Loading...
HomeMy WebLinkAboutContract 33332 CITY e"r mr TAR'Y r, . Cr ,n , s" --O.E. FILE SPECIFICATIONS NTRACT ,S bCf`,D1-NG C ., & CONTRACT DOCUMENTS - FOR SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR - CONTRACT 2 DOE- 4976 PROJECT NUMBER: P272 541200 704170020683 IN - THE CITY OF FORT WORTH,TEXAS 2005 MIKE MONCRIEF CHARLES BOSWELL - MAYOR CITY MANAGER ROBERT D. GOODE,P.E. - DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT S.FRANK CRUMB,P.E. ACTING 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 p 8� RON .... .......... IQ..`N....T A L..UNSM ...................y..� ear. n 84992 URIGINAL w . FWNet.org Fuel{ I Council Agenda I M&C I Employee Directory I Morning Print M&C COUNCIL ACTION: Approved on 3/7/2006 DATE: 3/7/2006 REFERENCE NO.: C-21339 LOG NAME: 30M244A-2 CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with S. J. Louis Construction of Texas Ltd., for Construction of Sanitary Sewer Main M244-A Village Creek Parallel Collector-Contract 2 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$6,151,138.14 for construction of sanitary sewer Main 244-A Village Creek Parallel Collector—Contract 2. DISCUSSION: On April 24, 2001 (M&C C-18571), the City Council authorized the City Manager to execute an engineering agreement with Transystems Corporation Consultants, to prepare plans and specifications for sanitary sewer Main 244-A Village Creek Parallel Relief study and design. The total project, which is approximately four miles long between Highway 180 and Village Creek Wastewater Treatment Plant, will work as a relief main parallel to the existing sanitary sewer Main 244-A to convey normal and wet weather wastewater flows in the Village Creek drainage basin. To allow more for local bidders, this project is divided into four contracts of approximately one mile each. . Contract 1: (Under Construction): Begins near Village Creek and I-30 and terminates just south of Village Creek Wastewater Treatment Plant. The contract 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 (Under design). It includes 1376 linear feet of 72-inch pipe, 3914 linear feet of 72-inch pipe by tunneling, and twelve manholes and junction boxes and 267 square yards of concrete pavement. . Contract 3: Begins near Meadowbrook Drive and Meadowbrook Boulevard and ends west of park/bike trail entrance on Dottie Lynn Parkway, and has been advertised for construction. . Contract 4: Begins at the park/bike trail entrance on Dottie Lynn Parkway and ends at Hwy 180 interchange (Under design). The project is located in COUNCIL DISTRICTS 4, 5 and 8. The project was advertised for bid June 9 and 16, 2005. On July 14, 2005, the following bids were received: BIDDER AMOUNT TIME OF COMPLETION S. J. Louis Construction of Texas Ltd. $66,151,138.14 250 Calendar Days Oscar Renda Contracting, Inc. $6,242,414.00 BRH - Garver Construction. L.P. $7,798,653.00 In addition to the contract cost, $676,626.00 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 12% M/WBE participation. The City's goal on this project is 12%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer State Revolving Loan Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P272 541200 704170020687 $6,151,138.14 Submitted for City Manager's Office by: Marc Ott (6122) Originating Department Head: A. Douglas Rademaker(6157) Additional Information Contact: A. Douglas Rademaker(6157) ATTACHMENTS Sea . 30. 2005 3 :�0M . TranSYStems CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NOA TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Sanitary Sewer Main 244A Village Creek Parallel Collector—Contract 2 D.O.E. NO.4976,Project Number P272 541200 704170020683 BID RECEIPT DATE: 1:30 PM,October 6, 2005 ISSUED: September 30, 2005 This Addendum No. 1 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 provided below, in the revised proposal (page B1-8) 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—Contract 2, are hereby revised by Addendum No. 1 as follows: The City of Fort Worth MBE/WBE goal for this project has been revised to 12%. This - percentage shall be used on the MBE/WBE Forms (Special Instruction to Bidders, Subcontractors/Supplier Utilization Form, Prime Contractors Waver Form and the Good Faith Effort Form). All other provisions of the addendums, plans, specifications and contract documents for the project — which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. — RECEIPT ACKNOWLFDC'_F.D- A. Dou,r4 lZademaker,P,E,,Director By: Ri - rice, P. ssistant Director Addendum No.1 1 of 1 ctDoc<nena rb rw;.y.ah.�t�Sarin�r�ny mecnw s�o�;evu.+.C1.►;..m+.doe TABLE OF CONTENTS Part A-Notice to Bidders Special Instructions to Bidders (Water Department) City of Fort Worth Minority/Women Business Enterprise Policy SRF Funding 0 Contract Conditions 0 Contractor's Act of Assurance 0 Contractor's Act of Assurance Resolution Part B -Proposal Part C-General Conditions Part C1 —Supplementary Conditions to section C Part D-Special Conditions Part DA-Additional Special Conditions Part F-Bonds/Certificate of Insurance(City of Fort Worth) 0 Certificate of Insurance 0 Performance Bond 0 Payment Bond 0 Maintenance Bond �u Part G-Contract(City of Fort Worth) Appendix A—Easement Documents and Permits Appendix B—Standards and Soil Borings Appendix C—Traffic Control J DIV G.1200101W41 pm1cononcJ2 J00%FinaAFinaA7C.dot R. "� TC-1 If 1 i Part A - Notice to Bidders NOTICE TO BIDDERS Sealed proposals for the following For: SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR — CONTRACT2 D.O.E.No.4976 Project No.P272 541200 704170020683 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M., Thursday October 6, 2005, 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 Throck morton Street, Fort Worth, Texas. One set of plans and documents will be provided for a fee of thirty dollars($30.00),such deposit being non--refundable. Additional sets may be purchased on a nonrefundable basis for thirty dollars($30.00)per set. - There will be a pre-bid conference Tuesday September 27, 2005 at 11:00 am, in the Transportation and Public Works Conference Room No. 270, 2°d floor, City Municipal Building, 1000 Throckmorton Street, Fort Worth,Texas 76102. Bid security is required in accordance with the Special Instruction to Bidders.Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all Addenda maybe rejected as being non-responsive. This project was previous bid on July 14, 2004. All documents from the July 14, 2004 bid date are void in there entirety. Bidding document Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-392-7910. The Affidavit Statement of the City of Fort Worth Minority and Women Business Enterprises Specifications documentation 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 submit the SRF forms (ED103,ED104 and SRF 404) at the time of bid. Failure to submit the affidavit statement with the bid shall result in the rejection of the bid as non-responsive. The major work on the above project shall consist of the following: 10 EA 5'Dia.Manholes 1376 LF 72-inch Sanitary Sewer by Open Cut 3914 LF 72-inch Sanitary Sewer by Other than Open Cut — 2 EA Special Junction Structures The improvements included in this project must be performed by a contractor who is pre-qualified by the Water Department at the time of bid opening. The procedures for pre-qualification are outlined in the "Special Instructions to Bidders(Water Department)". TWDB funding will be used on this project. Contractor must meet TWDB requirements. For additional information concerning this project,please contact Gopal Sahu, P.E.,City Project Manager,at 817- 392-7949 or Raul Pena III,P.E.(Project Manager)and Kent Lunskd,P.E.(Project Engineer),at 817-339-8950. Advertising Dates: September 8,2005 �. September 15,2005 Fort Worth,Texas C.Documents and Settingslsahug1l ocal SeuingslTemporary Internet Files10LK7BWBRdoc NB-1 PART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: For: SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR — CONTRACT 2 D.O.E.No.4976 Project No.P272 541200 704170020683 r Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 P.M.,Thursday October 6,2005, and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents will be provided for a fee of sixty dollars($30.00), such deposit being non- refundable. Additional sets may be purchased on a nonrefitndable basis for sixty 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 Tuesday September 27, 2005 at 11:00 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: 10 EA 5'Dia.Manholes 1376 LF 72-inch Sanitary Sewer by Open Cut 3914 LF 72-inch Sanitary Sewer by Other than Open Cut 2 EA Special Junction Structures Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The improvements included in this project must be performed by a contractor who is pre- qualified by the Traffic Department at the time of bid opening. The procedures for pre-qualification are outlined in the"Special Instructions to Bidders(Transportation and Public Works)". The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation')as appropriate is received by the City. The award of contract,if made, will be within ninety(90)days after this documentation is received,but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. TWDB Funding v ♦ This contract is contingent upon release of fiords 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 r CADocuments and Settings\sahug\Local Settings\Temporary Internet Fi1eS\0LK7BWB2R.doc CNB-1 -" PART A- COMPREHENSIVE NOTICE TO BIDDERS 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. This project was previous bid on July 14, 2004. All documents from the July 14, 2004 bid date are void in there entirety. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817)392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders shall submit complete specifications book or risk rejection of bid. In accord with the City of Fort Worth Ordinance, No. 15530,the City of Fort Worth has goals for the participation of minority enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the SRF forms (ED103, ED104 and SRF 404) at the time of bid. The MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") must be received by the contracting department no later than 5:00 PM, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom the delivery was made. Such receipt shall be evidence that Documentation was received by the City. Failure to comply shall render the bid non- responsive. The Managing Department for this project is the Department of Engineering. For additional information concerning this project, please contact Mr. Gopal Sahu, P.E., City Project Manager, at 817-392-7949 or Raul Pena III,P.E.(Project Manager)and Kent Lunski,P.E.(Project Engineer),at 817-339-8950. Charles R.Boswell .� City Manager Marty Hendrix .� City Secretary A.Douglas Rademaker,P.E.,Director Department of Engineering ck Trice,P.E. Assistant Director Advertising Dates: September 8,2005 September 15,2005 Fort Worth,Texas C1Documents and Settings\sahug\Local SettingsUemporary Internet Fi1es\0LK7BWB2R.doc CNB-2 1�\ _® Special Instructions to Bidders (Water Department) r SPECIAL INSTRUCTIONS TO BIDDERS SANITARY SEWER MAIN 244A VILLAGE CREEK COLLECTOR 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation:a current financial statement,an acceptable experience record,an acceptable equipment schedule and any other documents the Department may deem necessary,to the Director of the Water Department at least seven(7) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. .� b) For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. ' c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e) The City,in its sole discretion,may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened,and if inadvertently opened,shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BUD SECURITY: A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth,in an amount of not less than five(51/6)percent of the largest possible total of the bid submitted must accompany the bid,and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded To be an acceptable surety on the bid bond,the surety must be authorized to do business in the state of Texas. In addition, the surety must(1)hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law;or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City,in its sole discretion,will determine the adequacy of the proof required herein. 3. BONDS: A performance bond,a payment bond,and a maintenance bond each for one hundred (1001/o)percent of the contract price will be required,Reference C 3-3.7. 06/04/03 4. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall,for a period of three(3)years following the date of acceptance of the work, ri maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract;and(ii)the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less,an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601 g,Texas Revised Civil Statutes,the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state �- in which the nonresident's principal place of business in located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes _. a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is$25,000.00 or less,the contract amount shall be paid within forty- five(45)calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy("Policy")of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers,members,agents employees,program participants or subcontractors,while engaged in performing this contract,shall,in connection with the employment,advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against persons because of their age except on the bases of a bona fide occupational qualification,retirement plan or statutory requirement. 06/04/03 Contractor further covenants that neither it nor its officers,members,agents,employees, subcontractors,program participants,or persons acting on their behalf,shall specify,in solicitations or �» advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend,indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced Policy -- concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal,state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors'alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM(`with Documentation")and/or the JOINT VENTURE FORM as appropriate. The documentation must be received along with and at the same time as the bids as stated in the Notice of Bidders or addendum as applicable. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request,Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE)and/or women business enterprise (WBE)on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation)and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal,State or local laws or ordinances relating to false statements. Further,any such misrepresentation of facts(other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. 12. FINAL PAYMENT,ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage)from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed,as evidenced by a written statement signed by the contractor and the City. 06/04/03 d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding(i)final quantities,or(ii)liquidated damages,city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. 06/04/03 - City of Fort Worth Minority/Women Business Enterprise Policy 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. MNVBE PROJECT GOALS The City's MBE/WBE goal on this project is z %of the base bid value of the contract. wo COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION *� The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid .. met or exceeded: 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. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MM/BE participation: I 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. ATTACHMENT 1A Page 1 of 4 F_ ORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime S Cty,i s; s M/W/DBE NON-M/W/DBE PROJECT NAME: BID DATE 4 - - z ocr 6 ZeaS- City's M/WBE Project Goal: Prime's M/WBE Project Utilization. PROJECT NUMBER P2�2 541200 /Z % % i o0 a., 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'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 gyne 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 IA E" FORTWORTH 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 r (check one) C SUBCONTRACTOR/SUPPLIER T r ; N T Detail Detail Company Name Address e M W e x r Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r B B E R O E ,® E E C T E A S. M MATE -i AL-S ASI: Tuov 4ZaaW4 O $ 2-3, 749 P.c. aox 49(� acomr l r Awcg-QUO , Tx 3 L KT F As5nc,r ATE5 I-b sCa 4TVA: L.yn/oA T HOMA5 D�f1a-r X81 . 3346 Court T 7 RJ 7-355 M&'2.l s5/4' T-X �545q 2 A -0440 ? Gue-me I GPj51- /�.I FLr�ec= ao Cz"46TV.Qom -j 1:NC o-geTIE Z 14 309-3955 APP us/4 F99 ftTT-4 bm;,j 6rwn46c4 v,pc74 cur fid �. 14►3 R i 0-4-y fRoPro v Rrl o - 6o wcA, TX }30 3 Z2 C) MtPt; A,--T- A0E PoAo Mts,-- Sv,oOc.y M�4�et✓acs $641580, ATIW, DI°Vr n 6rhi-",V » 2585 AbX.-rrtej67- z$ rr fbiLT h,b f-n+ , TX 766] Rev.5/30/03 a* ATTACHMENT IA PR" FORT WORTH Page 4 of 4 Ir— �6 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 7431 -729 p 60 1 aw Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 1 Z 3 Z (� ! 6 �6 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval o 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. Aut zed Signature Printed Signature Title Contact Namefritle(if different) ST LayA C'oa,tsr emir i or !mss Ln. 61'* 477- c3ZO Company Name Telephone and/or Fax 5. '' Av&� Mtt O -' Lcx�rs . Cary-1 OEM Address E-mail Address Merl 6Prc>✓n -M -7%06-1 a o /2 ZQ 6_ City/State/Zip Date Rev.5130/03 SRF Funding WRD-004E(08/19/02) SUPPLEMENTAL CONTRACT CONDITIONS - CWSRF Tier 3, and DWSRF Table of Contents AN 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. 10. Prevailing Wage Rates 11. Contract Work Hours Requirements (29 CFR 5.1, &5.6) 12. Egual Emplo my_eni 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-Owned 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) � � � ,1 �'EM 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 SMWBE Certification and Participation Summary, 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 firths. 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 sused 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 fiuther 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 firom 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. 'AW (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,Q 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 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 fiunish 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 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 finished 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: j (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-finished 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 famishing 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. 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. -w (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 razes 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 REQUHMENTS (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(bxl)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 (bxl)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, ollowingEmployment,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(5 12)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 fig 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 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 ,T 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 Engineei as being in conformance with design concept of project and for compliance with information given in the Contract �- Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained,qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 14 (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance,or installation instructions required by the Contractor to install,test, and start-up the equipment .. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number,model, serial number, and location of parts and service centers. �. (2) A list of recommended stock of parts,including part number and quantity. (3) Complete replacement parts list (4) Performance data and rating tables. (5) Specific instructions for installation,operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS-BUILT DBIENSIONS 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 fiunish 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 Assukance(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 ED-103 01/03,01 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 helshe is authorized to represent pursuant to provisions of a resolution adopted by said corporation on the day of ,20 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of declares that assures the Texas Water Development Board that it will construct project at , Texas, °/h141L 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 BAND and seal of office this day of 200 A.D. Printed Name My Commission expires ED-1 M 5/19/02 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the meeting name of cmpoaation on the day of ,20_,that , , and , be, and hereby is; authorized to act on behalf of , as its name of corporatiom representative,in all business transactions conducted in the State of Texas, and; y, 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 r 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 . 20—. �. Secretary (seal) SRF-404 (5/13/91) SRF Number CERTIFICATION REGARDING DEBARMENT, SUSPENSION,AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended,proposed for debarment,declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency, (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain,or 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, malting 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(l)(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. Typed Name&Title of Authorized Representative Signatrae of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. Part B - Proposal PART B-PROPOSAL TO: GARY W.JACKSON FROM: adder's Name) CITY MANAGER %.T Uwi a4*u&4rA 0-f TZ. as ,riot. FORT WORTH,TEXAS 52o S, P0. , M!!-As�'e(c(,TZ� (Address) -76du For: Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,DOE-4976 Project Number: P272 541200 704170020683 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to-wit: Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,D.O.E. No. 4976 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price Sewer Improvements �_ ac 1.* 1376 LF 72"Sewer by Open Cut;All Depths $ $ 52 7- 880. mm TREE ANOP- O 'Fl(,ary Dollars& NOCents per U 2.* 710 LF 72"Sewer by Other than Open Cut;All $ 1850. $ 1, 313, 560. Depths(Interstate 30) OWE-E- THou 5 674 O C 16 F+T T"1 F'Ty Dollars& IVO cents per IF * indicates the item material is required on page B 1-6. Addendum 2 BI-1 GrUM ISU\Spew�Addo 2-Conan 2\Roposd addn 2 comma 2-doc Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,D.O.E. No.4976 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price coo 3.* 3204 LF 72"Sewer by Other than Open Cut;All $ 1135- $ 3, 636 540. Depths(Meadowbrook Blvd) 0046 ThCUK1b+&D brow Rm Tt�taa t'►NL�' Dollars& Cent per LF 00 00 4.* 20 LF 60"DIP Sleeve by Open Cut;All Depths $ $ oo. at 68+27 �� "T�H�OUSr4NC� L1GttTY VE roars& 1Ja Cans per LF 0o 5. 1 LS Construct Special Structure at Sta. 67+67, $! $ Z0,600 _ includes Corrosion Protection Two p4oaen riGuS,�i.t U Dnilars& NaCasts per is 6. 1 LS Construct Special Structure at Sta.68+27, $ $ . includes Corrosion Protection �— r16 F1T71 Mta.�ts g Dollars& 1V Q casts per IS * indicates the item material is required on page B1-6. MCI AA PIEM00 Addendum B1-2 aAM\0sssaN.Svsam2-Cnm�tx ea;;.�1.o^ ... pea \Proposal add 2 contract 2.doc i�� t: Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,D.O.E. No.4976 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price Oo QO 7.* 10 EA Construct Typical Manhole $ $ QUA J�FtItAJ$�,l Tr1o�,U$,td Ti�yt-�- ��i.Nr��c2� Dollars� sea Cents per EA CO ap 8.* 242 VF Extra Depth for Typical Manhole(5'Dia. $ d, $ Riser Sections),see Details on Sheet 20. .i �bJ� tft.��Oftt� F, Dollars& +MCJ Cents per VF Oo 00 9. 350 SY Rock Rip Rap $ J'r, $ ZZ 70, /XTY F1 VE Douars& No Cents per SY tT� O O 10. 141 LF Concrete Curb $ 30, $ Z30. , Douars& (�( Gets per [F * indicates the item material is required on page B1-6. Addendum 2 131-3 1r120M RUSp kA"2-Gaiar t 21Propoad addn 2 coauia 2.doc Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,D.Q.E.No.4976 Pay Appr»zimate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price CO 11. 267 SY Permanent Concrete Pavement Repair $ $ / S,xrY Ids& Cents per SY OO tp 12. 140 LF Anti-Floatation Protection $ 1112CO& E1 CrHT"' Ddbrs& Cemts per IF 9-0 °o 13. 5290 LF Post-Construction Television Inspection $ $ 5 & Crnts per IF i o f 76 14. 1376 LF Trench Safety System $ Q $� — I aUm& _Carts per U AS DO 15. 1 LS Restoration of G.C.(Tee Boxes,Turf, $ _� $ ! w Irrigation,Cart Path etc.) CNi & NOCarts per IS Of IclAL HCOID Addendum B1-4 Ci)tl e76"1I1a611 R "`�' CrA20W1W%Speo\Addn 2-Couuw APropossl arils 2 coeuaa 2doe Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,D.O.E. No.4976 rw Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 00 00 16. 1496 LF Hydromulch Seeding $ _ $ ��4.9 aar ONE r & .. w1 e X O Cmis per LF PRO 17. 1496 SY 6"Topsoil $ $ 14, _ DH=& +� CN Cuper sY co 00 18. 1 LS S WPPP $ 1P $ JAMO. .n -r nollars& NO Cans per LS aw 19. 4 EA Passive Odor Control for MH Vent Pipe $ $ o0 .r 1 ?'FiNisArg4 DOM& 0 ..___Ccnts per EA en p0 20. 2 EA Passive Odor Control for MH Frames $ 1:,t>f9- —aelm& NQ Coats per EA Addendum 2 BI-5 """` GA2W61884\SpecslAd10 2-cow.a 2\Yrcpoaal ad&2 cwww 2.doc Sanitary Sewer Main 244-A Village Creek Parallel Collector Contract 2,D.O.E. No.4976 Pay Approrimate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price po GO 21. 1 IS Traffic Control I-)FR254 -rtkX-'6A O whn& Na cents M rs 22. 242 VF 5' Diameter Conc.Manhole Corrosion $ a $ �. Protection �SgO Dollars& (0 cents per VF 14 Total $-6l51f )38. The pipe materials alternatives for Items 1,2,3,4,7,and 8 are listed below. The Contractor must mark the - appropriate box (only one) to indicate the material used for this bid. Failure to mark a material type will disqualify the bid. Fiberglass/Mortar Pipe,(ASTM 3262)** Reinforce Concrete Cylinder Pipe with 360 degree liner,(ANSI/AWWA C301) a Reinforce Concrete Pipe with 360 degree liner,(ASTM C76). a ** Indicates Meyer Polycrete Pipe, (ASTM D6783, ASTM C76) is an alternative to fiberglass/mortar jacking pipe. Addendum 2 131-6 Cr.\2 Wi&84Sp.V,d&2-Cootraa 21PropoW adds 2 worao Id. 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 and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the - property of the City of Fort Worth,Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization,subcontractors,or employment agency in either furnishing or referring employee applicants to -4 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 as set forth in the written work order to be furnished by the Owner. (Complete A or B below,as applicable): [ ] A. The principal place of business of our company is in the State of [ ] Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. ,. �. