testing as applicable to the Work. Pipe test samples are required as stated in Section C. Supplemental Pipe Testing. I 3 G;�2o016lBfldlS>ectAddn 3-GeMteoet tlfinallDntJ2PipeTasUi�ProrrNS+�D�«vtinion.doe , _f 10/15/2004 10:01 FAX 8173362247 - TRANSYSTEMS-FTW IJ 023 ' j i 5. SUBMITTAL REQUIREMENTS a. General: Comply with requirements specified herein for each indicated submittal, and with the technical requirements. All submitted materials shall become the property of the City of Fort Worth. b. The Contractor shall review, including those by the subcontractor, quality assurance data, shop drawings,manufacturer's product data, cai:alog cuts, descriptive data, samples and other information at one time except as noted.Where action on one submittal is dependent on another it sh3.11 be submitted in compliance with action taken on another,the action may be more rapid if they are received at the same time. The City of Fort Worth will review submittals in a timely manner. Samples shall be submitted in compliance with contract documents and are the responsibility of the Contractor. The Contractor.or his Authorized L } Representative shall certify by his signature and a Professional Engineer licensed in the United States and a date that each submittal is correct and in strict conformance with contract drawings and specifications except as otherwise stated. AU proposed deviations requested by the Contractor shall be noted and the reasons for the deviation set down in writing and the deviations annotated on the shop drawings or materials will be returned to the Contractor for correction. The Contractor's review shall determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Material organized in an orderly manner 4. Conformance with the specifications c. Within five days after acknowledgment of Notice to Proceed and before any material or equipment is purchased. Submit for approval five copies as re:Ferenced herein. d. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following certification Statement including the Contractor's Name and signature by the person who actually reviewed the submittal. "Certification Statement: By this submittal,I hereby represent that I have determined and verify field measurements, field construction criteria, dimensions, conformance with the specifications and I have checked and coordinated each item with applicable approved shop drawings." e. Sbop drawings larger than 8 %"x 11"shall be. folded 8 V2"x 11". Submittals shall be bounded together in an orderly fashion and bear the I above certification statement on the cover sheet_ The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide:to the Construction Manager a copy of each submittal transmittal sheet:for shop drawings,product data and samples at the time of submittal of said drawing,product and sample to the Engineer. I t { G;�1oo�ntyva�Sxe:inddn&Cenmcl 1\IinAMp132YipeTeni�gProgram4pecTevi:ion.doe 1 10/15/2004 10:01 FAX 8173362247 TRANSYSTEMSY 0 024 f. Notify the Engineer in writing, at any time of submittal, of any deviations in the submittal from the requirements of the Contract 3 Do,:,uments. g. 'The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of Error and Omission are assumed by the Contractor and the Engineer will haire no responsibility therefore. L No portion of the work requiring shop drawings, samples or product data shall be started nor shall any material be fabricated or installed prior to the:approval or qualified approval of such item. Fabrication performed, mc.terials purchased or on-site construction accomplished which does not J co».forrn to approved shop drawings and data shall be at the Contractor's risk_ The City of Fort Worth will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. i. Project work,materials, fabrication, and installation shall conform to approved shop drawings, applicable samples and product data. 6. REVIEW OF SHOP DRAWING, PRODUCT DATA AND SAMPLES a The City of Fort Worth or the Engineer will annotate each submittal to indicate the action taken:Final Unrestricted Release:Where submittals are m.arlced "Approved",that part of the work covered by the submittal may proceed provided it complies with requirements of the Contract Documents- final acceptance will depend upon that compliance. b. Final But Restricted Release: When submittals are marked"Approved a;Noted",that part of the work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance_ c., Returned for Resubmittal: When submittal is marked "Disapproved" do not proceed with that part of the work covered by the submittal, including purchasing, fabrication, delivery, or other activity.Revise or prepare a new submittal in accordance with the notations;'resubmit without delay. Repeat if necessary to obtain a different action. Do not permit submittal marked"Disapproved" to be used at the Project site,or elsewhere where work is in progress. d. Other Action: Where a submittal is primarily for information or record purposes, special processing or other activity,the submittal will be returned,marked "Action Not Required". C. SUPPLEME.N"fAL PIPE TESTING j Supplemental testing of the pipe that is offered by the Contactor will be performed by an Indepenient Testing Organization selected by the City of Fort Worth. This testing is not meant to be comprehensive,but will suffice only for producing data that will allow the j Engineer to verify that the manufacturer's data are valid and appropriate for the project. 5 i Gt2UM0 t 68415 caWGNS.Gioea IUma(tDA132P�peTedngMrogrmSpec torisiondx 10/15/2001 10:01 FAX 8173362247 _ TRANSYSTEMS—FTW [7]025 I 1 1 This testir g will be performed only on the pipe material that is provided by the Contraeto-,to whom the project is to be awarded. All supplemental testing will be and/or otl►er standardized procedures that are well accomplished using ASTM,AWWA establisheI and well known to the industry. 