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Addendum 2 BI-7 (]:VA 0IU4\Sp=V.dds 2-contract PProposal adds 2 coon=2.doa Receipt is acknowledged of the following addenda: Addendum No. 1 1554 e d Addendum No.2 Addendum No.3 Addendum No.4 Addendum No. 5 Addendum No.6 (Seal)If Bidder Corporation �. Respectfully submitted, -- By: It Title: Fe�nevl 1(Y1a.KaR�,r Address: 52a S- G '�VG.i Fa, & ibO Addendum 2 BI-8 G-%" I U4\4p=\Addo 2-Comex 2\Poposd addo 2 contract 2.doc Part C - General Conditions PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS Cl-1 DEFINITIONS - C1-1.1 Definition of Terms Cl-1 (1) C1-1.2 Contract Documents C1-1 (1 ) C1-1.3 Notice to Bidders C1-1 ( 2 ) C1-1.4 Proposal Cl-1 (2 ) C1-1.5 Bidder Cl-1 (2 ) C1-1.6 General Conditions Cl-1 (2 ) C1-1.7 Special Conditions C1=1 (2) ®• C1-1.8 Specifications Cl-1 (2) C1-1.9 Bond C1=1 (2) C1-1.10 Contract Cl-1 (3) C1-1.11 Plans Cl-1 (3 ) C1-1.12 City Cl-1 (3 ) C1-1:13 City Council C1-1 (3 ) C1-1;14 Mayor Cl-1 (3 ) C1-1.15 City Manager Cl-1 (3 ) C1-1.16 City Attorney Cl-1 ( 3) C1-1.17 Director of Public Works Cl-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 ) Cl-1.22 The Work or Project Cl-1 (4 ) C1-1.23 Working Day Cl-1 (4 ) C1-1.24 Calendar Day C1-1 (4 ) C1-1.25 Legal Holiday Cl-1 ( 4 ) C1-1.26 Abbreviations C1-1 (5) C1-1. 27 Change Order Cl-1 (6 ) +. C1-1.28 Paved Streets and Alleys C1-1 (6 ) C1-1.29 Unpaved Streets and Alleys Cl-1 (6 ) C1-1.30 City Streets C1-1 (6 ) 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 CS-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) C6-6. 2 Permits and Licenses C6-6 (1) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3 ) C6-6.7 Railway Crossings C6-6 (4) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor C6-6 (8) C6-6.12 Contractor 's Responsibility for Damage Claims C6-6 (8) C6-6.13 Contractor 's Claim for Damages C6-6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10) ,,. C6-6.15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) C6-6.18 Contractor ' s Responsibility for Work C6-6 (11) C6-6.19 No Waiver of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (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) 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) 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. documen.ts , 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. r 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 Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) - C1-1 (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: Anyperson , 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 Ownershould have in order to gain a thorough knowledge of the project. - Cl-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) 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) C, Maintenance Bond (see paragraph C3-3.7) _ d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) C1-1.10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner' s representative showing in detail the location, dimension and position of the various elements of the project , including such profiles , typical cross-sections, layout diagrams, working drawings, preliminary drawings and such. supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner . The plans are usually bound separately from other parts of the - Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth, Texas , a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties . Responsibility for final enforcement. of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are .. synonymous. 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 Dar ctor of the City Water Department of the City of Fort Werth., Texas , or his duly authorized representative , - assistant', or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director o£ 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 executi.on .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. Cl-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 ay, 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. 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 of the above named holidays or a special holiday is declared. by the City Council , falls on Saturday, the holiday shall. .be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations . Employees -working calendar day operations will consider the calendar holiday as the holiday. C1-1 . 26 ABBREVIATIONS: Wherever the abbreviations defined herein. appear in Contract Documents, the intent and. meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min. - Minimum Testing Materials Mono.- Monolithic AWWA - American Water Works % - Percentum Association R —Radius ASA - American Standards Association I.D. - Inside Diameter °} HI - Hydraulic Institute O. D . Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot GI - Galvanized Iron St. - Street Lin. - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard MH - Manhole SY - Square Yard Max. - Maximum L.F. - Linear Foot D. I. - Ductile Iron .w C1-1 (5 ) Cl --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 nataral 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. Ariy. combination of the above. C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys. " C1-1. 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY: The roadway is defined as the area between parallel ]fines two ( 2 ' ) feet back of the curb lines or four -( 4 ' ) •feet back of the average edge of pavement where no curb exists. C1-1. 32- GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any .improvement was made. _ SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION' OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding' of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder ' s "Experience Record, " "Equipment Schedule, " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This statement must be current and not more than one ( 1 ) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be ., received , and such experience must have been on projects completed not more than five ( 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(l) forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that .the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data- which 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 requi4ed 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 bi.nding upon the Owner. Bidders shall rely exclusively and solely upon their- own estimates , investigation , research, tests , explorations, and other data which are necessary for full and complete. information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the ` bidder has made the investigations , examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in .• construction and as indicated in the Contract Documents will not be allowed. r The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he 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. r" 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 filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2. 9 TELEGRAPHIC MODIFICATION OY 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) an Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2-2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial - statement , experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g. Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2. A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the 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. R C2-2(S) r PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the 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 .s 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 OR 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 the MBE or WBE. Any- material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further , 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- (l) 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 exceed forty-five (45 ) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. . . The award of the contract, if an award is made, will be to the lowest and best responsible bidder. .. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3. 6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids , the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders , will 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 ) - 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 co-n*tract , as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants n3; as defined in Article 5160, Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment - Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. �* Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3 ) new surety satisfactory to the Owner. No payment will 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 Owner by either the Mayor or City Manager. C3=3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the .. Awardee to execute the required bond or bonds or to sign the required contract within ten (10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee' s failure to execute said bonds and contract within ten ( 10 ) days , the. proposal security accompanying the proposal shall be the agreed amount of .. 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 th.e time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order" , it is agreed that the Surety Company will , within ten ( 10 ) days .after the commencement date set forth in such ` written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall. not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) certificate of "insurance for approval. The prime contractor •• shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include. the coverage of all sub-contractors. a; COMPENSATION INSURANCE : The Contractor shall maintain, during the life of this. -contract , Workers ' Compensation Insurance on all of his 'employees to be engaged in work on the project under this contract, and for a,ll sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide 'adequate .employer ' s general liability insurance for the protection of 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 coveri=ng 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 +.r furnish insurance ' as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set .r 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 ,m to excavation. ( if excavations are to be performed adjacent to . same) . r� 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 these Contract Documents in amounts - and by carriers satisfactory to the Owner . ( Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime Contractor ' s insurance not cover the sub-contractor' s work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance, payment, maintenance and all such other bonds are written ,- shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6 ) City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then. such authority must be vested In a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3. 12 CONTRACTOR' S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3-3 . 13 WEEKLY PAYROLL: A certified copy of each payroll «� covering payment of wages to all person engaged in work on the. project at the site of the project shall be furnished to the Owner'-s representative within seven ( 7 ) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted. in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. .r 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 Contract - 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 r C4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. ,.t 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 i �. 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 the 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 ) .. suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work. r No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner . In case any orders or instructions , either oral or written, appear to the Contractor .. to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account. of the actual �• reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The' Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents + as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. .. The compensation agreed upon for ' extra work' whether or not 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) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the '! duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule: Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration. i For each general category, the construction schedule shall identify all trades or subcontracts whose work is M 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. C-4-4 ( 6 ) MIR r PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND .. MATERIALS .r SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the. contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor ' s failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in "- controversy. C5-5 . 2 CONFORMITY WITH PLANS: The finished project in all cases. shall conform with lines , grades , cross-sections , finish , and dimensions shown on the pians 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. C5-5 (1) 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 to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call ' ttis .. 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 , Fnglish-speaking - superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendent and his assistant shall be capable of' reading and understanding the Contract Documents and shall receive and .. fulfill instructions from the Owner, the Engineer, or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) '� adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. 'I C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer,' a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night , whether the project is scheduled on a calendar-day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or 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 r 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 .r on the project. C5-5 . 6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer , if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed,, well heated , air conditioned, lighted, and weather-proof, so that documents will not be damaged by the 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 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of theiwork and the rt 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 Dpcuments. 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 the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, -- remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of .. all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection. r 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 substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed C5-5 (5 ) substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without the written ,approval of Engineer who will be .. the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor ' s expense. Contractor shall indemnify and hold harmless Owner ,. and Engineer and anyone directly or indirectly employed by either of them from and against the claims , damages, losses and expenses (including attorneys fees) arising out- of the use of substituted materials or equipment. C5-5. 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , .. tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without- specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the 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 ) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate ROW 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 OR 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 .R utilities and their adjustment shall be considered as subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, „i 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. CS-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 ) '� 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 orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. .. C5-5. 18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made . Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment ' are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time ar 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 RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or "i 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. MW C6-6 (1) C6-6 . 4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to .ft 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 4 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 . Ali such facilities shall be kept in a clean and sanitary condition, free from objectionable odors s.o 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) Qr 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 its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such .work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor , after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire .. apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection - with such crossings shall include the roadway approaches as well as the structures of such crossings. -� The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS , ALLEYS , AND .� RIGHT-OF-WAY: For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools , materials , and equipment for -" construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be C6-6 (3 ) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc . Other contractors of the Owner may, ,for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work . Any - additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6. 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City will secure the necessary easement for the work. Where the railway tracks are to be crossed ,- the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his 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 barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being 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 "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways" , codified as Article 6701d Veron' s Civil .. Statutes, pertinent sections being Section Nos. 27 , 29 , 30 and 31. C6-6 (4 ) The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works department , Signs and Markings Division ( phone number 8780-8075 ) , 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 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 fwa 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 Contractor shall notify the proper representative of any public service corporation , any company , individual , or utility, and the Owner, not less than twenty-four hours in C6-6 (5 ) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed.` Whenever explosives are 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 i 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, plants, lawns, fences, culverts, curbing, and all other types of. structures or improvements , to all water , sewer, and gas lines, to all conduits, overhead pole lines , or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. .. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and- private utility companies or any corporation, company, individual, or other, either as owners or occupants , whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission, neglect , or .. misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor , he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be. directed 'by the Owner , or he shall make good such damages or injury in a manner acceptable. to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better �. than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The fence removal, temporary closures and replacement �] subsidiaryto the various items bid in the r kit C6-6 (7 ) i 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, i 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) w r� in whole or in part , by alleged negligence of officers , agents , servants , employees , contractors , subcontract-ors , licensees or invitees of the Owner . Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries,loss or damages to property of the Owner during the performance of any of the terms and conditions of .this Contract, whether arising out of or in connection with or resulting from, in whole or in part , any and all alleged acts or omissions of officers , ;.» agents, servants , employees , contractors , subcontractors , licenses, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended by the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claim concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the performance of such work,. and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: 1. The claim has been settled and a release has been .� obtained from the claimant involved, or 2. Good faith efforts have been made to settle such 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, make 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 M0 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. C61-6. 14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC. . In .case it I.s necessary to change , move , or alter in any manner the property of a public utility or others, the said •b 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. ■- C6-6 .16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete - and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered) to - the Contractor from a connection on an existing City main . All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The. Contractor ' s responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1. 2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges , if mm 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 k precaution to prevent injury or damage to the work or C6-6 (11) { o RIBI 06 nr 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 bea 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 Cozitractor in lieu of the tax shall be subject to aril 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: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TX tt 911Y C6-6 (13) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 . 1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate 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 .� these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents . All transactions of the Engineer will be with the Contractor . Subcontractors will be considered only in the capacity of employees or- workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7 . 2 ASSIGNMENT OF CONTRACT : The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any Fart 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 e, impracticable and extremely difficult to fix the actual damages. C7-7 . 3 PROSECUTION OF THE WORK : Prior to beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) Pw 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 be 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 shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1. 24 and the Contractor may work as he so desires. C7-7 ( 3 ) i i 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) any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor. to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETIONv 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 ) * This section has been revised for this project(Sanitary Sewer Main 244-A Parallel Collector Contract 2). Refer to DA-138 Liquidated Damages. $ 500,001 to $1,000,000 inclusive $ 315.00 $11.000,001 to $2,000,000 inclusive $ 420.00 $2, 000, 001 and over The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in completing 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 materialsin 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 Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If , "after investigations, the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days , the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of .� the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on work which has not been performed. .e 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) consent of the Owner, sublet the work or that portion of the work as taken over, provided however_ , that the Sureties shall exercise their option, if at all , within two weeks after the •- written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Contractor ' s place in all respects , and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents. �* In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any -materials , plants, tools , equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials , tools , equipment , and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted �- shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have 4 been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section , the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7 . 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 Contcact Documents have C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole , or from time to time in part , in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated , and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is' placed in the United States Mail by the Owner. Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated'; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. 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 b. the completed, or partially completed plans, drawings , information and other property which , if the contract had been completed , would have been required to be furnished to the Owner. 5. complete performance of such part of the work as shall not have been 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 (11) D. AMOUNTS : Subject to the provisions of Item C7-7.16(C) , the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto ; -� provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits . Nothing in C7-7 . 16 ( E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the -. Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the, Owner to agree as provided in C7-7 . 16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the „Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the ”- amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a ) all unliquidated advance or other ,.. payments on account theretofore made to the Contractor , applicable to the terminated portion of this contract; ( b) any claim which the Owner may have against the Contractor. in connection with this contract; and (c ) the agreed price for , or the proceeds of sale of , any materials , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an C7-7 (12) s w equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such price or prices ; nothing contained herein , however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 . 14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7 . 17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal , state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7 (13) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents , numbers , and weights of the materials and items installed. C8-8 . 2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor , tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents.- The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures , cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes , delays , profits , injuries, damages claims , taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in •. a satisfactory condition for operation. C8-8 . 3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment, appurtenances , and all 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 Anclude 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) asd{tc him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates �- and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken m as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8 . 6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance o£ 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 •y 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 prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. C8-8 ( 3 ) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be "paid to the Contractor within 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 with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and �. C8-8 (4) "' 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 contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness. C8-8 . 11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8. 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer , depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit . 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 SECTION Cl: .. SUPPLEMENTARY CONDITIONS TO PART C- GENERAL CONDITIONS A. General .. These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in .. its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the _ 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such .. materials are included within a pay estimate,payment shall be based upon 85%of the net voice value thereof. The Contractor will ftuunish 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 C3-3.1l'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 w E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor _ covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or .. alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is causedin whole or in part, by the negligence or .. abed negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C-General Conditions, Section C4-4 SCOPE OF WORK,Page C 4-4(1),revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph"h. ADDITIONAL .. INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional -� insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 .., Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. -� d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. _ g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in .. favor of the City. L 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 famished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided •- herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10,General Guaranty at page C8-8(4)is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents,nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The .. Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two(2)years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good •� and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 10/24/02 which shall assure the performance of the general guaranty as above outlined. The Owner will .. give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C-General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL,Page C2-2 (4)exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the .. following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the"Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word'PROPOSAL," and the name or description of the project as designated in the"Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division,P.O. Box 17027,Fort — Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing _ Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing,addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud,the proposals for which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48)hours after the proposal opening time,no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C,General Conditions,dated November 1, 1987;(City let projects)make the following revisions: i Revised Pg. 5 10/24/02 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of _ the proof required herein. 2. Pg. C3-3(5)Paragraph C3-3.11 INSURANCE delete subparagraph"a. _ COMPENSATION INSURANCE". 3.Pg.C3-3(6),Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C-General Conditions, Section C8-8 MEASUREMENT AND PAYMENT,Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a)Contractor agrees that the City shall,until the expiration of three(3)years after final payment under this contract,have access to and the right to examine and photocopy any directly pertinent books,documents,papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of _ intended audits. (b)Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three(3) years after final payment under the subcontract,have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of such .. subcontractor,involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c)Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: Revised Pg. 6 10/24/02 1. 50 copies and under- 10 cents per page .. 2,More than 50 copies- 85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: -� The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements,page C6-6(4),part C-General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C-General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph,it shall be changed to the word flagmen. 2. In the first paragraph, lines five(5) and six(6),change the phrase take all such other ,., precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C(General Conditions), Section C3-3.2 Entitled"MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be -� deleted in its entirety and replaced with the following: Upon request,Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise(MBE) and/or a Woman Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its .. possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the _ commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than negligent .. misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. _ Revised Pg. 7 10/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a)The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b)The contractor shall, for a period of three(3)years following the date of acceptance of the work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. These records shall be open at all _ reasonable hours for inspection by the City. The provisions of Section C-1,L. Right to Audit(Rev. 9/30/02)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a) and(b) above. (d)With each partial payment estimate or payroll period,whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 _ 10/24/02 Part D - Special Conditions D �� � �1I iiiORIH, 7�1t i Q - SPECIAL CQ&DITIONS - D-1 GENERAL......... ............................................:...................................................................3 D-2 COORDINATION MEETING,..' ',­­­­..... EETING.... ..........................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW.....................4 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT....................................7 D-5 CROSSING OF EXISTING UTILITIES...............................................................................7 D-6 EXISTING UTILITIES AND IMPROVEMENTS ..................................................................7 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES:...............................................................8 D-8 TRAFFIC CONTROL.........................................................................................................8 D- 9 DETOURS.........................................................................................................................9 D- 10 EXAMINATION OF SITE........................................................ ....................................9 ®. D- 11 ZONING COMPLIANCE.................................................................................................9 D- 12 WATER FOR CONSTRUCTION....................................................................................9 D- 13 WASTE MATERIAL.....................................................................................................10 .. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................10 D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES............................10 D- 17 BID QUANTITIES.........................................................................................................11 D- 18 CUTTING OF CONCRETE..........................................................................................11 D- 19 PROJECT DESIGNATION SIGN.................................................................................11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................11 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D-22 CRUSHED LIMESTONE BACKFILL............................................................................12 D-23 2:27 CONCRETE................................................................................................._......12 D-24 TRENCH EXCAVATION, BACKFILL,AND COMPACTION.........................................12 D-25 TRENCH PAVEMENT (PERMANENT) REPAIR(E2-19) FOR UTILITY CUTS............14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................14 D-27 SANITARY SEWER MANHOLES....................................... .............................15 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 SPOIUFILL MATERIAL..................„...................................................22. D-33 MECHANICS AND MATERIALMEN'S LIEN.................................................................22 D- 34 SUBSTITUTIONS........................................................................................................23 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER.............23 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..........................................26 D-37 BYPASS PUMPING.....................................................................................................27 D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..........27 D-39 SAMPLES AND QUALITY CONTROL TESTING.........................................................29 D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)...............................................................................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..............................................32 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING.............................................32 D-46 CONFINED SPACE ENTRY PROGRAM.-...................................................................37 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION............................37 D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)......................37 D-49 CONCRETE ENCASEMENT OF SEWER PIPE..........................................................38 D- 50 CLAY DAM...................................................................................................................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE)..................................................................38 10/27/04 SC-1 PART D - SPECIAL CONDITIONS D- 52 INSTALLATION OF WATER FACILITIES....................................................................39 .. 52.1 Polyvinyl Chloride (PVC)Water Pipe................................................ . ........................39 52.2 Blocking ......................................................................................................................3'9 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.................................................................................. .. .......................44 " 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...............................................................................A4 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....................................................................................................48 D-61 SANITARY SEWER SERVICE CLEANOUTS..............................................................48 D-62 TEMPORARY PAVEMENT REPAIR..................................................._........................48 D-63 CONSTRUCTION STAKES.........................................................................................45 D-64 EASEMENTS AND PERMITS..................................... D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING................................................49 D-66 WAGE RATES............................................................................................................49 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE.....................................50 D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)............................................................................................................................50 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF �- EXISTING WATER SYSTEMS....................................................................................................52 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................53 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION.....................................................53 ,. D-72 AIR POLLUTION WATCH DAYS.....................................................................................53 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..........................................54 10/27/04 SC-2 PART D - SPECIAL CONDITIONS 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. SANITARY SEWER MAIN 244-A VILLAGE CREEK PARALLEL COLLECTOR—CONTRACT 2 FORT WORTH, TEXAS D.O.E. PROJECT NO. 4976 PROJECT NO. P272 541200 704170020683 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 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 govem performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications,except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS 10/27/04 SC-3 i PART D - SPECIAL CONDITIONS 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. i 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 i "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. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: i 10/27/04 SC-4 PART D - SPECIAL CONDITIONS 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the .. contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to _ the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a .. new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the govemmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change 10/27/04 SC-5 r .e PART D - SPECIAL CONDITIONS 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 misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 10/27/04 SC-6 PART D - SPECIAL CONDITIONS 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach .. from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or .. transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. .. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. 10/27/04 SC-7 PART D - SPECIAL CONDITIONS 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 (as approved or authorized by the applicable utility company) for the support, protection or relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The .. Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the _ new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more .. frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for .. providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on 10/27/04 SC-8 an am PART D - SPECIAL CONDITIONS Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-8770, at the pre-construction conference. Although work will not begin until the traffic control 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. 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." D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION 10127104 SC-9 .. PART D - SPECIAL CONDITIONS The Contractor at his own expense will furnish water for construction. on D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the wo 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. an D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is .m 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. 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." 10127104 SC-10 PART D - SPECIAL CONDITIONS 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: (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 10127104 SC-11 PART D - SPECIAL CONDITIONS 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 Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise,and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be AM required to support the pipe with an improved trench bottom. The expense of such remedial 10127104 SC-12 a PART D - SPECIAL CONDITIONS measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type"C" backfill must be mechanically compacted unless the Contractor can fumish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include .. representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type"C"or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and .. shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the#200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 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. 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 10/27/04 SC-13 PART D - SPECIAL CONDITIONS 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,with the exception of 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. Type °B" backfill shall be paid for at a pre-bid unit price of$15.00 per cubic yard. D-25 TRENCH PAVEMENT(PERMANENT) REPAIR(E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of 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 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12)inches outside the trench walls. The trench shall be .. backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential .. driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3)feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in .. the opinion of the Owner,the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by •� the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. 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 .. 10127/04 SC-14 .. PART D - SPECIAL CONDITIONS all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan 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 embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5)feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench .. safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone 10127104 SCA 5 PART D - SPECIAL CONDITIONS section has been constructed and the lid installed to keep out debris as a result of additional .. construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18"and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal .. sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole .. casting for not less than three (3)feet each direction to existing finish grade.of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and �- Frames are acceptable for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when .. manhole depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. .. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol,"or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. 10/27/04 SC-16 PART D - SPECIAL CONDITIONS This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1 INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over .. manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside)of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the •. frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the .. Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches .. below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of .. dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not ia/27104 SC-17 PART D - SPECIAL CONDITIONS specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper"Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. .. C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. .. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to,joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as �- directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an .. expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. D. 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 10/27/04 SC-18 PART D - SPECIAL CONDITIONS _ any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. -� E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such .. condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as ., approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced .. as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the .. two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The .. Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private .. property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 10/27/04 SC-19 .. PART D - SPECIAL CONDITIONS Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE,AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special .. Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated .. material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal �- shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and .. grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. 10/27/04 SC-20 PART D - SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section .. shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in .. the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the .. Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be •. required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or 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. .. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location_ Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). .. L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 10127/04 SC-21 u }�'\l PRO@ OR Clff �E(--;R[ 12y Fy, 'v11.1pH, TEK. PART D - SPECIAL CONDITIONS D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall •• not be less than two inches with a minimum unit weight of 2% 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 SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the 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 spoilffill material at a site .. without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN _ The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. AM 10/27/04 SC-22 ))11\y PART D - SPECIAL CONDITIONS _ D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term"or equal", or"or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be .. approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to"substitutions"shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment .. shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall cavy its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. .. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage .. present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. .. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If .. cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire .. manhole section, it will be assumed that a major blockage exists, and the cleaning effort 1027104 SC-23 PART D - SPECIAL CONDITIONS shall be abandoned. When additional quantities of water from fire hydrants are necessary .. to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the _ Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no .. additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. .. B. EXECUTION: .. 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of .. any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or .. the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. .. 1W7104 SC-24 in PART D - SPECIAL CONDITIONS The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of .. significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. _ 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The .. Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. .,. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF .. SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily .. evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. 10/27/04 SC-25 PART D - SPECIAL CONDITIONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to dft 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 D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the .. vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg-9"Hg) (SEC) .. Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 10/27/04 SC-26 ON PART D — SPECIAL CONDITIONS No 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' .. 1. 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 No manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as .. described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal .. condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted .. to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. 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. 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. 10/27/04 SC-27 PART D - SPECIAL CONDITIONS B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between .. members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or .. other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, 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. 10/27/04 SC-28 .r PART D - SPECIAL CONDITIONS 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 fumished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such Poor Quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good 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 .o 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 fumish materials and equipment conforming to the requirements of the contract. 10127104 SC-29 PART D - SPECIAL CONDITIONS D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT,AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) 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. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. 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. 4. 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. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 10/27/04 SC-30 PART D - SPECIAL CONDITIONS .. 6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall 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. 10127104 SC-31 r � PARI' D - SPECtAL GOND#TIONS D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST .. Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth .. minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL 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. 10/27/04 SC-32 PART D - SPECIAL CONDITIONS CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block`; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the .. dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15)to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and .. tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod,which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the •. Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. .. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread .. uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. ® 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a 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 10127/04 SC-33 PART D - SPECIAL CONDITIONS of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% p 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) (Westem Sections) (All Sections) .. Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 .• Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b .. TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, .. grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing �- of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as 10127104 SC-34 PART D - SPECIAL CONDITIONS specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required. _ DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of •• the "Cultipacker"type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed -, to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under"Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six(6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is .. applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. 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. 10127/04 SC-35 PART D - SPECIAL CONDITIONS 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients 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. 10/27/04 SC-36 an PART D - SPECIAL CONDITIONS All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type .. specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED .. SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact .ft the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. 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. 9. 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. 10. 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. 11. 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 (WHERE IDENTIFIED ON THE PLANS) 10127/04 SC-37 OFFICIAL ROD ® Cid ARY Fy. 01-TH, fix. PART D - SPECIAL CONDITIONS 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs 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. e 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 .. 10117/04 SC-38 4 PART D - SPECIAL CONDITIONS conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain .. a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the ,., Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant ,., required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the .. linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1.WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. .. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 10/27/04 SC-39 PART D - SPECIAL CONDITIONS 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be •` 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 angulaticn 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 10/27/04 SC-40 PART D - SPECIAL CONDITIONS The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. ® All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured .. service branches. All materials used shall be as specified in the Material Standards (E1- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. 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 MR used in excess of five (5) feet from Main to five (5)feet behind the Meter. 10117/04 SC-41 PART D - SPECIAL CONDITIONS 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the .. centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate .. bid item(s). 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. r.� 1. 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). 2. 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 10/27/04 SC-42 PART D - SPECIAL CONDITIONS water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" �• temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. .. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon 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 .r 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 City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including la'27104 SC43 PART D - SPECIAL CONDITIONS appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be .. furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. .. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the 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: 10/27/04 SC-44 an PART D — SPECIAL CONDITIONS on E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be fumished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings,joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 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-155ORC Root Pruner .. C. NATURAL RESOURCES PROTECTION FENCE 3. Steel"T" = Bar stakes, 6 feet long. 10/27/04 SC-45 PART D - SPECIAL CONDITIONS 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. .. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. .. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. .d 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 -� 10/27/04 SC-46 PART D - SPECIAL CONDITIONS _ City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility 'of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as .. follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction ■• activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name .. of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction notification'flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer 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. 10/27/04 SC-47 PART D - SPECIAL CONDITIONS All work involved with the notification flyers shall be considered subsidiary to the contract price ., and no additional compensation shall be made. D-60 TRAFFIC BUTTONS .. The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, .. the contractor shall contact SSMD at(817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. .. D-61 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible,the cleanout stack and cap shall be cast iron. .. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included .. in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary .. pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving .. contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other ,. customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever .. practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, 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 .. 10/27/04 SC-48 PART D - SPECIAL CONDITIONS Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry .. agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all costs associated with-compliance with the permit(s) including payment for flagmen shall be subsidiary to the bid item price for boring under the railroad. 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 10/27/04 SC-49 PART D - SPECIAL CONDITIONS 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 National Emissions Standards for Hazardous Air Pollutants (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 asbestos cement pipe (ACR) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. " C. This section defines the generator of hazardous materials. The requirements of Section have been changed for this project (Sanitary Main 244A Village Creek Parallel Collector ON Contract 2). The standard to be used is the Texas Water Development Board Supplemental Contract Conditions CWSRF Tier 3, and DWSFR, page 14, Item 17. Hazardous Materials (See the SRF funding section of the specifications). .. 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) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER .. THAN 1 ACRE) 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 10/27/04 SC-50 PART D - SPECIAL CONDITIONS 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.tK.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres,the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent .. (NOI)form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site.The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. .. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water& General Permits Team; MC-228 P.O. Box 13087 Austin,TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 �. NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT)form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water& 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. 10127104 SC-51 PART D - SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY— DISTURBED AREA EQUAL TO OR GREATER THAN 5 .. ACRES: A Notice of Intent (NOI)form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee.A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator �- assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY- DISTURBED AREA EQUAL TO OR GREATER THAN .. ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet 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. 10/27/04 SC-52 PART D - SPECIAL CONDITIONS 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. PAW D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION .. Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the as 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: an 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 no 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 so of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public 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 10127104 SC-53 PART D - SPECIAL CONDITIONS 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 burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. .. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc.,will be required. The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit •- application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. 10/27/04 SC-54 (To be printed on Contractor's Letterhead) Bale: DOE No:3176 PROJECT NAME:Main C1C411 Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9t°Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street :<XX>days Vit s r, THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. C-ONSTRUCTION WILL BEGIN APPROXIMATELY :SEVEN DAYS ' FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT TELEPHONE NO.> OR Mr. <CITY INSPECTOR>AT 1I'ELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HAIVDY 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(2 1/2 CY&less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 .. Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic,Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 10127/04 SC-56 PART D - SPECIAL CONDITIONS r r ..e r r 10/27/04 SC-57 FORTWORTH Daft: — DOE NO. ]M= ft*JM Name: .. NOTICE OF TEMPORARY WATER SERVICE .. INTERRUPTION .. DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) .. THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. .• THANK YOU, ,CONTRACTOR ow PART D - SPECIAL CONDITIONS F :_TEXAS t1EPM MENT OF HE&Tl1 `' DEM4L"ITI0N if kN6,V�►' CiN N �C�F�TION 4O�RAIi 4 KWE WWLIE rfF AS THAT ARE J1Nii dDED 'N 1 k CvntiaGtor: TION I.�o�ense Number H d7IFIC } Addriiii Y r u / .:.,�y�"�� - marAe. >'' LTCB t n 'IUd NES IAP Indlulduak r C:erlir Noe D .. ;D`ainaltf Conti aCtot rllltoa Phone Naenbet+t t;• J4�drasex +Cpy; '` Site' Zb 2} l�ni�jbct CpnAu or operator Ti?H l iaettc9�turnbet` ti (4 iitlir �iddra ..' Cdjr:• - SIa69 Zi®c mea Pham Number[ ] }nFmill V QWner" _ ,#�9iInQ P4dtitie - ` ' Sfia4egip, �OnsrF�ttonsNumber# 1 .711 invowi for 1hp notifies ant wg16e d 4e thg_vrreier pf the t►ypdin arm flit blggig ad4ri for the invoi�►"WHI be .� 1R1 tint i�ft4rr17�lI4n#hit is p��rvitldd Inthis sedlna r 4}sDBS On-Fff 'Fi­.,'-� z Or FRCW Sf Name: x lllAd Gautdy C#ly` Zlp r. Facly PhOrte I+�mbsr(. 1 t arty Contact i*'9vn, " ,� t UbA13fGD1�1 itARlbef' P - - Ftre tJB A of 9uif fnElFadli(y�' Slav - t+u er of FiaerB'= hooi( .7!,12Y."13 Y6E,f NO 5 TyEte sof Wlloilc 0 oftolibtori Q mon{,4 stamant} 13 lk mnat Cd ldat�l . ,�!►,.' D Evanfag .�`Night` Q rPtA�?I'oj9Ct.: � oF+rmrk schedule:' .. B} is 11 is at�tttie Huiltllr ? E!:Yn NO Feder F ility�ti1tE t3eNd Induabial SIW?Q)'M 0 NQ PISIAF- t 'F$ai�jt? © YES ; q NOBulbdedfrupf1? Q YDS' 4 ND 7},IWF ifim f�Ipe* irHEi+K ONL1f ONE Y; Y .� tf,-t7ripinat[10-W61, IgDays} gpt�tait Q lljrldment t�-Enr enc ni�d= f K ti i6 ar an19t1dny8nl,whlt i�KlMdlldlt181Et number 4 this? RClose AD�y of�or�lnaFalirliar Ia$t aF1A61ti1t1fl�It�" ifen .v+l>Q did yQu d_ oli oi�tle Sutwft tines ev ent end explanaidon W haw the event paused urns dpnd�tfon6 Would�cai�se. i ssma9$:�-F!pp le „mac nary.e y _ ; ' p1Xs�' di "EtD iD1k711J8dinihe;avantthatUI1eXfSeC18d ji 41 Orprav�o4ta� norrfii�ebie . sraerta�'W cmft anmblerl'Pudv .Or wed#3'p(aMdBr`= - i#} aI< Asbbag survey per? Q YE,i f fiats / 1 7 Rki InepecRvr Livanse Nc y Meihad:o PLM i3TEM t� sswnad Ti) r t iCar1 No �r,TA�1PA IGobtilid � an mustbem�de TOHtkensed'Inapej .. "' Q'� fpib of p1amed datriodt oo r;cena -fife � . _ n _ +ram#yps of matenel,;ar�ma�hod(s}to ba utss�;, i t} Dasu6ort 4f+mak prsciiraee and eiQineertne"ooh to he used is prevent emissions cf asba$tGe at�h ct�icliAonftenovaifon' ` } = . 10/27104 SC-59 PART D - SPECIAL CONDITIONS h Y .1ALL eliplicabl Hems in v a,t t moat be+x+mp1eted: IF NO J 9t EST08 PIiESElU CHECK 1#EREl7 •• - Ap acinse a amount a1 6 ck unit of nnesunm t 4W a bM43gntaining Building MaEeriM Ar►haetoa� � �„ A Oil Rz�"_ WIMM M., F M - RAGM NC�i:rener�ued " ;x Q n0erior I norrft�ti remauisd " ',1 nondrfatifa NOT renii�ved 2 Infedcr ,.. Ii rIO1lt8t11e f1�iR10VQ4t /1 ExterlGr 1I.0+�f1-f+ripble�+emQYed - h �' ��"'°'_� � �.•�:Ii 1101i�811fe N�i"�RrnOVeid = � . f2AeCM Dt'�i�adity CAt OWixii 13} Wiiido Tnanaporter Name: 1UH 1,FDirnsa Nurtmar: Adtlr city 3t®te. Zip. ` .. Oonlact Pereor Phone-i her.:[ 1 sow .1+{a as�e,�171sposai�'iE@ fUat�'i .. elephor►e C :..1 'Ei�ERCG Permit Narniaer. , - s(rt bural(y unsovrid farslliife;�attach at t:opy of demo6fjon o►+daf anti rd i y Qcxer�n�enta_1 offidi below: ;•. �,-_ t�stknNe.- �� Ee of oWe-f AMtf�dlyy)1 t yDa d+9r to°begirt lullNOC+1YY} J r - Ied cff As'pesloe Abatement(1.ihUf7DJYY) Star ] ornRlieie. f 3 )N� dUiiadf7af96 f)el4ififtaenovafion:{fu1MIDI?Y1'}- Start. i f t�amp[etgc a$*'_ 1Ftha.tgtaers on d�iu nodAehtw +grn noe# mai,lho lfvki t�oytiam�or Loeat prcram ote�g ito�,stt oontectea by•" ' ,p rutpriaiothestartdata Pallors#adga axbolertt4ninaccadMbiWYAWA$aeliow2v&B1 x Aby1?!3<lifi l lot ic11 Jnfwmefbn i have pnatitdad bz cArf+eCi oompleler.and huATlr�the twat aFmy_'rgawfadSa. I actaroKAed a •• 1t►st�m '�°xnsdfa bar sit aacis of artorrn,nrrCu�ng�but not Brnitir�content and submleabon dates Ths. ��`��� ���OAi?0 p�dar'par i+iQlhlion 8�iildinp Owneu►Ope9abor. _ •,-([3i+�Itrosd Nana}; (date?. (Tefepha�ne) ' An faDs�""'Litarl'ilC�Dr1tS'aC10� - r 1 , , . 1AFAx plumber) . L ,AONST`C&NOTfFICATHM SECTfON .. TOXICSUl�Tl,4 MS�COWROL WSION y y `. -TEXAS`•DEPARTMENTo kkkirH.- arrr of Iccgptad', �t1 BOX 143538. "Fates trrt not aat�pd al° r NuimN,TX78T14353lt, om PH:5t2` U4$0 40�672�6+{S o►m IIPB .dated OTIC; l72 RWam.TDH f mr 61od 07AW1.Fatr a *Wm 01 e�p!J g l-lam ST�$�+OB 10/27/04 SC-60 .. PART DA - ADDITIONAL SPECIAL CONDITIONS an DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS..............5 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED)..............5 •• DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED).....................................................5 DA4 FOLD AND FORINT PIPE (OMITTED) ...................................................................5 DA-5 SLIPLINING (OMITTED)......................................................................................5 .. DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT..................................................5 DA-7 TYPE OF CASING PIPE................................................................................................8 DA-8 SERVICE LINE POINT REPAIR/CLEANOUT REPAIR (OMITTED)...............9 no DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED).....................................................................................................................................9 DA-10 MANHOLE REHABILITATION (OMITTED) ......................................................9 .. DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) 9 DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM (OMITTED)...............9 DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM (OMITTED)......9 DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM (OMITTED)..9 ,. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER(OM[ITTED)........................................................................................................................9 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED).....9 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED)........................................9 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED).................9 DA-20 PRESSURE GROUTING............................................................................................. 10 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES................................... 13 DA-22 FIBERGLASS MANHOLES(OMI'I"IED)................................................................. 16 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED)............................... DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.................................... 16 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS............................................. 16 DA-26 REPLACEMENT OF H.M.A.C.PAVEMENT AND BASE..................................... 16 DA-27 GRADED CRUSHED STONES................................................................................... 17 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0'WIDE (OMITTED)........................... 17 DA-29 BUTT JOINTS—MILLED (OMlTTED)............................................................... 17 DA-30 2" H.M.A.C.SURFACE COURSE(TYPE "D" MIX}.............................................. 17 .. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED)........... 18 DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED)..................................... 18 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED)................................ 18 DA-34 8" PAVEMENT PULVERIZATION (OMITTED)................................................ 18 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE(UTILITY CUT) (OMITTED)................................................................................................................................... 18 DA-36 RAISED PAVEMENT MARKERS (OMITTED)................................. DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED)................................................................................................................................... 18 DA-38 LOADING,TRANSPORTATION,AND DISPOSAL OF CONTAMINATED SOIL (OMITTED)................................................................................................................................... 18 11/02/04 revised ASC-1 R M-244A Addendum 2 ..r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC......................................................... 18 DA40 CONCRETE RIPRAP...................................................................................................21 DA41 CONCRETE CYLINDER PIPE AND FITTINGS.....................................................22 DA42 CONCRETE PIPE FITTINGS AND SPECIALS......................................................22 DA43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ....................................23 DA-44 6"PERFORATED PIPE SUBDRAIN (OMITTED)..............................................23 DA45 REPLACEMENT OF 4"CONCRETE SIDEWALKS (OMITTED).....................23 DA46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED).................23 DA47 PAVEMENT REPAIR IN PARKING AREA.............................................................23 DA48 EASEMENTS AND PERMITS....................................................................................23 DA49 HIGHWAY REQUIREMENTS...................................................................................23 DA-50 CONCRETE ENCASEMENT .....................................................................................24 DA-51 CONNECTION TO EXISTING STRUCTURES.......................................................24 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED)24 .� DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED)............................................24 DA-54 WATER SAMPLE STATION (OMITTED)..........................................................24 DA-55 CURB ON CONCRETE PAVEMENT (OMITTED).............................................24 DA-56 SHOP DRAWINGS.......................................................................................................24 DA-57 COST BREAKDOWN..................................................................................................25 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C.OVERLAY(OMITTED)..25 DA-59 H.M.A.C.MORE THAN 9 INCHES DEEP (OMITTED)......................................25 DA-60 ASPHALT DRIVEWAY REPAIR..............................................................................25 DA-61 TOP SOIL.......................................................................................................................25 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED)...................................................................................................................................25 DA-63 BID QUANTITIES........................................................................................................25 DA-64 WORK IN HIGHWAY RIGHT OF WAY..................................................................26 DA-65 CRUSHED LIMESTONE (FLEX-BASE) (OMITTED) ........................................26 .. DA-66 OPTION TO RENEW (OMITTED)......................................................................26 DA-67 NON-EXCLUSIVE CONTRACT................................................................................26 DA-68 CONCRETE VALLEY GUTTER (OMITTED)....................................................26 DA-69 TRAFFIC BUTTONS....................................................................................................26 DA-70 PAVEMENT STRIPING..............................................................................................27 DA-71 H.M.A.C.TESTING PROCEDURES OMITTED 27 DA-72 SPECIFICATION REFERENCES..............................................................................27 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED).............................. DA-74 RESILIENT-SEATED GATE VALVES(OMITTED)..............................................27 DA-75 EMERGENCY SITUATION,JOB MOVE-IN...........................................................27 DA-76 1 Y:"&2"COPPER SERVICES..................................................................................27 DA-77 SCOPE OF WORK(UTIL. CUT) (OMITTED).....................................................28 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL.CUT) (OMITTED).......................28 .. DA-79 CONTRACT TIME(UTIL. CUT) (OMITTED)....................................................28 DA-80 REQUIRED CREW PERSONNEL& EQUIPMENT(UTIL.CUT)(OMITTED) 28 11/02/04 revised ASC-2R M-244A Addendum 2 �r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-81 TIME ALLOWED FOR UTILITY CUTS(UTIL.CUT) (OMITTED)..................28 DA-82 LIQUIDATED DAMAGES (UTIL.CUT) (OMITTED)........................................28 DA-83 PAVING REPAIR EDGES(DTII..CUT) (OMITTED).........................................28 DA-84 TRENCH BACKFILL(UTIL.CUT) (OMITTED)................................................28 DA-85 CLEAN-UP(UTIL.CUT) (OMITTED).................................................................28 DA-86 PROPERTY ACCESS(UTIL.CUT) (OMITTED)................................................28 DA-87 SUBMISSION OF BIDS(UTIL.CUT) (OMITTED) .............................................28 DA-88 STANDARD BASE REPAIR FOR UNIT I(UTIL.CUT) (OMITTED).................28 DA-89 CONCRETE BASE REPAIR FOR UNIT II &UNIT III(UTIL. CUT)(OMITTED) 28 DA-90 2"TO 9"H.M.A.C.PAVEMENT(UTIL.CUT) (OMITTED)...............................28 .. DA-91 ADJUST WATER VALVE BOXES,MANHOLES,AND VAULTS(UTIL.CUT) (OMITTED)...................................................................................................................................28 DA-92 MAINTENANCE BOND(UTIL.CUT) (OMITTED)...........................................28 DA-93 BRICK PAVEMENT(UTIL.CUT) (OMNI`I`ED)..................................................28 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED).............................28 DA-95 CEMENT STABILIZED SUBGRADE (UTIL.CUT) (OMITTED)......................28 DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) (OMITTED).........28 DA-97 "QUICK-SET" CONCRETE(UTIL.CUT) (OMITTED).....................................28 DA-98 UTILITY ADJUSTMENT(UTIL.CUT) (OMITTED)..........................................28 DA-" STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS(UTIL. CUT) 29 MM DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL.CUT)(OMITTED),.29 DA-101 CONCRETE CURB AND GUTTER(UTIL. CUT) (OMITTED).......................29 DA-102 PAYMENT (UTIL.CUT) (OMITTED).............................................................29 DA-103 DEHOLES SC.EXT. OMITTED ....29 DA-104 CONSTRUCTION LIMITATIONS(MISC.EXT.) (OMITTED)......................29 DA-105 PRESSURE CLEANING AND TESTING (MISC.EXT.) (OMITTED)............29 DA-106 BID►QUANTITIES(MISC.EXT.) (OMITTED)................................................29 DA-107 LIFE OF CONTRACT MSC.EXT.) (OMITTED)..........................................29 DA-108 FLOWABLE FILL(MISC.EXT.) (OMIT'TIED)...............................................29 DA-109 BRICK PAVEMENT REPAIR(MISC.REPL.) (OMITTED) ...........................29 DA-110 DETERMINATION AND INITIATION OF WORK(MISC.REPL.) .. (OMITTED)...................................................................................................................................29 DA-111 WORK ORDER COMPLETION TIME (MISC.REPL.).....................................29 DA-112 MOVE IN CHARGES(MISC. REPL.)...................................................................29 DA-113 PROJECT SIGNS (MISC.REPL.)....................................... ..........30 DA-114 LIQUIDATED DAMAGES(MISC. REPL.)..........................................................30 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC.REPL.)