1. SAMPLING 1 a. The Contractor shall deliver the pipe material to the Independent Testing Organization at a time and in the amounts determined by the City { of Fort Worth. The required number of pipe joints, pipe size and testing method will depend upon the pipe material. The Independent Testing Or ganization will develop these requirements for the pipe that is included in the bid that the City of Fort Worth selects. It is the responsibility of the Contractor, via the pipe manufacturer,to deliver its pipe samples in a form appropriate for the specific tests that are designated for the class that corresponds to.their material..In addition,pipe diameters,wall thicknesses and other particulars must conform to specifications. b. Pipe to be tested by the independent testing organization can either be selected from a group of pipe at the manufacturer's facility or it can be manufactured especially for this testing. The pipe to.be tested must have come from the same production line,manufacturing facility, supply of raw materials,the environmental conditions during manufacture and storage, the pipe transportation methods, and quality control procedures. c. The Engineer will contact the pipe manufacturers following the contract award to affirm an acceptable means to collect and deliver the samples of pipe. d. The minimum quantity of pipe needed for testing will be specified by the Independent Testinar Organization. The total quantity of pipe required will include at least two extra pipe joints that the City of Fort Worth can u1;e for retesting at its discretion. Any pipe not used for testing will,be the property of the City of Fort Worth. At his own cost, the Contractor can supply treble the amount of pipe that is required to prepare for the possibility that a second round of testing will be agreed to by the City and the Contractor—see section 4e below. . e. At no time can the pipe composition or pipe design be changed after the pipe is delivered to testing facility unless specifically authorized by the City of Fort Worth. l PIPE MATERIALS TESTS a. The mechanical and chemical nature of the various different types of pipe J materials dictate that a different set of tests be performed for each class of materials. The general scope of the testing will be the same for all pipe classes. It is anticipated that the pipe material to be tested will be either reiizforced concrete pipe,reinforced concrete cylinder pipe or fiberglass pipe. b. The testing of reinforced concrete pipe will be:generally governed by ASTM C76, and will include two specific tests that are described in ASTM C497. These are: (1)the external load crushing test by the three edge 7 a-.=0%0166A%SnagkAddn¢-C(,n=ctl\rvAWA172Pipe?esfMProgranSveercv ivado 10/15/2004 10:01 FAX 8173382247 _ TRAN X TEMS_FTW 1M026 bearing test method, and(2)the hydrostatic test_ The testing of reinfo test b ed concrete cylinder pipe will similarly utilize the external load crushing y the three edge bearing test method,and the hydrostatic test in accord with ASTM 0497. The testing of fiberglass reinforced pipe will be generally governed by ASTM D3262, and will include two specific tests. These are: (1)the strength test in ASTM D2412, and(2)the chemical resistance test in ASTM D3681. c. With one exception,the testing is to conform to the standards. The one exception is that the long term test for fiberglass materials,ASTM D3681 which requires a 10,000 hour result,is to be planned such that sufficient data for comparison with the manufacturer's data will be acquired within 1,000 how's. 3. RES CLTS a. The results obtained by the Independent Testing Laboratory shall be recorded and reported by them as specified in the standard test procedures, and in any additional forms requested by the City and its Consultants to enable them to better assess the viability of the particular pipe material that has been offered by the Contractor. b. The assessment of the data obtained by the Independent Testing Laboratory will be made in conjunction with an examination of any and all of the data provided by the Contractor—see Section B 4 Cl. The extent to which the Contractor's data will be used will be at the discretion of the Enf;ineer 4. ACCEPTANCE/REJECTION a. If, in the City of Fort Worth's opinion, the totality of the testing (i.e., the manufacturer's data and the supplemental testing data)has fully confirmed that the strength, durability and resistance of the pipe will be at;ceptable,the pipe will be approved, and the Contractor will be promptly notified that the project can commence. b. If problems have been found with these data;from either or both of the tests performed by the Independent Testing Organization,the Contractor and the pipe manufacturer will be notified of this fact, and will be fully _ iTtformed on the testing results. In this case, if they so desire,the manufacturer and the Contractor will be given an opportunity to meet with rt;presentatives of the City,the Engiii.eer, and the Independent Testing Organization to review and discuss these data in detail. This meeting would be held at a site designated by the City of Fort Worth, at the earliest possible time that all of the principal participants are able to participate. c. If the problems with the data have not been resolved and the pipe testing results remain unsatisfactory, the Contractor shall justify the reasons)why the pipe should not be disqualified for use on the project. The Contractor may request, and the City may allow at its discretion, i ti a 0;200N19u1 patUWWdtt 8-G�una t\tinollbnt3:Pipdfutit6PrvF1^^�`pee rni-Tondo:. i 10/15/2004 10:01 FAX 8173362247 TRANSYSTEMS-FTW 10 027 r adttitional testing by the independent Testing Organization. The City's j decision on the acceptability of the pipe material is final. d. The Contractor's request for further testing may be granted by the City of'Fort Worth if it is not possible to reach a satisfactory conclusion from the test results. Possible reasons include,but are not limited to, (1) large scatter in duplicate,tests, (2) data that do not qualify under the standard, and (3) unexplainable and significant