......................................30 DA-116 FIELD OFFICE....................... ...................30 DA-117 TRAFFIC CONTROL PLAN...................................................................................31 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 31 DA-119 FIBERGLASS SEWER PIPE-GRAVITY SERVICE.........................................31 11/02/04 revised ASC-3R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-120 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR JACKING INSTALLATION-GRAVITY SERVICE (OMITTED)........................................................35 DA-121 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL �- CARRIER INSTALLATION-GRAVITY SERVICE.............................................................35 DA-122 HINGED MANHOLE...............................................................................................38 DA-123 T-LOCK SHEET LINER........................................................................................38 DA-124 PASSIVE ODOR CONTROL FOR VENT PIPE...................................................45 DA-125 WATERCHASE GOLF COURSE AND BENSON PROPERTY........................48 DA-126 TUNNELING............................................................................................................49 DA-127 STAINLESS STEEL SLIDE GATE(OMITTED).................................................50 DA-128 STOP LOG.................................................................................................................50 _ DA-129 TRINITY RIVER AUTHORITY UTILITY CROSSINGS(OMITTED)............54 DA-130 GABIONS AND GABION MATTRESSES (OMITTED).....................................54 DA-131 PASSIVE ODOR CONTROL INSERTED ON MANHOLE COVER................54 DA-132 REINFORCED CONCRETE PIPE (RCP).............................................................55 DA-133 REINFORCED CONCRETE CYLINDER PIPE(RCCP)....................................55 DA-134 NEW STRUCTURE INTERIOR MANHOLE COATING RAVEN LINING •■ SYSTEM 55 DA-135 PIPE INSTALLATION-VERTICAL AND HORIZONTAL CONTROL........63 DA-136 MEYER POLYCRETE PIPE FOR JACKING INSTALLATION......................64 DA-137 TXDOT UTILITY PERMITS..................................................................................66 DA-138 LIQUIDATED DAMAGES......................................................................................66 11/02104 revised ASC-4R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual M/WBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. WON,, 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 carver 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: 11/02/04 revised ASC-5R M-244A Addendum 2 r PART DA - ADDITIONAL SPECIAL CONDITIONS 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). .. C. Diameter. As shown on the drawings(minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS'D1.1. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. .. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of .. fine sand with sufficient water added to provide a free flowing thick stuffy. C. EXECUTION • 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be .� performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches: .. a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into pface. 11/02104 revised ASC-6R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be •. done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole ., shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the .. top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and fumish 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 specified on the plans and specified by the Engineer. .. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. ® 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: 11/02/04 revised ASC-7R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mudAacked. G Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials .. required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract .. Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1.WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of _ 11/02104 revised ASC-8R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and .. Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Casing Spacers(centering style)such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc.,or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the - manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR (OMITTED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITTED) DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMITTED) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) 11/02104 revised ASC-9R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS .. DA-20 PRESSURE GROUTING A. GENERAL 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. Manufacturer's Recommendations. Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturer's recommendations. 4. Manholes. Manholes to be grouted are of Vick,concrete,or fiberglass construction. A. 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 c hernicals 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. 11/02/04 revised ASC-1 OR M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 6) Sealing material shall not be rigid or brittle when subjected to dry .. atmosphere. The material shall be able to withstand freezefthaw and moving load conditions. 7) Sealing material shall be noncorrosive. a. A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or 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. b. A filler material such as Celite 292 (diatomaceous earth) from Johns Mansville or equivalent shall be utilized. The addition of the filler material ., shall riot 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. 11/02/04 revised ASC-11 R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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: 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 Octocxete, 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. Normal 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 benchArough. 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 bencthfhough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the benchArough 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. ^, Q 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 11/02/04 revised ASC-12R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. 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. DA-21 VACUUM TESTING OF REHABILITATED MANHOLES •• 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 benchftugh 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 I/I related manhole repairs. Structural repairs may -• include defects in any manhole components but not displaying 1/1. 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 worts 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. 11/02/04 revised ASC-13R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS .. B. MATERIALS-Not specified. C. EXECUTION Infiltration Testing; 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 dosed,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 94nches 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 I. Table I MINIMUM TIME REQUIRED FOR A VACUUM DROP OF 1"H9(10"H9-9"H9) (SEC) .. DEPTH OF M.H. 48-Inch Dia. 60-Inch Dia. 72-Inch Dia. _ (FT.) Manhole Manhole Manhole 8 20 sec. 26 sec. 33 sec. 10 25 sea 33 sec. 41 sec. 12 30 sec. 39 sec. 49 ser- 14 ea14 35 sec. 45 sec. 57 ser- 16 ea16 40 sec. 52 sec. 67 sec. 18 45 sec. 59 sec. 73 sec. *� T=5 sec. T=6.5 sec. T=8 sea "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 14nch 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. 11/02104 revised ASC-14R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. 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. 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 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. 11/02/04 revised ASC-15R M-244A Adden (�W 6 O CITY si�,11TAlY FY. WORTH, TEX. PART DA - ADDITIONAL SPECIAL CONDITIONS DA-22 FIBERGLASS MANHOLES (OMITTED) 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 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 •- 11/02104 revised ASC-16R M-244A Addendum 2 on me PART DA - ADDITIONAL SPECIAL CONDITIONS unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable on 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 ,o 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 material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. 11/02/04 revised ASC-17R M-244A Addendum 2 rr PART DA - ADDITIONAL SPECIAL CONDITIONS The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay.The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C, complete and in place, shall be full compensation on for all labor, materials,equipment, tools, and incidentals necessary to complete the worts. DA-31 REPLACEMENT OF 7"CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4"STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) DA-36 RAISED PAVEMENT MARKERS (OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Govemments (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 pians. 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. r• 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 11/02104 revised ASC-18R M-244A Addendum 2 ,. PART DA - ADDITIONAL SPECIAL CONDITIONS 1. RIPRAP MATERIAL: Stone for rip-rap 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 Meshy Percent Passing 181, 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot(min.)calculated from the bulk specific gravity(saturated surface dry). 3. FILTER FABRIC BLANKET: 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 groufing mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following •• requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing 3/8 in. (9.5 mm) 100 No.4(4.75 mm) 95-100 No. 8(2.36 mm) 80-95 No. 16(1.18 mm) 55-75 No. 30(600 um) 30-60 No. 50(300 um) 12-30 No. 100(150 um) 2-10 D. EXECUTION: 1. CONSTRUCTION: 11/02/04 revised ASC-1913 M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS .. 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 geotexble 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 dusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or- by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required .. 11/02/04 revised ASC-20R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS to the extent necessary to obtain a reasonably well graded distribution of stone all 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. me 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture oft which will entrain sufficient air to .produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for so 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 .r 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 dft 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. DA-40 CONCRETE RIPRAP 11/02/04 revised ASC-21 R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. .. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on �. the plans, concrete dprap 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) incite 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. i Reinforcement shall be supported property 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 property,the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. All surfaces shall be mct when concrete is placed. After the concrete has been placed, compacted, and shaped to conforrn to the dimensions shown on the plans,and after it has set sufficiently to avoid slumping, the surface shall be finished with a , wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor,tools, equipment,and incidentals necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 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 C-303 pretensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid. 11/02/04 revised ASC-22R M-244A Addendum 2 nn go so PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Provide a unit price indicating the cost for furnishing and installing each of the various items an of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials on necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or "` decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) • DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMITTED) DA-47 PAVEMENT REPAIR IN PARKING AREA A% 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 am permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement •. description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. .� Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. in the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. 11/02/04 revised ASC-23R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-50 CONCRETE ENCASEMENT .r 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. Ago 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 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to " or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of 11/02/04 revised ASC-24R M-244A Addendum 2 OR ,. PART DA - ADDITIONAL SPECIAL CONDITIONS other trades and satisfactory performance his work. The Contractor shall check and verify all .e measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: List the required submittals here Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals-The submittals shall be addressed to the Project Manager. (Gopal Sahu P.E.) City of Fort Worth 1000 Throckmorton Fort Worth,TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMITTED) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) DA-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 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. 11/02/04 revised ASC-25R M-244A Addendum 2 AN sm PART DA - ADDITIONAL SPECIAL CONDITIONS ow 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 mm 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 1 '® 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 Tex4Dot 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) tin DA-67 NON-EXCLUSIVE CONTRACT r 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 Aft as it deems in its best interest,without recourse. DA-68 CONCRETE VALLEY GUTTER (OMITTED) .r DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type III Epoxy. All materials, labor, equipment and incidentals necessary to complete this item is subsidiary to the project .. 11/02/04 revised ASC-26R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width)such as Stamark as manufactured by 3M company or approved equal. All materials, labor, equipment and incidentals necessary to complete this item is subsidiary to the project DA-71 H.M.A.C. TESTING PROCEDURES (OMITTED) DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES (OMITTED) 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, eta, 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 W 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. mm 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 dean, square cut. The use of hacksaws or any other type of cutter will not be allowed. 11/02/04 revised ASC-27R M-244A Addendum 2 r PART DA - ADDITIONAL SPECIAL CONDITIONS Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube"specifically made for that purpose. ;:, Payment for all work and materials associated with 1 'r4"and Y copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) r� 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) r.. 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) ON DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT) (OMITTED) am DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) .. 11/02/04 revised ASC-28R M-244A Addendum 2 me PART DA - ADDITIONAL SPECIAL CONDITIONS am DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR(UTIL. CUT) (OMITTED) DA-101 CONCRETE CURB AND GUTTER(UTIL. CUT) (OMITTED) DA-102 PAYMENT(UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) (OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT(MISC. EXT.) (OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.) (OMITTED) DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK(MISC. REPL.) (OMITTED) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) Should the contractor fail to complete an individual work order in the given amount of calendar days as spedfied on each individual work order, liquidated damage charges as prescribed in Part C-General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate of that particular work order. The estimated amount for each particular work order will be used for determining the amount of damages charged per calendar day of time exceeding the specified "ft arnount. The first two paragraphs of Part C - General Conditions C7-7.10 Time Of Completion shall be Ift replaced with the following: The time of completion of each individual work order in an essential element of this contract. Each work order issued will have the maximum allowed number of calendar days allowed for the completion of that specific work. The number of calendar days specified will be calculated as follows: The total estimated cost for the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days allowed for Construction of Individual Work Order. DA-112 MOVE IN CHARGES (MISC. REPL.) MW 11/02/04 revised ASC-29R M-244A Addendum 2 ma PART DA - ADDITIONAL SPECIAL CONDITIONS A Work Order may contain one or more locations. One move4n fee will paid to the contractor per Work Order issued. Locations for multiple sites per Work Order will be in the same general vicinity, if possible, and if so, only one mobilization charge will be paid. When water and sewer work are required only the water move in fee will be paid. At no time will both fees be paid for one specific location. DA-113 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 9-180 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-114 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-115 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 prig bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the 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. 11102/04 revised ASC-30R M-244A Addendum 2 a .. PART DA - ADDITIONAL SPECIAL CONDITIONS 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). 2. 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-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. An example traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The Contractor shall coordinate his work (Contract 2)with the work of Other Contractors on other units of the Sanitary Sewer Main 244-A Parallel Collector. Contract 1 is under construction as of the date of this document, and Contract 3 and 4 are anticipated to be bid prior to the competition of Contract 2 construction. A regular meeting with the City representative is anticipated to coordinate Sanitary Sewer Main 244-A Parallel Collector units to discuss construction issues on other units that affect this project. These meetings are incidental to the 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 .ft 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 to the adjacent unit, the contractor shall connect his line with the adjoining unit in lieu M, of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. DA-119 FIBERGLASS SEWER PIPE—GRAVITY SERVICE A. GENERAL .. 1. Section Includes 11102104 revised ASC-31 R M-244A Addendum 2 rw PART DA - ADDITIONAL SPECIAL CONDITIONS a) Fiberglass Reinforced Polymer Mortar Pipe. b) Fiberglass Reinforced Polymer Mortar Manholes and Tee Bases. 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. a. 3. Specifications 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 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 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. 11/02104 revised ASC-32R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the MW 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 rubber compound as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D4161. Joints at tie4ns, when needed may utilize fiberglass, gasket-sealed closure couplings. 'R 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 furnished in nominal length db sections. c) Wall Thickness: The minimum wall thickness shall be the stated design thickness. ift d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance of 1/8". ON e) Manholes: Dimensions of manholes are shown on the plans or shall be submitted by the Contractor for approval. In general the tee base opening to the manhole riser 11/02/04 revised ASC-33R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS r shall be as large as the pipe diameter or as wide as the manhole frame cover. For the M-244A parallel collector project the size shall be 36"in diameter. 4. Testing a) 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 should in no case have the stiffness be less than the following:. Soil Cover< 15' >= SN46 r Soil Cover> Wand 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 LA 1. Installation a) Burial: The bedding and burial of pipe and fittings shall be in accordance with the No 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. r 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. 4) Do not exceed forces recommended by the manufacturer for coupling pipe. 11/02/04 revised ASC-34R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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) 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 project 2) Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. 3) Deflection: Maximum allowable long-term deflection is 5% of the initial diameter. r DA-120 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR JACKING INSTALLATION —GRAVITY SERVICE (OMITTED) DA-121 FIBERGLASS REINFORCED POLYMER MORTAR PIPE FOR TUNNEL CARRIER INSTALLATION—GRAVITY SERVICE A. GENERAL 1. Section Includes a) Reinforced Polymer Mortar Pipe. b) Fiberglass Reinforced Polymer Mortar Manholes and Tee Bases. 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. dft c) ASTM D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. am 3. Specifications a) The specifications contained herein govern, unless otherwise agreed upon between the " purchaser,and supplier. B. PRODUCTS s 11/02/04 revised ASC-35R M-244A Addendum 2 MW PART DA - ADDITIONAL SPECIAL CONDITIONS Ow 1. Materials a) Resin Systems: The manufacturer shall use only polyester resin systems with a proven .m 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. am b) Glass Reinforcements: The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade E-glass filaments with binder dft and sizing compatible with impregnating resins. c) Silica Sand: Sand shall be minimum 98% silica with a ma)dmum 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, corroskwr resistant, consistent composite structure. b) Joints: Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings or beMpigot joints, "hush'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. c) Fittings: Flames, 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 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 furnished in nominal length sections. ••� c) Wall Thickness: The minimum wall thickness shall be the stated design thickness. 11/02/04 revised ASC-36R M-244A Addendum 2 _ Am 7011 PART DA - ADDITIONAL SPECIAL CONDITIONS d) End Squareness: Pipe ends shall be square to the pipe axis with a maximum tolerance A AWN 118 . e) Manholes: Dimensions of manholes are shown on the plans or shall be submitted by the Contractor for approval. In general the tee base opening to the manhole riser shall be as large as the pipe diameter or as wide as the manhole frame cover. For the M-244A parallel collector project the size shall be 36'in diameter. .. 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. Padding,Handling,Shipping a) Padding, handling, and shipping shall be done in accordance with the manufacturer's instructions. C. EXECUTION 1. Installation .R 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: An 11/02/04 revised ASC-37R M-244A Addendum 2 am PART DA - ADDITIONAL SPECIAL CONDITIONS on 1) Clean ends of pipe and coupling components. am 2) Apply joint lubricant to pie ends or bell interior surfaces and the elastomeric seals. Use only lubricants approved by the pipe manufacturer. 3) Use suitable equipment and end protection to push or pull the pipes together. low 4) Do not exceed forces recommended by the manufacturer for joining or pushing pipe. ON 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. am 2. Field Tests a. Field Testing .. 1) 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 project .. 2) infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. " 3) Deflection: Maximum allowable long-term deflection is 5% of the initial diameter. DA-122 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. Frames shall incorporate a continuous seating ring, have a 32" clear opening, frame depth shall 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 ON locations shall be approved by the engineer. DA-123 T-LOCK SHEET LINER A. General MR 11/02/04 revised ASC-38R M-244A Addendum 2 t r PART DA - ADDITIONAL SPECIAL CONDITIONS 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°Ff 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 10-sec. 35-50 t5 t5 Weight change 1.5% b) Tensiie specimens shall be prepared and tested in accordance with ASTM D412 using Die B. Weight change specimens shall be 14nch (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 rapture of the locking extensions or withdrawal from embedment. This test shall be made at a temperature of 700- 80°F (21° -27°C)inclusive. 11/02104 revised ASC-39R M-244A Addendum 2 am PART DA - ADDITIONAL SPECIAL CONDITIONS on 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 ,,t 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 (43°C), tensile specimens and weight change specimens shall be exposed to the following solutions for a period of 112 days at .. 77°Ft5° (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-qualification 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) 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%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 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. 11/02/04 revised ASC-40R M-244A Addendum 2 r PART DA - ADDITIONAL SPECIAL CONDITIONS .. d) Special sized,factory prewelded and tested sheets shall be available on special order. 5. Pipe-size sheets and accessories .r 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 dr % 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. as 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. tft 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 3% 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 .ft 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 forms. 11102104 revised ASC-41 R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS e) Locking extensions shall terminate not more than 1 %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 dearly 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 day lining or day pipe), the fining 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. 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. Oft e) Care shall be exercised in handling, transporting and placing lined pipe to prevent 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. oft am 11/02/04 revised ASC-42R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS f) On pipe having 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 �s 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 dean and dry, f»i�nm 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 f- inch (25-mm) weld strip. The 4-inch (100-mm) joint strip shall lap over each sheet a minimum of A inch (13 mm). Type P-2 The joint shall be made with a joint flap with locking extensions removed law 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 ,r 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. 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 impen-neability 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 (260' 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. 11/02/04 revised ASC-43R M-244A Addendum 2 Y PART DA - ADDITIONAL SPECIAL CONDITIONS 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, day pipe or brick manholes and day 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 dean 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 14nch (25- mm) wide welding strip. The width of the space between adjacent sheets shall not exceed 2 inches (50 mm). The 4-inch (100-mm)joint strip shall lap over each sheet a minimum of Y2 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 14nch (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) welding strip shall be applied over the face of the sheet. 11/02/04 revised ASC-44R M-244A Addendum 2 w .. PART DA - ADDITIONAL SPECIAL CONDITIONS .r c) All welding is to be in strict conformance with the specifications of the lining manufacturer and Paragraph 3.3 E. 6. 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 rnethod. 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 Am 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 „i 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-124 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 ): .. 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 11102104 revised ASC-45R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 Desi nation maximum VENT A-SORB 15 30'L x 6.50'W .. OCU 5. SUBMITTALS a. Submit the following items at the same time under one cover(1 week 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. i b. Submit also the following (1 week after receipt of order): 1. Installation Instructions 2. Operation and Maintenance Instructions B. PRODUCTS 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. 11/02/04 revised ASC-46R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS Q 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: W ANSI 150# Flanged, PVC Sch 40 construction 2. Outlet: 2'opening with screen with T PVC ball check valve with EPDM seal Q 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: Y The amount of media(OdorSorb-max)contained is 10 pounds and shall have the following properties: r 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 Apparent Density(g/ml) 0.480 to 0.520 r. 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 11/02/04 revised ASC-47R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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. Age D. LOCATIONS Odor Control devices for vent pipes are to be located at Proposed M-244A Parallel Collector.Sta. 57+16, Sta. 60+41, Sta.67+67, and 68+02. DA-125 WATERCHASE GOLF COURSE AND BENSON PROPERTY WaterChase Golf Course and the Dorcas E. Benson property, 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. 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 11/02/04 revised ASC-48R M-244A Addendum 2 me PART DA - ADDITIONAL SPECIAL CONDITIONS 6. Pipe installation — installation of pipe aka 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-126 TUNNELING A. GENERAL Am 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 .r 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 „. 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 or standard details. 11/02104 revised ASC-49R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 1-1/2 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 more 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 ON 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 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-127 STAINLESS STEEL SLIDE GATE (OMITTED) DA-128 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, guide frame, lifting lugs and accessories, required for the complete and proper operation of the system. .• 11/02/04 revised ASC-50R M-244A Addendum 2 rr PART DA - ADDITIONAL SPECIAL CONDITIONS The Contractor shall furnish 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 operating 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 c. Hydro Gate Corp. ,r d. Fontaine e. Golden Harvest f. 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 following: 1. Complete description of all materials 2. Certified shop and installation drawings showing materials, details of construction,dimensions, and anchorage. 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 11102104 revised ASC-51 R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 .s log shall be of the same height. Furnish sufficient units for the total height as shown on the drawings. 2. STOP LOG ASSEMBLY a. General: All logs shall be new and of current manufacturer. Each stop log panel, induding 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 frarnes 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 wafter 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 11360 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. 11/02/04 revised ASC-52R M-244A Addendum 2 I�A1 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 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 number of stop logs sizes. The Contractor shall provide the following for this project(incidental to the project): Width Required Logs Required Log Height Frames 8.7' 18 2' 5 Note: one size stop log shall fit in each stop log slot location (5)for Contract 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 11/02/04 revised ASC-53R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS .. 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. The Contractor is responsible to provide adequate clearance(per 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-129 TRINITY RIVER AUTHORITY UTILITY CROSSINGS (OMITTED) .. DA-130 GABIONS AND GABION MATTRESSES (OMITTED) DA-131 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. The odor device shall be corrosion resistant, equivalent to Odor Knocker passive odor control system. B. LOCATION The odor devises are to be located at existing Main 244-A.Sta 220+60 (substation) and Sta 243+66 (Meadowbrook Blvd and 400' east. of Randal Mill Rd). 11/02/04 revised ASC-54R M-244A Addendum 2 nn r PART DA - ADDITIONAL SPECIAL CONDITIONS C. EXECUTION The unit price bid per each shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. r DA-132 REINFORCED CONCRETE PIPE (RCP) 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. RCP shall have a 360 degree liner as stated in DA-123. All other Fort Worth standard specifications apply. 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 project. 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 class III. „ The unit price bid per LF shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. r DA-133 REINFORCED CONCRETE CYLINDER PIPE (RCCP) Description. This Item shall govern reinforced concrete pipe (RCCP) AWWA C301. Approved manufacturer is Hanson Pipe & Products or approved equal. Installation and testing shall equal or exceed the manufacturer's standards. RCP shall have a 360 degree liner as stated in DA-123. All other Fort Worth standard specifications apply. 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 project. 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 ,r incidentals necessary to complete the work. DA-134 NEW STRUCTURE INTERIOR MANHOLE COATING RAVEN LINING SYSTEM This specification covers work, materials and equipment required for protecting and/or rehabilitating concrete and masonry manholes and other underground structures by monolithic spray-application of a high-build, solvent-free epoxy coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity. Procedures for surface preparation,cleaning, application and testing are described 11/02/04 revised ASC-55R M-244A Addendum 2 r an PART DA - ADDITIONAL SPECIAL CONDITIONS -- PART 1 GENERAL 1. SECTION INCLUDES A. Requirements for surface preparation, repairs and solvent-free epoxy coating application to specified surfaces. 2. RELATED SECTIONS A. Concrete Repair. B. Environmental, Health and Safety. 3. REFERENCES A. ASTM D638-Tensile Properties of Plastics. B. ASTM D790-Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695-Compressive Properties of Rigid Plastics. D. ASTM D4541 -Pull-off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584-Volatile Matter Content. F. ASTM D2240- Durometer Hardness, Type D. G. ASTM D543-Resistance of Plastics to Chemical Reagents. H. ASTM C109-Compressive Strength Hydraulic Cement Mortars. _ 1. ACI 506.2-77-Specifications for Materials, Proportioning, and Application of Shotcxete. J. ASTM C579-Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. K. ASTM-The published standards of the American Society for Testing and Materials,West Conshohocken, PA. L. NACE-The published standards of National Association of Corrosion Engineers (NAGE International), Houston,TX. M. SSPC-The published standards of the Society of Protective Coatings, Pittsburgh, PA. .. N. Los Angeles County Sanitation District—Evaluation of Protective Coatings for Concrete O. SSPWC 210-2.3.3-Chemical resistance testing published in the Standard .. Specifications for Public Works Construction, 1997 edition (otherwise known as "The Greenbook") 4. SUBMITTALS A. The following items shall be submitted: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per .. these specifications. 2. Material Safety Data Sheets(MSDS)for each product used. 3. Project specific guidelines and recommendations. ' 4. Applicator Qualifications: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective dating manufacturer that the equipment to be used for applying the products has been approved �► 11102/04 revised ASC-56R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS and Applicator personnel have been trained and certified for proper use of the equipment. C. Two (2) years contracting experience under current company name and three (3) recent references of projects of similar size and .� scope. Applicator must also provide references indicating successful application on underground concrete or masonary substrates of a minimum 10,000 of of 100% solids, high-build solvent-free epoxy coating by heated, plural component spray application. d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 6. Or Equal Submittal: In order to be considered as an equal product, said .. product will have to meet the minimum characteristics as measured by the applicable ASTM standards referenced in paragraph Part 2. 4 as measured by the applicable ASTM standards referenced in paragraph Part 1.3. Testing results must be performed and presented by a bonded, third-party testing laboratory. Note: Equal products must be approved a minimum of two (2) weeks prior to bid date. In order for a product to be considered equal the submitted product must provide proof of successfully passing the Los Angeles County Sanitation Districts Coating Evaluation Study or evidence from the City of Los Angeles Department of General Services Standards Division indicating the Department tested and the product "passed" SSPWC Section 210-2.3 Chemical Resistance Test. An applicator that has been trained and certified by the manufacturer must install all products. Prior pre-approval is required to determine if the prospective product may be bid on this project. A product may be rejected as unacceptable should .. submittal to Owner not be received a minimum of two (2) weeks prior to bid date. .. 5. QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the epoxy coating manufacturer's recommendations. B. A NACE certified coating inspector ("Inspector') shall be provided by Owner. The Inspector will observe surface preparation, application and material handling Om procedures to ensure adherence to the specifications. 6. STORAGE AND HANDLING A. Products are to be kept dry, protected from weather and stored under cover. B. Products are to be stored and handled according to their material safety data sheets. 7. SITE CONDITIONS A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. 8. WARRANTY A. Applicator shall warrant all work against defects in materials and workmanship for r" a period of one (1)year, unless otherwise noted, from the date of final acceptance 11/02/04 revised ASC-57R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one (1) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. PART 2-PRODUCTS on 1. EXISTING PRODUCTS .. A. Standard Portland cement or new concrete (not quick setting high strength cement)must be well cured prior to application of the epoxy coating. B. Cementitious patching and repair materials should not be used unless proof of as suitability and procedures for topcoating with an epoxy coating are approved by the epoxy coating manufacturer. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit .m optimum bond strength with the epoxy coating. C. Remove existing coatings prior to application of the new epoxy coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations am with regard to proper surface preparation and compatibility with existing coatings. 2. EPDXY COATING MANUFACTURER A. Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810 or 918-584-2810 or .. FAX 918-582-4311. B. Pre-approved equal. .. 3. REPAIR MATERIALS A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the Owner and epoxy coating .. applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. The following products may be accepted and approved as compatible repair .. basecoat materials for epoxy topcoating for use within the specifications: 1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy topcoating compatibility. The epoxy grout manufacturer shall provide .. instructions for trowel or spray application and for epoxy topcoating procedures. 2. Factory blended, rapid setting, high early strength, fiber reinforced, non- .. shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy topcoating. 4. EPDXY COATING .. A. Raven Lining Systems' Raven 405 epoxy coating system- a 100% solids, solvent- free fico-component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these Mft specifications, shall be applied at 125 mil average thickness. Product type Amine cured epoxy .. Color Light Blue Solids Content(vol %) 100 Mix Ratio 3:1 Mft 11/02/04 revised ASC-58R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS Compressive Strength, psi 18,000 Tensile Strength, psi 7,600 Tensile Elongation, % 1.50 Flexural Modulus, psi 600,000 ,., Hardness, Type D 88 Bond Strength-Concrete >Tensile Strength of Concrete Chemical Resistance: Severe Municipal Sewer: All types of service Successful Pass: Sanitation District of L.A. County Coating Evaulation Study or SSPWC 210.2.3.3 5. EPDXY COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified epoxy coating. 6. REPAIR MATERIAL SPRAY APPLICATION EQUIPMENT(if spray applied) A. Spray applied repair materials shall be applied with manufacturer approved equipment. PART 3-EXECUTION 1. ACCEPTABLE APPLICATORS A. Repair material applicators shall be trained to properly apply the cementitious .. mortar according to manufacturer's recommendations. B. Epoxy coating must be applied by a Certified Applicator of the epoxy coating manufacturer and according to manufacturer specifications. 2. EXAMINATION A. All structures to be mated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. Flows should be totally plugged and/or diverted when coating the invert. All extraneous flows into the manhole or vaults at or above the area coated shall be plugged and/or diverted until the epoxy has set hard to the touch. D. Installation of the epoxy coating shall not commence until the concrete substrate has properly cured in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. 3. SURFACE PREPARATION A. Applicator shall inspect all specified surfaces prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair material and/or epoxy coating. B. Applicator shall perform all surface preparation and epoxy coating installation. 11/02/04 revised ASC-59R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS .. C. All contaminants including; oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other •• contaminants shall be removed. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. .. D. Surface preparation metho (s) should be based upon the conditions of the substrate, service environment and the requirements of the repair materials and/or epoxy coating to be applied. Surfaces to receive repair materials and/or epoxy coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the repair materials and/or epoxy coating and the substrate. E. Infiltration shall be stopped by using a material which is compatible with the repair materials and is suitable for topcoating with the epoxy coating. F. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied. 4. APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in Mft accordance with the Owner's recommendations. B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The ■. material thickness shall be specified by the Owner according to the projects' requirements and manufacturers recommendations. C. Cementitious repair materials shall be trowelled to provide a smooth surface with MR an average profile equivalent to coarse sandpaper to optimally receive the epoxy coating. No bugholes or honeycomb surfaces should remain. D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified epoxy coating. E. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to epoxy coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared �- in accordance with these specifications after receiving a cementitious repair material and prior to application of the epoxy coating. F. All surfaces should be inspected by Inspector during and after preparation and before the epoxy coating is applied. 5. APPLICATION OF EPDXY COATING A. Application procedures shall conform to the recommendations of the epoxy coating manufacturer, including material handling, mixing, environmental controls during application, safety,and spray equipment. om B. The spray equipment shall be specifically designed to accurately ratio and apply the specified epoxy coating materials and shall be regularly maintained and in proper working order. C. The epoxy coating material must be spray applied by a Certified Applicator of the am epoxy coating manufacturer. 11/02/04 revised ASC-60R M-244A Addendum 2 aft .. PART DA - ADDITIONAL SPECIAL CONDITIONS D. Specified surfaces shall be coated by spray application of a moisture tolerant, •• solvent-free, 100% solids, epoxy coating as further described herein. Spray application shall be to a minimum wet and dry film thickness as defined below: Concrete, New/Smooth Manholes: 125 mils average for immersion, 60-80 mils average for atmospheric, splash and spill service Concrete, New/Smooth Lift Stations 125 mils average, thicker dating Wet Wells or Junction Boxes: may be required based upon prepared surface profile Concrete, New/Smooth Deep 125 mils average,thicker coating Tunnel Shafts or RCP Pipe: may be required based upon prepared surface profile. F. If necessary, subsequent topcoating or additional coats of the epoxy coating should occur as soon as the basecoat becomes tack free, but no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. G. (Optional) Fiberglass woven-roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired. Sloped surfaces of the floor may be made non-skid by broadcasting aluminum oxide or silica sand into the surface prior to gelation. H. (Optional) Depending on flow levels and how long flow can be stopped, inverts may be lined with an approved 100% solids,fast setting epoxy coating. 6. TESTING AND INSPECTION A. During application, Applicator shall regularly perform and record epoxy coating thickness readings with a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, to ensure a monolithic coating and uniform thickness during application. A minimum of three readings per 200 square foot area shall be recorded. Applicator will submit all documentation on thickness readings to Inspector on a daily basis when dating application occurs. B. Applicator may perform holiday detection on all surfaces coated with the epoxy coating in the presence of Inspector. After the epoxy coating has set hard to the touch, surfaces shall first be dried, an induced holiday may then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns)of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RP0188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional epoxy coating material can be hand applied dM to the repair area. All touch-up/repair procedures shall follow the epoxy coating manufacturer's recommendations. (Note: This procedure is sometimes difficult or impossible to perform in tight manhole or vault structures or may provide unreliable aft readings when testing coatings applied to concrete.) 11/02/04 revised ASC-61 R M-244A Addendum 2 am PART DA - ADDITIONAL SPECIAL CONDITIONS ., C. Upon Owner's request a minimum of 10% of the total structures coated in each basin and or subdivision may be subjected to random adhesion (bond) testing per this section. Measurement of bond strength of the epoxy coating to the substrate may be examined in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Owner. .. The adhesion (bond) testing shall be conducted by using 3 test dollys per structure. One test dolly shall be affixed within 2 ft of the bench area/bottom of structure, one test dolly shall be affixed in the middle of the structures wall area and the final test dolly shall be affixed within two foot of the top of the chimney area/top of the structure. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. D. (Optional) Manholes coated in their entirety may be vacuum tested. All pipes entering the manhole should be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturer's recommendations. A vacuum pump of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With �- the valves dosed, the time shall be measured for the vacuum to drop to nine (9) inches. Following are minimum allowable test times for manhole acceptance at the specified vacuum drop: DEPTH (FEET) TIME (SECONDS) 48"diameter 60"diameter 72"diameter 4 10 13 16 8 20 26 33 12 30 39 49 16 40 52 67 20 50 65 81 24 59 78 97 Add for 2ft. more depth: 5 6.66 8 Note: These numbers have been taken from ASTM C 1244433(reapproved 2000).Latest standard edition will .. govern. If the manhole fails the initial test, repairs and adjustments necessary due to extenuating circumstances (ie, pipe joint, liner, plug sealing) should be made. Retesting shall proceed until a satisfactory test is obtained. E. A final visual inspection shall be made by the Inspector and Applicator. Any deficiencies in the finished coating shall be marked and repaired by Applicator according to the procedures set forth herein. F. The municipal sewer system may be put back into non-severe operational service as soon as the final inspection has taken plate. Consult epoxy coating manufacturer for further recommendations. PART 4 1. MEASUREMENT AND PAYMENT 11/02/04 revised ASC-62R M-244A Addendum 2 o.rimn PART DA - ADDITIONAL SPECIAL CONDITIONS Payment shall be based on the Contract Unit Price per vertical foot for manholes and incidental to the Contract Unit Price per Structure 1 and Structure 2, 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 providing conmion protection on ceiling and top of exposed pipe on 'Typical Sanitary Manhole"(5'diameter),grouting of pipe seals, bench and trough and manhole walls shall be included in the Contract Unit Price for each manhole or structure. DA-135 PIPE INSTALLATION —VERTICAL AND HORIZONTAL CONTROL Description: Vertical and Horizontal control review will be conducted on this project. The pipe location shall be surveyed and compared to the design plans. The pipe installation is required to meet the standards stated below. Submittal: The Contractor shall submit a letter report on each specified control location for a surveyed vertical/horizontal elevation. The report shall include the surveyed flow line elevation of the newly constructed line, the proposed design elevation at same point, and difference in elevation between the two. There shall also be a table summarizing the previous data as listed r above. This report shall be submitted to the City representative the next working day after data is collected. Data shall be collected daily as work progresses. Coordination: The Contractor shall contact the City project representative to set a meeting prior to construction to discuss vertical control issues regarding adjacent construction projects (Contract 1, downstream and Contract 3, upstream) and this project (Contract 2). Adjustments to pipe construction in this contract may be necessary to accommodate field changes from the two abutting projects (Contract 1 and Contract 3)that are proposed to be constructed concurrently. Inspection: The Contractor shall conduct spot check elevations surveys at the pipe flow line under .. the direction of a registered surveyor. In "open cut" sewer installations, the survey points shall be located at each structure and manhole, and between each structure at the midpoint. A surveyed midpoint elevation is not needed if structures (manhole or special structure) are within 500'. In "other than open cut installations", the Contractor's survey points shall be conducted at 50' intervals. If 50' of pipe is not placed during a work day, then the Contractor shall survey a point where the installation has concluded. The Contractor shall survey additional points if deemed necessary by the City Project Representative. Tolerance: The vertical tolerance between the surveyed "as constructed" flow line _ elevation and design (plan) elevation is 0.20 feet at all locations (not accumulative). In no case can the elevation of the upstream end of this project be above the design elevation of Contract 3 Station 102+70 (upstream contiguous phase). The "as constructed" elevation of the downstream end of this project(Station 49+80) can not be below the design elevation. The horizontal tolerance between the "as constructed" centerline of the pipe and the alignment(plan) is 2.0' at all locations (not accumulative). Exceeding the tolerance above at any location is non conformance to the contract documents (see non conformance below). 