differences between the data developed by the Independent Testing Organization and the manufacturer. e. A second round of testing by the Independent Testing Organization will include all tests previously performed,but with at least doable the number of specimens (i.e., data points). The pipe that is provided for these tests must also have come from the same production line,manufacturing ility, supply of raw materials, the environmental conditions during m;mufacture and storage, the pipe transportation methods, and quality control procedures. f. The costs for any or all additional testing that will be conducted by the Independent Testing Organization,and for the services of the Engineer with that te;;ting,will be the responsibility of the Contractor. g. At the Contractor's option,a second meeting at a time and place of the City's choosing will then be held to review and discuss the newly obtained results. This discussion will not be limited to the new data, but, as in the first meeting, all of the data including that provided by the manufacturer from its own testing—shall be taken into account. h. At any time before, during or following the completion of this retesting,the City will have the authority to deem the pipe test results to be acceptable, and to notify the Contractor that the project can be initiated. Similarly, the City will also havc the unequivocal authority to decide that the results are unsatisfactory, and to urniinate the supplemental pipe testing program. No additional contract time rn-ill be given to the Contractor for retesting pipe due to failed tests. No additional compensation will be given to the Contractor for retesting pipe due to failed tests. i. If the City desires to terminate the supplemental pipe testing pro gram, they may jpursue one of the:following two options: (1) Contractor skull submit another pipe manufacturer's pipe per Part C- General Conditions C5-5.10 Removal of Defective and Unauthorized Work(at the same pipe pay item unit price), j whereupon the supplemental testing will be performed on that pipe, as outlined above(at the Contractor's expense); or(2) terminate the Contract as stated in Part C- General Conditions C7-7.16 Termination for Convenience of the Owner, November 1, 19137 and re-advertise the project for new bids. j. The City of Fort Worth reserves the right to perform additional supplemental pipe tests in addition to the above described testing, at its discretion,prior to installation. The pipe selected for testing may include pipe being delivered to the project,pipe at the factory, installed pipe, or any combination of these pipe. If the pipe is deemed unacceptable, the Contractor will replace all unsatisfactory pipes at his cost and additional testing will be performed until I 8 G:W0k01034,-redXAdda 6-0mirwc t\FmnllDA132P*TeningPmgmmSpee rcVlslon dx 10/25/2004 10:02 FA, 8173362247 TRANSYSTEMS—MY 10028 pipe is determined to be satisfactory. The pipe cost and the cost of supplying pipe shall be the responsibility of the Contractor. All other costs for this "additional supplemental"testing will be at the City's expense. The City will issue a Change Order equal to the cost of the testing to cover the costs of testing that it initiates. 5. WITNESSES a. The Consultant representing the City of Fort Worth,if the City so de.id.es,may visit the plant of the selected pipe material to review the operations and procedures. b. The Consultant representing the City of Fort Worth will have the responsibility of monitoring the supplemental pipe tests, advising the Independent Testing Organization, and taking notes of the proceedings. The Consultant will be the arbitrator of any disputes regarding the tests. c. The Consultant representing the City of Fort Worth,the City of Fort Worth,the Contractor, and a representative of the Pipe Manufacturer shall have the right to witness the testing program at the Independent Testing acility. This includes observing: Organization's f 1. the manufacturing process 2. the quality assurance inspections 3. the tests of the selected product by the independent testing facility. d. The Consultant representing the City of Fort Worth,the City of Fort North, and the Independent Testing Organization shall be able to complete their duties and responsibilities without any undue influence from the Contractor, the Manufacturer or their representatives. D. TES'MII G LABORATORY SERVICES 1. GENERAL The testing program will be performed by an Independent Testing Organization. 4fter a review of several candidate organizations, the best qualified organization was determined by the City of Fort Worth and its Consultant to be Stress Engineering Services,Inc. of Houston, TX. LAB ORATORY NAME, LOCATION AND POINT OF CONTACT Stress Engineering Services, Inc 13800 Westfair East Drive Ilouston,TX 77041-1101 Contact : Chris Alexander, Staff Consultant Phone number: 281-897-6504 171-Mail: chris.alexander a&tress.coni 3. TRANSPORTATION' Pipe, sells,joints (couplings) and related material shall be delivered to the laboratory(s)indicated in this specification. 9 1 G:�2oUotB84�>Das�Addn&Concoct itpne!\Ont324ipcIalineProgranSpcctevieion,am 3 17 10/15/2004 10:02 FAX 8173362247 _ _ TRANSYSTEMS-M 0 029 E_ COSTS 1. The Contractor shall pay for the Independent Testing organization,together with administration and overhead,with the amount allotted in the Proposal It=35 (a,b, or c). This amount shall be considered full compensation for all costs relating to performing the supplemental testing program. 2. The Contractor shall contract with the testing laboratory service(Stress Engineeriiag Services, Inc) for the contract amount stated in their proposal for the al�propnz:e pipe material. F. SCI-DOLLE 1. All time used to conduct supplemental testing(including retesting)will be considered part of the Calendar day Bid for this project..Testing shall begin irsmediately following a"Notice to Proceed." i 3 1 to G�1pmA1584�op�eslAJJn 9-Cnnvnct 11Ciid�DA132Vipe7ctin�['to}TM1Spmc rcvi:ioadoc