11102/04 revised ASC-63R M-244A Addendum 2 PART DA - ADDITIONAL SPECIAL CONDITIONS Deviations from the tolerances above must be sent in writing to the City project representative .. and an acceptance or rejection letter shall be returned to the Contractor. Non conformance: Exceeding the stated tolerance limit is grounds for the rejection of the pipe installation. Rejected installations shall be the responsibility of the Contractor. The Contractor shall reinstall the sewer to meet tolerance specifications herein. All costs related to bringing this project into compliance with the tolerance specifications herein, shall be the Contractor's. Refusal to submit the flow line elevation letter report will be grounds for a stop work order without compensation. No time extension will be granted to the Contractor. Payment: No additional payment will be made for this work. DA-136 MEYER POLYCRETE PIPE FOR JACKING INSTALLATION Part 1: General 1 Scope This specification designates the manufacturing, design and installation requirements of gravity-flow and low-head polymer concrete jacking pipe. Polymer concrete pipe shall be manufactured in accordance with ASTM D 6783 (latest edition). Note: Addendum 2 - item 5 precedes manholes requirements below. 2 References A. ASTM D 6783 Standard specification for polymer concrete pipe B. ASTM D 4161 Standard specification for"fiberglassm pipe joints using flexible .. elastomeric seals C. ASTM F 477 Specification for elastomeric seals (gaskets)for joining plastic pipe D. ASTM C 579 Standard test method for compressive strength of chemical resistant mortars, grouts, monolithic surfacing and polymer concretes E. ASTM C 33 Standard specification for concrete aggregates F. ASTM A 276 Standard for stainless and heat-resisting steel bars and shapes Part 2: Product 1. Materials A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for the service intended. Pipe shall not contain Portland cement or other corrodible elements. Pipe strength shall be class V as defined by ASTM C76. B. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C .. 33, where applicable. C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents, when used, shall not be detrimental to the pipe. D. Elastomeric Gaskets: Gaskets shall be EPDM rubber and suitable for the service intended. All gaskets shall meet the requirement of ASTM F 477. E. Stainless Steel Sleeve Coupling: Stainless steel joint sleeves/couplings shall meet the .. requirements of ASTM A 276. 2 Manufacturing and Product Construction 11/02/04 revised ASC-64R M-244A Addendum 2 MN PART DA - ADDITIONAL SPECIAL CONDITIONS A. Pipes: Pipe shall be manufactured by the vibratory vertical casting process resulting .o in a dense, non-porous, corrosion-resistant, homogeneous, composite structure. B. Joints: The pipe shall be connected with a 316 stainless steel or fiberglass reinforced sleeve/coupling utilizing an elastomeric sealing gasket as the sole means to maintain joint water-tightness. The joint shall meet the performance requirements of ASTM D 4161. The joint shall have an outside diameter equal to or slightly lesser than the outside diameter of the pipe. When pipe is assembled, the joints shall be essentially _ flush with the outside diameter of the pipe. Joints at tie-ins may use couplings that extend beyond the outside diameter of the pipe. C. Fittings: Flanges, elbows, reducers, tees, wyes, laterals and other fittings shall be of the same structural design as adjoining pipe. Fittings shall be manufactured from mitered sections of pipe and joined by epoxy bonding or fiberglass overlay. D. Acceptable manufacturer: Manufacturer of pipe and fittings shall employ manufacturing methods and material formulations used in the manufacture of polymer .. concrete jacking pipe for a minimum of fifteen years. Manufacturer shall provide a list of references demonstrating that a minimum of 50,000 feet of the proposed product has been installed in the United States over the last five years. Manufacturer shall be Amitech America, Ltd., Meyer Rohr+ Schacht GmbH or equal. 3 Dimensions A. Diameters: The outside diameter of pipe and joints shall be suitable for use with associated tunneling equipment. B. Lengths: Pipe shall be supplied in nominal lengths of 10 feet. Actual lay length shall _ be nominal t1 inch. Special short lengths may be used where surface geography or installation conditions require shorter lengths. C. Wall Thickness: The minimum wall thickness, measured at the narrowest point along the pipe, shall provide sufficient axial compressive strength to withstand anticipated jacking loads. Minimum factor of safety against ultimate jacking load shall be 2.5:1. D. End Squareness: Pipe ends shall be perpendicular to the pipe axis with a tolerance of 0.125 degrees. 4 Testing A. Pipes: Pipe shall be manufactured in accordance with ASTM D 6783. dft B. Joints: Joints shall meet the requirements of ASTM D 4161. C. Three-edge bearing strength: Pipe shall be designed to meet D-load requirements of external soil and hydrostatic loads. Design strength shall be tested in accordance with .. the three-edge bearing test method of ASTM D 6783. D. Compressive strength: Pipe shall have a minimum unconfined compressive strength of 13,000 psi when measured in accordance with ASTM C 579. 5 Customer Inspection The Owner or other designated representative shall be entitled to inspect pipes and witness the manufacturing process. 6 Packaging, Handling and Shipping Packaging, handling and shipping shall be performed in accordance with the Manufacturer's instructions. Part 3 Execution 1 Installation 11102104 revised ASC-65R M-244A Addendum 2 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 recommended practices. B. Pipe Handling: Textile slings, anchor lifting devices and/or a forklift are recommended. C. Jointing: 1. Pipe end,gasket and sealing surfaces and shall be inspected for damage and cleaned of all debris. 2. Apply joint lubricant to the sleeve coupling interior and the elastomeric gasket. Use only lubricants approved by the pipe manufacturer. 3. Use suitable equipment and end protection to push the pipes together. 4. Do not exceed joining or pushing forces recommended by the manufacturer. D. Field Tests: 1. Infiltration/Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. 2. 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 project. .• 3. Individual Joint Testing: Where pipe is large enough for man-entry, individual joints may be pressure tested with a portable tester(5 psi max)with air or water, in lieu of infiltration or complete system testing. DA-137 TXDOT UTILITY PERMITS 1. This item clarifies issues regarding working in TxDOT Right-of Way. -No direct jacking within TxDOT Right-of-Way -Jacking can be used as a method of pushing pipe through a bore. -Tunneling requires a steel tunnel liner(steel bolted together as excavated) .. -Pipe encasement must be done simultaneously with bore or tunnel. -All voids must be grouted. -Lagging shall be steel(no wood). �- DA-138 LIQUIDATED DAMAGES In Part C -General Conditions—C7-7.10 Time of Completion,the schedule of liquidated damages shall be amended to$6,000.00 per calendar Day for this project. All other provisions of this section remain unchanged END OF SECTION 11102/04 revised ASC-66R M-244A Addendum 2 Certificate .of Insurance CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date_ December 15, 2005 NAME OF PROJECT: CONSTRUCTION OF SANITARY SEWER MAIN M244-A VILLAGE CREEK PARALLEL COLLECTOR-CONTRACT 2 PROJECT NUMBER: P272-0704170020683 +.r 1S 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 the type of insurance and accordance with provisions of the standard policies used by this Company,and further """a hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE PoIicy Effective Expires Limits of Liability Worker's Compensation WC9307201 11/01/05 11/01/06 Statutory Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $1,000,000 Liability) GLO9307200 11/01/05 11/01/06 Property Damage: Ea.Occurrence: $Included Blasting GL09307200 11/01/05 11/01/06 Ea.Occurrence: $1,000,00 Collapse of Building or structures adjacent to GLO9307200 11/01/05 11/01/06 Ea.Occurrence: $1,000,00 excavations Damage to Underground Utilities GLO9307200 11/01/05 11/01/06 Ea.Occurrence: $1,000,00 Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ N/000,000 Ea.Occurrence:$ Property Damage: BAP9307199 11/01/05 11/01/06 Ea.Occurrence:$Included Bodily Injury: Contractual Liability Ea.Occurrence: $1,000,00 Property Damage: GLO9307200 11/01/05 11/01/06 Ea.Occurrence: $ Included Other Umbrella TUG42752801/05 11/01/06 $8,000,000 Each Occurrence $8,000,000 Aggregate .� Locations covered: All Locations within United State of America Description of operations covered: All Operations of Named Insured The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or go 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 Acordia of Minnesota, Inc. Ins ante Co.: Zurich Insurance Company Agent Beverly A.Spreigl By Address 4300 MarketPointe Drive Title CPCU Bloomington,MN 55435 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers'compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 4976 and City of Fort Worth Project Number P272-0704170020683 S.J.Louis Construction of Texas Ltd. CONTRACTOR By. Les V. Whitman , General Manager Title Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared Les V . Whitman known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of 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_day of . 2005. ]�Vhv-'\ Notary Public and fo the State of Texas 0 V, BECKYJONES MY COMMISSION EXPIRES December 19,2006 t.. Liberty Mutual, Important Notice TO OBTAIN INFORMATION 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 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 or Liberty Mutual Group M oft Bond No. 190-013-981 O PERFORMANCE BOND wrw �* 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: Six Million One Hundred Fifty-one Thousand One Hundred Thirty-eieht and 14/100................................... Dollars($6.151,138.14)for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these present. MAR 0 7 2006 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 2 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 r" 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 ww Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_day ofI lAR 0 7 200&oo5. w er AT ST: (� S.J. Louis Construction of Texas Ltd. (Principal)Se retary PRINCIPAL BY: -v (SEAL) Title: Les V.Whitman, General Manager 520 S.6th Avenue Mansfield,TX 76063 w Witness as to Principal LIBERTY MUTUAL FIRE INSURANCE COMPANY ®,. Surety BY: Name: Laurent R. Laventure ATTEST: (Attorney-in-fact) N/A Address: 4300 MarketPointe Drive Secretary Bloomington, MN 55435— (SEAL) 7 J Telephone Number: 952-830-3000 Witness 9s to Sur) ur ty 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. WORD �" � HR LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 1711-day of A4 200$ 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. BECKYJONES Notary Public MY COMMISSION EXPIRES Dewmber19,2006 (Notaryeal) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN a.Do On this day of�, 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) TKATHLEEN SORENSON ublic-Minnesota on Expires Jan 31.2010 ti Liberty Mutual Surety Bond Number 190-013-981 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 ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%)of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. °- LMIC-6539 11/15/04 17276 544 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the 'Company'), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint TONY D. BECKER, NATHAN P. HUGHES,STEVEN C.ARONSON,JANET D. BUERG,TERESA HAMMERS, ., LAURENT R. LAVENTURE, KATHLEEN SORENSON,JOHN D. MOORE,JAMES R. PERKINS,STANLEY L. PEARSON,TODD A. KELSEY,AMY M. BURNS,ALL OF THE CITY OF BLOOMINGTON,STATE OF MINNESOTA ,each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed, ani and all undertakings,bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100************ ******* DOLLARS($ 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 attomeys-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 'C attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their r signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be m Q as binding as if signed by the president and attested by the secretary. c .0 N y By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact . O � r.i Pursuant to Article XIII,Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby W ..;W authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and O deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. O C 4D That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. UJ L j IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of ` £ Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 27thday of April c 2005 M 'a O tOo.d LIBERTY MUTUAL FIRE INSURANCE COMPANY O � ; W — O' W c Garnet W.Elliott,Assistant Secretary ut o COMMONWEALTH OF PENNSYLVANIA ss d COUNTY OF MONTGOMERY Q �+= On this 27th day of April 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and d 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 ti executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the } direction of said corporation. O o e� � = v IN TESTIMONY WH p`va,1 unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year *'Co first above written. Q+ AONty ! N L ­ 7 COMMONWEALTH OF PENNSYI.v w cc Seal d OF T~PaswkNsmyPaBy 0d tio ( �r P"-jhT1° ,MX*J0t1 CW*� ITer6sa Pastella,Notary Public O W CarmV00n E*M Mac 28,20W Ii..-� CERTIFICATE A�r _,,p(y. Mwnbw,PannWvIniaAsudatwndetdarlw, I, the undersigned, Assistan ecretary 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 1 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 attomeys-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. 1 IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,thisMno day of By i ''*' Davi M.Carey,AssiptffFt Secretary L LL Mutual. iberty Important Notice TO OBTAIN 1N'IFORMATION 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 forinformation 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 +m Bond No. 190-013-981 PAYMENT 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) *s a corporation organized and existing under the laws of the State of(3)__L** , 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 Six Million One Hundred Fifty-one Thousand One Hundred Thirty-eight and 14/100.................Dollars($6,151.138.14) 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�prry�s HR U *** Liberty Mutual Fire Insurance Company I"I7 2006 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 Wh extent as if copied at length,for the following project: CONSTRUCTION OF SANITARY SEWER MAIN M244-A VILLAGE CREEK PARALLEL COLLECTOR-CONTRACT 2 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_day of MAR 9 7 402005. S.J. Louis Construction of Texas Ltd. ATTEST: PRINCIPAL BY: IYAL (Principal) ecretary i Name: Les V.Whitman Title: General Manager (SEAL) 520 S.6th Avenue Mansfield,TX 76063 fitness as to PrinaVal LIBERTY WdfiJAL FIRE INSURANCE COMPANY SU ATTEST: B N/A Name: Laurent R. Laventure Secretary Attorney in Fact (SEAddress: 4300 MarketPointe Drive Ae Bloomington,MN 55435 Witness as t Surety Telephone Number: 952-830-3000 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. rr� Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of bond shall not be prior to date of Contract. MR LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 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 Partnership. Notary Publi nA S BECKYJONES (No ` MY COMMISSION EXPIRES December 19,2006 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 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 Pub Ic, (Notary Seal) 1 ' ' KATHLEEN SORENSON M Notary Public-Mlnnesota 4Z •: My Commission Expires Jan 31.2010 Liberty Mutual Surety Bond Number 190-013-981 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 ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%)of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1726553 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the 'Company'), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint TONY D. BECKER, NATHAN P. HUGHES,STEVEN C.ARONSON,JANET D. BUERG,TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON,JOHN D. MOORE,JAMES R. PERKINS,STANLEY L. PEARSON,TODD A. KELSEY,AMY M. BURNS,ALL OF THE CITY OF BLOOMINGTON,STATE OF MINNESOTA ,each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,ani and all undertakings,bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100************ ******* DOLLARS($ 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. �n 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 sub*t to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make, R execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 13 attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney.shall have full power to bind the Company by their 0 signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be 4 C as binding as if signed by the president and attested by the secretary. 5 ,a .N d By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: B „ 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 attomeys-in-fact as may be necessary to act in behalf of the Company to make,execute, seal,acknowledge and c deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. 0 cm 911— C 7 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. >,U)W IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and ft corporate seal of L E 00. Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 27thday of Apnl o Z 2005 Q e� 'o C W y LIBERTY MUTUAL FIRE INSURANCE COMPANY I-'o ds c c to Gamet W.Elliott,Assistant Secretary y a COMMONWEALTH OF PENNSYLVANIA ss *" a COUNTY OF MONTGOMERY i Q c r c On this 27th day of April 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and =0 rJ•— acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he :2 A Ear executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the R 0 cLo direction of said corporation. d >o IN TESTIMONY WH P v�,1 unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year CM d first above written. Q. ON 1v ! E c� 9 COMMONWEALTH OF PE YLVAFMA C NOWW Sod V OF Teraw Pastak t* Naw Po By CO? TW,MNAQ--y COMY Ter sa Pastella,Notary Public FO�Q y�vA� My Camm Ow E oms Mar.28.2009 CERTIFICATE 1 Ry Menau,PonnipAvaniaAswiation of Nota$" 1, the undersigned, Assistan ecretary 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 Cdo 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 attomeys-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 r.. 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 bindin upon the company with the same force and effect as though manually affixed. MAR) imp r•, IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of P By QTY Davi6 M.Carey,Assi,906t Secretary Liberty Mutual., Important Notice TO OBTAIN INFORMATION 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. if is given to comply with Sect(on 2253.048, Government Code, and Section 53.202. Property Code,Effective September 1, 2001 Member of Liberty Mutual Group do am Bond No. 190-013-981 +•�r MAINTENANCE 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 o assachusetr�urety), 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 Six Million One Hundred Fifty-one Thousand One Hundred Thirty-eight and 14/100.................Dollars ($6,151,138.14) 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, I�AR 0 7 2006 WHEREAS,said Contractor has entered into a written Contract with the City of Fort Worth,dated t r 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 2 the same being referred to herein and in said contract as the Work and being designated as project P272- 0704170020683and 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 oft breaches until the full amount hereof is exhausted. .r w IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original,this____day of ,A.D. 2005. ATTEST: (SEAL) MAR 0 7 ?006 S.J. Louis Construction of Texas Ltd. CXontractor Secretary Name: e� wFitman Title: General Manager ATTEST: N/A (SEAL) LIBERTY MUTUAL FIRE INSURANCE COMPANY Surety B et( x witn ss Name: Laurent R. Laventure Title: Attorney-in-Fact 4300 MarketPointe Drive Bloomington, MN 55435 Address 952-830-3000 LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this 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 Partnership. JONES Notary Public qC�Q- EXPiRES MYCOMM��(19,2006Dwem (Nota Seal .4 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 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 Sea[) n. .Mn �� KATHLEEN SORENSON Notary Public-Minnesota '�r, —• ' MY emission Expires Jen 31,2010 •n.VN/'W��ti Liberty Mutual Surety Bond Number 190-013-981 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 ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION �- IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%)of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 1726552 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the 'Company'), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint TONY D. BECKER, NATHAN P. HUGHES,STEVEN C.ARONSON,JANET D. BUERG,TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON,JOHN D. MOORE,JAMES R. PERKINS,STANLEY L. PEARSON,TODD A. KELSEY,AMY M. BURNS,ALL OF THE CITY OF BLOOMINGTON,STATE OF MINNESOTA ,each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any a*d*all undertakings,bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100 DOLLARS($ 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 attomeys-in-fact,as may be necessary to act in behalf of the Company to make, W execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such 'o attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their H signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be 0 as binding as if signed by the president and attested by the secretary. c .0 •N By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: c Pursuant to Article XIII, Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby c W W authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge andcc c deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. W O of v t— C7 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. --.U) L > IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of L £ W Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 27thday of April Z C O 2005 a M O� W•y LIBERTY MUTUAL FIRE INSURANCE COMPANY L'0 OL 3c L /�1 /. ,A �O c W Garnet W.Elliott,Assistant Secretary H o COMMONWEALTH OF PENNSYLVANIA ss m y COUNTY OF MONTGOMERY o t+� On this 27th day of Ariril 2005 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and !�d O S acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he £+i executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the > direction of said corporation. ry p IV •= v IN TESTIMONY WH p' , unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year 00 04 W y first above written. Q+ 0N4yg E N 4���7 COMMONWEALTH OF PENNSYLVANIA � C OF NoreSeat A�- ' v Ta+Baet Pastels,Notary P� By Z"t f4 / v d -V.P�� �E) My Ter sa Pastella,Notary Public F r CERTIFICATE '9E�Y Ply Mantm,Psr a,tv&*kAssodatbnofNOV" I, the undersigned, Assistan ecretary 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 attomeys-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. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of `�� David M.Carey,AssiX-tl6t Secretary an OR MR PART G -CONTRACT ■* THE STATE OF TEXAS § COUNTY OF TARRANT § MAR 0 7 2006 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-tonsideration 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-CONTRACT2 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, .�r 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. •e ewY The Contractor hereby agrees to commence work within ten(10)days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make payment on account thereof as provided therein. Aw IN WITNESS WHEREOF,the Parties to these presents have executed this Contract in 8 counterparts in the year and say first above written. MW Ci1y of Fort Worth TexasOw er ATTEST: Pa7A.0tt, t BY , Msistan City Manager City Secretary _ (Seal) Contract Authorization WITNESSES: Date l S.J. Louis Construction of Texas Ltd. 520 S.6th Avenue Mansfield,TX 76063 Contractor Peter J . Stahl Secretary/Treasurer By: UY u,l,{ Title: Les V . Whitman , General Manager APPROVED: Appr e as to Forma Lega ' A.Douglas Rademaker,P.E. Director Asst.City Atto ey Department of Engineering �w !N mm Appendix A Easements Documents and Permits All Sanitary Sewer Main 244A Village Creek Parallel Collector—Contract 2 Easement List Owner Permanent Easement Construction Easement Docas E.Benson X City of Arlington X X TXU Electric(by Village Creek) X TXU Electric (Substation) X Kenneth David Smith X Michael D Jameson X X G:\200\01884\,Specs\contract 2 100%Final\esmt C2.doc __. +err STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT SANITARY SEWER EASEMENT DATE:December 22,2003 GRANTOR:Dorcas E.Benson GRANTOR'S MAILING ADDRESS:4012 Fairway Court Arlington,Texas 760.16'3 GRANTEE:The City of Fort Worth GRANTEE'S MAILING ADDRESS:1000 Throckmorton Street Fort Worth,Texas 76102 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, 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 One, and making connections therewith. TO HAVE AND TO HOLD the above-described easernent, 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. R: Dorcas E.Benson ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the u igned a a Notary Public in and for the State of Texas, on this day personally appeared��Aallyo know to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me thsame was the act of and that he she xecuted the same as the act of said for the purpose and consideration therein expressed and in the capacity therein stated. GIVQ4 jUNDER MY HAND AND SEAL OF OFFICE this ay of tt 20 . ��µr Sl11ANN.® A.OQUIST BLANTON (�� Notary P-bllc Not blic m and ate of Texas STATE OF TEXAS age 1 of W C..E . 07117M GORRONDONA&ASSOC.,INC 6707 BRENTWOOD STAIR RD. SUITE 50 FORT WORTH.TEXAS 76112 817-496-1424 FAX 817 4961768 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 Wateschase, 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 4s 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 southeast comer of said Lot 1,said 1/2 inch iron rod with cap stamped'GRAHAM&ASSOC" being the southwest comer of a had 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 .� 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 corner in the south line of said Lot 1 bears North 88 degrees 06 minutes 28 seconds West,a distance of 187.38 feet; wr THENCE 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 comer in the east line of said Lot I and in the west line of said tract of land deeded to the City of Arlington; THENCE South 06 degrees 19 minutes 59 seconds West,with the east line of said Lot 1 and "a with the west line of said tract of land deeded tb 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. Control Monument No.AR82. d, �ws Date:December 22,2003 OF Richard Kennedy Registered Professional Land Surveyor silCtU1AD KE7�r�[oY No.5527 5527 Page 2 of 3 �qj;•gsso-- �SUFI`lti OORRONDONA t ASSOC.INC 6707 0984TWOOD STAIR RD. SUITE 70 FORT WORTH.TEXAS 16112 `- �w EXHIBIT "B " 1; PARCEL No. 3—PE I I QTY OF FORT WORTH ------ -----affcFwanw�Dn-—-—-—-—-—-— nO 1/2 1 W/CAP . STAMPED &Assoc UNE TABLE 1 UNE BEARING DISTANCE L-1 N 88.06'28W 164.76 _ 75.0• fiKE11ENf k RICHT-OF-WAY L-2 N 46 53E 45.98 TETIAS EIFLTRC SERWCE COMPANY yl; VOLUME 5009. PACE 577 L-3 S 88'06'28"E 134.76 gl \ DRT.C.T. L-4 S OF19'59"W 32.60 LOT 1 DORCAS E BENSON VOLUME 17330, PAGE 119 H O.R.T.C.T. THE ACADEMY AT WATERCHASE m CABINET A, SLIDE 4691 b P.R.T.C.T. r O D (I PERMANENT SANITARY SEWER EASEMENT ` rn 4,867 SOFT. OR 0.112 ACRES F 1 �IL-4----- __ --�_ —17 EASEMENT AND RIGM-0F-MAY ----��_ �_ ----_-- CITY OF FORT WORTH SANITARY SEWER EASEMENT THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § THAT, the City of Arlington, a municipal corporation of Tan-ant County, Texas, hereinafter 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, hereinafter called'Grantee,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, i� p rpo tmg,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 SKETCH INCORPORATED HEREIN BY a REFERENCE FOR ALL INTENTS AND PURPOSES Grantee acknowledges that the area contained within this easement is part of a United 06 States Army Corps of Engineers permitted wetland mitigation site,Permit No. 198600288,and that any area disturbed by the construction,reconstruction,or maintenance of the sanitary sewer line will be returned to like or better condition. TO HAVE AND TO HOLD the same perpetually unto the City of Fort Wort, its successors and assigns forever. WITNESS our hands this the day of 200/f GRANTOR GRANTEE City of Arlington City of Fort Worth *� William F.Studer J. 4t _ By: Deputy City M r Title: THE STATE OF TEXAS § § GRANTOR ACKNOWLEGEMENT COUNTY OF TARRANT § ON BEFORE ME,the undersigned authority,on this day personally appeared William F.Studer,Jr., Deputy City Manager,known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Arlington, a municipal corporation, and that he executed the same as the act of such corporation for the s purposes and consideration therein expressed and in the capacity therein stated Given under my hand and seal of office this o?7day of 2003. ANN jCRINEY o Public in and r onNotubicthe State of Texas STATETEXASMy Comm07101/2006 My commission expires on �/ .. THE STATE OF TEXAS § § GRANTEE ACKNOWLEDGEMENT COUNTY OF TARRANT § BEFORE ME, the undersigned authority, onthis day personally appeared Q� • A -• , w known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Fort Worth, a municipal corporation,and that he/she executed the same as the act of such corporation for the purposes•and consideration therein expressed and in the capacity therein stated Given under my hand and seas of office this day of fZd4Z-X," 20,W ROSE"oimis ' � stets of T�c Notary Public in and for Cornrti EV.W-31_2WS the State of Texas My commission expires on&-c3/-� , SANITARY SEWER MAIN 244A PARCEL No.4-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 2801 NW GREEN OAKS BOULEVARD LOT 3,BLOCK 1 SOUTH VILLAGE ON THE CREEK EXHIBIT"A" Being a Permanent Sanitary Sewer Easement out of Lot 3,Block I of South Village on the Creek,an addition to the City of Arlington,Tan-ant County,Texas as recorded in Cabinet A.Slide 1451 of the Plat Records of Tarrant County,Texas, said Lot 3 being deeded to the City of Arlington as recorded in Volume 12777,Page 229 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 3/4 inch iron rod found for the northwest coiner of said Lot 3,said 3/4 inch iron rod being the northeast corner of Lot 1,Block l of-Mill Valley Addition,an addition to the City of Fort ` Worth,Tarrant County,Texas as recorded in Volume 388-169,Page 29 of said Plat Records of Tarrant County,Texas,said 3/4 inch iron rod also being in the south right-of-way line of Interstate Highway 30; THENCE South 85 degrees 13 minutes 01 seconds East,with the north line of said Lot 3 and with the south right-of-way line of said Interstate Highway 30,a distance of 391.44 feet to a point for comer, we THENCE South 46 degrees 54 minutes 53 seconds West,a distance of 74.16 feet to a point for corner, THENCE North 85 degrees 13 minutes 01 seconds West, a distance of 322.85 feet to a point for ,a corner, THENCE South 29 degrees 39 minutes 15 seconds West,a distance of 732.36 feet to a pow for comer in the west line of an Easement and Right-of-Way deeded to die Trinity River 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 right having a radius of 320.00 feet,a central angle of 02 degrees 47 minutes 17 seconds and whose chord bears South 51 degrees 36 minutes 19 seconds West,a distance of 15.57 feet; THENCE with said non-tangent curve to right and with the west line of said Easement and Right-of-- Way deeded to the Trinity River Authority of Texas,an arc length of 15.57 fed to a point for comer in the south line of said Lot 3,said point being in the north line of a tract of land deeded to TKU Electric Company as recorded in Volume 14403, Page 441 of said Deed Records of Tarrant County,Texas; THENCE North 69 degrees 35 minutes 42 seconds West,with the south line of said Lot 3 and with the north line of said tract of land deeded to TXIJ Electric Company,a distance of 35.56 feet to a 5/8 inch iron rod found for the southwest corner of said Lot 3,said 5/8 inch iron rod being the southeast corner of Lot 1,Block l of said Mill Valley Addition; THENCE North 29 degrees 42 minutes 14 seconds East,with the west line of said Lot 3 and with the east line of said Lot 1,a distance of 794.49 feet to the POINT OF BEGINNING, and containing 50,855 square feet or 1.167 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. ears Date:January 31,2003 OFF��''9 Richard Kennedy V .-fiP"p KF. f1 Y. Registered Professional Land Surveyor 5527 No.5527 Page 2 of 3 B 34liiVti� �` NC J?G?rtAEw IWkti M.7AZRD SUITE 50 FORT WORTH T YAl 741., ..,•�•••-.. #1 . EXHIBIT "B " PARCEL No. 4—PE INTERSTATE P.O.B. HIGHWAY --- "— 30 S 85'13'01"E __- _ _. 391.44' ........ ..... �.�'._ ~'.-_.v--:-_,:F"!.5-x�..': _ ._a �.-:; a ----- =:7 S 46'54'53�Y 74.16' ILL VALLEY ADDITION VOLUME 388-169, PAGE 29 :ECITY OF ARLINGTON P.R.T.C.T. 9TIbrVOWME 12777• PAGE 229 D.R.T.C.T. ro ft;•1r� 75.0'EASEMENT t RJOK-OF-WAY TEXAS ELECTRIC SERVICE COMPANY VOLUME 5009•PACE 577 ORT.CT. IDA, UTILITY LOT 1 EX 20.0•ACCESS (P -r EASEMENT SOUTH VILLAGE ON THE CREEK' _.:� / CABINET A, SUDE 1451 P.R.T.C.T. ,= r PERMANENT SANITARY % SEWER EASEMENT NT LOT 3 c, ;' 50,855 SQ.FT. OR 1.167 ACRES ' Q�V •`! x / \'� :�{=% -;✓"�~ Y EASEMENT A70 RICHT-OF-NAY VOLUME D5570.PAM Ri Y OF TEXAS 2M O a TXU ELECTRIC COMPANY `� y VOLUME 14403•PACE 4 D.R.T.C.1. a s rye ` -�� - DRANAGEd: MRICATION FJSEMENT___------ -:•� -�..s�-___---_ (PER PLAT) 200 ACCESS �( PIAN) UNE TABLE UNE BEARING DISTANCE L-1 N 69'35'42 W 35.56 GREEN YARD �--., OAKS BOOL E CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C– 1 320.00 02'47'17' S 51'36'19-W 15.57 15.57 150 75 0 150 NOTE.8\515 OF BEARING IS THE TEXAS COOROWn SYSTEM. HAD 83(93).NORTH CENTRAL.ZONE BASED ON THE. CITY OF,ARL4NCTON CPS CONTROL MONUMFl{f;J7O.T i., _ 'AiOk AND E.P.S!CONTROL MONUMEifT NO:ARSZ` N FEET n ^^7 DCMBIT SHOW94G it~a U'w VN �1 PERMANENt. SANITARY SEWER EASEMENT �, "`� OF j • .BEING A PORTION(W 'N111SS V "COT,-'3, BLOCK �� cs� c�ISTEgF /��T SO.0 1;VILLAGE ON THE CREE °.'. AN A101TION TO THE , " �'� 1 d FtIC11 D KENNEAY CITY OF ARUNGTON, TARRANT COUNTY, TEXAS 55?7 CABINET A, SUOE 14510 Q••! OF THE {-9' FESS1_ .CQ` PLAT RECORDS OF TARRANT COUNTY, TEXAS 1 $ PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 EASEMENT ACQUISITION AREA: 50,855 SQUARE FEET OR 1.167 ACRES TiIIF RICHARD KENNEDY JOB NO. 0108-1300 ICADO F&£: 1300ESMi.DWG REGISTERED PROFESSIONAL LAND SU R DATE:JANUARY}1,2003 PAGE 3 OF 3 SCALE: 1" 150' NO.5527 GORRONDONA A:ASSOCIATES. INC. • 6707 BRENTWOOD STAIR ROAD. SUITE 50 FORT WORTH. TX. 76112 817-496-1424 FAX 817-496-1768 CITY OF oo- REAL Pr-W'p rr 1�C� JUL CITY OF FORT WORTH REAL PROPERTY DIVISION = .: 1000 THROCKMORTON FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCFV1 SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 05/2712004 12:23 PM Document No.: D204164275 WD 6 PGS $22.00 11111111 IIII IIIII 11111 IIIII 11111 INTI IIIII 11111 IIIII IIII IIII D204164275 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. M & C �= 3_DATE �cQ Iry CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT THE 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 consideration paid by the City of Fort Worth,a municipal corporation of Tarrant County,Texas, ., hereinafter called Grantee,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,across,over and under,that certain tract or parcel of land in Tarrant County,Texas, described as follows: SEE ATTACHED EXHIBIT"A"AND SKETCH INCORPORATED HEREIN BY REFERENCE FOR ALL INTENTS AND PURPOSES Grantee acknowledges that the area contained within this easement is part of a United - States Army Corps of Engineers permitted wetland mitigation site,Permit No. 198600288,and that any area disturbed by the construction,reconstruction,or maintenance of the sanitary sewer line will be returned to like or better condition. TO HAVE AND TO HOLD the same unto the City of Fort Worth, its successors and assigns until final acceptance of the construction project by the City of Fort Worth. WITNESS our hands this the day of ( 200�!11 GRANTOR GRANTEE City of Arlington City of Fort Worth Cv Wil ram F.Stude J 4B . Deputy City M a r Title: THE STATE OF TEXAS § § GRANTOR ACKNOWLEGEMENT COUNTY OF TARRANT § r BEFORE ME,the undersigned authority,on this day personally appeared William F.Studer,Jr., Deputy City Manager,known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Arlington, a NA municipal corporation, and that he executed the same as the act of such corporation for the purposes and consideration therein expressed and in the capacity therein stated Given under my hand and seal of office this o2 f'—/- day of 2003. o��AOI ANN C.RINEY N Public in an or k Notary Pubic the State of Texas N STATE OF TEXAS My Camra,Up.0710irM6 y My commission expires on 7/ THE STATE OF TEXAS § § GRANTEE ACKNOWLEDGEMENT COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared ak:91 ?'Ccs known to me to be the person w ose name is s'ubscdbed to the foregoing instrdmat and4cknowledged to me that the same was the act of the said City of Fort Worth, a municipal corporation, and that he/she executed the same as the act of such corporation for the purposes and consideration therein expressed and in the capacity therein stated Given under my hand and seal of office this 44d day ofF 20AY tdOTl1FlY Notary Public in and for t'A�a State of Ta�icas� ''t `comro.EwP•03 31-2005 the State of Texas My commission expires on at SANITARY SEWER MAIN 244A PARCEL No..�-.�'Y VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 2801 NW GREEN OAKS BOULEVARD LOT 3,BLOCK 1 SOUTH VILLAGE ON THE CREEK EXHIBIT"A" Being a 25.0'Temporary Construction Easement out of Lot 3,Block 1 of South Village on the Creek,an addition to the City of Arlington,Tarrant County,Texas as recorded in Cabinet A,Slide 1451 of the Plat Records of Tarrant County, Texas, said Lot 3 being deeded to the City of Arlington as recorded in Volume 12777, Page 229 of the Deed Records of Tarrant County, Texas, said 25.0' Temporary Construction Easement being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rad found for the northwest comer of said Lot 3,said 3/4 inch iron rod being the northeast comer of Lot 1,Block•1 of Mill Valley Addition,an addition to the City of Fort Worth,Tarrant County,Texas as recorded in Volume 388-169,Page 29 of said Plat Records of Tarrant County,Texas,said 3/4 inch iron rod also being in the south right-0f-way line of Interstate Highway 30, from which a 5/8 inch iron rod found for the southwest corner of said Lot 3 and for the southeast corner of said Lot 1 bears South 29 degrees 42 minutes 14 seconds West,with the west line of said Lot 3 and with the east line of said Lot 1, a distance of 794.49 feet;THENCE.South 85 degrees 13 minutes 01 seconds East, with the north line of said Lot 3 and with the south right-of-way line of said Interstate Highway 30,a distance of 391.44 feet to the POINT OF BEGINNING,said point being the northwest comer of a proposed Permanent Sanitary Sewer Easement; THENCE South 85 degrees 13 minutes 01 seconds East,with the north line of said Lot 3 and with the south right-of-way line of said Interstate Highway 30,a distance of 33.71 feet to a point for corner, THENCE South 46 degrees 54 minutes 53 seconds West, a distance of 107.87 feet to a point for corner, THENCE North 85 degrees 13 minutes 01 seconds West, a distance of 317.98 feet to a point for comer, THENCE South 29 degrees 39 minutes 15 seconds West,a distance of 669.57 feet to a point for corner in the west line of an Easement and Right-of-Way deeded to the Trinity River 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 right having a radius of 320.00 feet,a central angle of 09 degrees 30 minutes 50 seconds and whose chord bears South 57 degrees 45 minutes 22 seconds West,a distance of 53.07 feet; THE, with said non-tangent curve to right and with the west line of said Easement and Right-of- Way deeded to the Trinity River Authority of Texas,an arc length of 53.14 feet to a point for corner in an east line of said proposed Permanent Sanitary Sewer Easement; THENCE North 29 degrees 39 minutes 15 seconds East,with an east line of said proposed Permanent Sanitary Sewer Easement,a distance of 732.36 feet to a point for corner, THE, South 85 degrees 13 minutes 01 seconds East,with a south line of said proposed Permanent Sanitary Sewer Easement,a distance of 3 22.8 5 feet to a point for corner; THENCE North 46 degrees 54 minutes 53 seconds East,with an east line of said'proposed Permanent Sanitary Sewer Easement, a distance of 74.16 feet to the POINT OF BEGINNING, and '1 containing 27,771 square feet or 0.638 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 a� No.AR82. Date:January 31,2.003 4F r� 6 F Richard Kennedy eti��FO s Registered Professional Land Surveyor RICHARD ITNNEDY r No.5527 5527 Page 2 of 3 �q`'• Sstn?`rJq. SURV .� GORRONDONA&ASSOC,INC 67,07,BRENTWOOD STAIR RD. SUITE 50 FORT WORTH,TEXAS 76112 817-496-1424 FAX 811496.1769 EXHIBIT "B ss PARCEL No. 4—TE INTERSTATE HIGHWAY - �_-- 3.4-M _ s P.O.P. 30 __8S 13'01 E 391.4.4_ L-1 P.O.C �S � s F-•.=_�`.�.- ��'E 322.85' """ �'f=-'� _.`-"----M`=rao" �= MILL VALLEY ADDITION %;' ' N Bs13'o1 w 317 98: � s io esr3wv VOLUME 388-169, PAGE 29 P.R.T.C.i. CRY OF ARUNGTON VOLUME 12777, PAGE 229 r y D.R.T.C.T. PROPOSED PERMANENT n°Ni N ^ TEXA EASEMENT&RICHT-OF-WAY SANITARY SEWER EASEMENT--W,\ TEXAS ELECTRIC SERVICE COMPANY I J VOLUTE 5009.PAGE 577 b OR.T.C.T. 1o.0'vnurr�, EASEMENT LOT 1 (PER ,•I E j 20. ..r , (PE„�» 'SOUTH VILLAGE ON THE CREEK i CABINET A. SLIDE 1451 P.R.T.C.T. ' °) 25.0'"TEMPORARY '* CONSTRUCTION 711 SQF r. 0.66338 AACRE�S LOT 3 Is \"'�•. ;i IZf C7 11 x � E'�__�1-----`�J WANT MO RIC�If-OF-WAY G Gy 7`: TFAWW INVFR AURIOFW of ERAS O ri 1% i VOLLIYE DRTC.T.AGE ZEe `; TXU ELECTRIC COMPANY VOLUUE 14403,PAGE 441, '_ —_ EtE ORTC.T.. Eµ ZPER P `. ll �J"20.0'ACCESS (PER PLAT) UNE TABLE UNE BEARING DISTANCE L-1 S 4654'Ot"E 33.71 ` 40 L-2 N 4654'S3'E 74.16 OAKS BOULEVARD CURVE TABLE URVE RADIUS DELTA I CHORD BEARING CHORD ARC C- i 320..00 09'30'50" S 5T45'22W 53.07 53.14 150 75 0 150 ..JTE:EASIS OF 8FARING IS THE TEXAS COOWIINATE SYSTEM. HAD 83(93), ?R111RAL ZONE, BISED ON 71 1- `. CRYUH ..OF AR6 A.P.S.I; CONTROL LIONUMET7f N6 AR06 MID G.P.S.CONTROL MONUMENT NO.AR82. SCALE IN F— EXHIBIT STONING 25.0'.•_TEUPORARYcoNsT SON EASEMENT GF r BLOCK 1 •SOUTH-,:VILI_A�E ON THE CREEK v�....:.. Ali ADaI10N ro THE -1 RICHARD KENNEDY CITY OF ARUNGTON, TARRANT COUNTY, TEXAS CABINET A.OF SDE 1451 !y��A`ESS10t? QQ PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT. M-244A VILLAGE CREEK PARALLEL COLLECTOR I DOE NJ3295EASEMENT ACQUISITION AREA; 27771 SQUARE FEET OR 0.638 ACRESCARO FILE1300ESMTREGISTEREDPROFFSSTONAL IAM E: 1-SCAL - 150' NO. 5527 GOiRONDOIA h ASSOCMTES•64C. - 6707 BRENTWOOD STAIR ROAD.SUITE 50 FORT WORTH,TX.76112 817-496-1424 FAX 817-496-1768 Y ➢ e , mm CITY OF FORT-WORTH REAL PiWPERTY 6 sr£a 2004 JUL 6 PIS 3 13 ® CITY OF FORT WORTH REAL PROPERTY DIVISION 1000 THROCKMORTON FT WORTH TX 76102 Submitter: CITY OF FORT WORTH/REAL PROPERTY-001 ZCFVI SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD, Filed For Registration: 05/27/2004 12:23 PM Document No.: D204164276 WD 9 PGS $28.00 i 1111111 IN 11111111111111111111111111111111111111111111 IIII D204164276 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE -~ OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. M & c. ATE: 4-- AGENT: 02 Village Creek"t.00p L" ,• ' DR-2674 20030023-11 -C)P CUZ . . , . r EASEMENT AND RIGHT OF WAY THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § That TXU ELECTRIC DELIVERY COMPANY, a Texas aorporadon, hereinafter referred to as Grantor,for and in consideration of TEN AND N01100 DOLLARS ($10.00), and other good and valuable consideration to It In hand paid by the CRY of FORT WORTH, a municipality of Tarrant County, Texas, receipt of which Is hereby aeknowiedged,do grant, bargain and convey unto said City, its successors and assigns, hereinafter referred to as Grantee,an exclusive easement and right of way for the purpose of constructing, maintaining and operating a 78" underground sanitary sewer tine hereinafter referred to as Grantee's Faclity,)n,over,under,across and along the following described property: SEE ATTACHED EXHIBITS "A" and 11131'(which are made parts hereof) There is also granted to Grantee,its successors or assigns, an exclusive easement to use only so much of Gruntoea adjoining )and during temporary periods, as may be necessary for the construction,maintenance,and repair of said Grantee's Fadlity, Such use shalt not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from _ such property and restore such property,to the.same cvnd)fion it.was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Use of draglines or other boom-type equipment in connection with any work to be performed on Grantor's property by the Grantee, its employees, agents, representatives or contactors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shalt any equipment be within fifteen feet of Grantor's poweriines situated on the aforesaid property. Grantee must notify Fort Worth Region Transmission, 817-496-2736,48 hours prior to the use of any boom4ype equipment on Grantors property except in an emergency.Grantor reserves the right to refuse Grantee permission to use - boom-type equipment. Return to: 73Cl1 Electric Dell"ry Company LaWAtkin:��peLapaz 115 W,71h Street,Suite 725 Fort Worth,Texas 761 of 7•A T5 T 0 tit x�w P�•�P ....„n.,,...�.....,. ..................., Grantee shall locate its Facility within the easement on the centerline of the easement described in Exhibit "Aw and"B',or if not on the centerline,then along and upon the specific route or location within the easement as shown on Exhibit"A" so as not to interfere with any of Grantor's facilities and in order for Grantor to have notice of the specific location of the facility within the easement and right-of-way.Grantee shall not place its facility within 25 feet of any pole or tower leg. Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantor for any relocation or alteration of its facilities located on or.near the easement that Grantor, in its sole discretion, determines are subject to interference from the said Grantee's Faality or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shah be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation, , maintenance or removal of Grantee's Facility. Grantor shall not be liable to Grantee for any damage to said easement or Grantee's Facility or other contents thereof, except when caused by the willful misconduct of Grantor,its agents,servants or employees. Grantor and Grantee each agree that if any claim or liability shall arise from the joint or concurring negligence of both parties hereto, it shall be borne by them in proportion to their negligence. It is understood that it is not the intention of the parties hereto to create liability for the benefit of third parties but that this agreement shall be solely for the benefit of the parties hereto. Grantee shall,af its own cost and expense comply with all applicable laws,Including but not limited to e)dstmg zoning ordinances,governmental rules and regulations enacted or promulgated by any govemmental authority and shall promptly execube and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances In or upon or connected with said premises because of Grantee's use thereof. This easement,subject to all liens of record,shall continue only so long as Grantee shall use this right of way for the purpose herein described and the same shall immediately lapse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee,its successors and assigns,for the purposes aforesaid and upon the conditions „M: herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated,then and thereupon this conveyance shall be null and void and the use of said land and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such condition. www ! AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to daim the same or any part thereof, by, through or under Grantor but not otherwise. EXECUTED as of this �i7�d of . day 2004. GRANTOR: TXU ELECTRIC DEUVERY COMPANY By; Tammy F.Newsom Adomey-in-f=act GRANTEE: CITY OF FORT WORTH 2�8 : Nam.. _ IM&Ott Assistant aW Manager 'rale: y SUN-W-2005 16:17 FROM*-TXU 817215£600 M,8173928361 P.1 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personalty appeared arc ft. ,rn"r' , known to me to be the poison whose name is subsedbed W the foregoing instrument and acknowledged to me that he/she executed the same as the act and deed of the CITY OF FORT WORTH, as the jossT��T' c--i--Naj O.-_.,thereof, and for the purposes and consideration therein expressed and in the capdaty therein stated,and that he/she was authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this $ _day of A.D.2004. 1,=4 >>r b NETTtE � Na Public 1n and for the State of Texas �. ""'' STATE OF:TEXAS § COUNTY OF DALLAS § BEFORE ME,the undersigned authority,on this day personally appeared Tommy F. Newsom, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act and deed of TXU ELECTRIC DELIVERY COMPANY. as the Attomey4n-Fact thereof, and for the purposes and consideration therein expressed and in the capacity therein stated, and that he was authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of A-D.2004. 1304M L PA7'i`QN`, • Nakyfmoo.saa.ar�. Nntary Public in and for the State of Texas N �4f�ICommtsoonElcROi?�-2008 JUN-08-2095 16:17 FROM:T}d.1 8172156609 T0:B173928361 P.2 SANITARY SEWLrR MAIN 244A PARM No.5-P13 VILLAGE CREEK PARALLEL COLLECTOR DOTsNa.3295 9100 RANDOL KILL ROAD JOHN SM1T11 SURVEY,ABSTRACT NO.1446 WCUUM aAa Being a Pamuncnt Seniloacy Sewer F.asotnent siwated is John Smith Survey,Abitrad No.1446, City of Fact Worth.Tarrant County.Tmm and being a portion of to Kaci of land d*oded to TXI) FAcottio CoOnpany as recorded in Volume 10711,Pap 1978 of the Decd Records of Ta=t Cotvny,Tuas, said Pesmartent Sanitary Sower Ememleat being 20.0 fed left and a vaxdahle width rigid of a centaiine desailrtion,the variable wid&right being along the went lino of an Eascmeai and Rigbtwf Way dee dod to the Trinity Riva Authority of Texat as recorded in Volume 5570, Page 289 of said Deed Records of Tarrant County, Texas, said centedine description bring more paticulady dc=-bed as follows: COMpOENCING st a M imh iron and found itt the south line of Lot 2-R,Block I of Mill ValIvy Addition,an addition to the City of Fort Worth.Tarrant County,'fans rcr recorded in Volume IM175,Page 98 of the flat Rocords of Tmnm County,Tetra,said 112 inch icon rod being in the north right-of-way lime of Green Oaks Boulevard(a 1200 right-of.-*r4,acid l/2 inch iron rod also being the beginning of a non-tangent curve to tine left having a raeius of 1360.00 feet,a central angio of 07 degaes 58 minutes 28 woonds and whoso chord bears Sones 74 degees 44 minutes 44 seconds An; a distance of 189.13 feet: TMNCE With said um- tangent curve to the left,with the south lino of said Lot Z-R,with the aauth line of Lot 3,Block 1 of acid NMI,Valley Addltiotn and with ttro north r98M,of way line of said C=m Oaks Boulevard, passing at an arc length of 149.41 feat the sou0t=A coma of said Lot 3,in ail,an are ltog&of 189.28 feet to a point fix comer.THENCE Smith 71 doetccs 27 minutes 42 seconds Put,with the north tight-of-way line of said Green Oaks lioulcerard.a distance of23.27 fed to the POYNT Or BEGYN MCi from wb ich the inifticcsion of the north fight-of-PW Iino of said Green Oaks Doulcvard with the wen litre of said Easement and Rightof-Way bouts South 71 degrees 27 minutes 42 scconds Hast,a dktai mot of 99.68 6=4; THENCE South 88 degrees 38 minutes 38 seconds East,a distance of 1858 feet to a point; TRMCE North 66 dczmn 12 minutes 59 xceonds Fact,a disratum of 160.92 foci to a paint; TM&NCE North 29 degrees 39 minutes 15 seconds East,a distance of 5.07 Sett to the point of Ummination in the north line of raid tract of land deeded to TXU Electric Company, said point of tet dualnon being in the south line of Lot 3,BIock 1 of South VaUge oa the Creek,an addition to tine City of Arlington,Tammt County,Texasw recorded JA Cabins A,Slidc 1451 of said Plat Records of Turnor County,Texas,£trmn which a 518 inah iron rod found f(w the southwed comer of staid Lot 3;Block 1 of a6d South Village on the Cttek emd for the southeast corner of Lot 1,Block 1 of Mill na Valicy Addition, an addltim to the City of Fort Worth.Tatrad County,Tcxam us recorded in Vvlamc 3811-169,Page 29 of said Plat Recotda of Tarrant County,Texas begs North 69 degrexa 35 minetra 42 seebads West,a distance of 21.19 feet; Note. Basis of Rearing is the Texas Coordinate System.NAD 83(93),North Central Zone, bused on the C ty of Arlington G.P.S. Control Mrmumcat No. A1t06 encu G.PS. Control Monument No.AR82. Date_August 21,2003 OF r Biduous K�cnnaly � Ttrr� p Rogistered Professional'Laud Surveyor No.5527 � 'Aa1`�Y Page 2 ot-3 ��.vt1Rd� f -rtjN-08_2oo5 16:17 PTM:17N 8172156600 TO:8173923361 P.3 EXHIBIT 31BIl PARCEL No. 5—PE LINE TABLE no 1te. Lor 2-R UNE Ey" ar ANCE L-1 5 7r2T42 F. 2s.27 L-2 S a1FJ0' in. P.D.G'. L-J N3R'15 E ILO7 L-4 N 69442'W 21.19 O\ 1 w 25 Q ejp SCALE M FEET '` V Lor 3 1 MILL VALLBY ADDMr0jV l t VOl UME 388-178. ftr'E Ityk � T F- RSG ` Q � 14 P.O.E. - F1 } wM691 M6911 1 7,b Nco 1 LOT ! ap uumv a4 i WV; ; Q Pw zfi 1 ainPt *r ` M Lu L-4CC 2P�Z t4 f ��¢aRT��r�w�-''ku- �1 � 1 Rl$ QJQJ���° �..�' SO UTH WIZAGE ON THE CREEK TXU E1..MMC COMPANY ' CABINET A. SLW 1451 t WDIUME 1117t 1. P/� 197$ *. P.R.t C.T. s .. 20.0*ACC[S- P� i LUT 3 . . 1 N^'t7 GL< �«.,. 1)RvE A Tffi.E \�� �? i _ctw'"�:�o-r' MLTA I CHORD 9EARU40 I MR6 I C-1 k3160a P7—j9-2 3 7V44V"E 1p,13 100.2E 1aft- 0-4 0-2 , 00 ft— S 75'J3'0 - 110,34 149.11 C-3 1380.00 91'40'K 5 1'J3'E3 ]9.E6 39-9 r~ O-4 3241.00 10'4 14 N 14'51'33 611.69 5970 1 ~�. O� NatF:wom Y xrAmwa m DK wlAs Cn01a0 m 3r-1rx b"83 441 NOWN CE WMO.L 20wf_DOM ON gw GAY OF QPS. WKrpm MONUImfI N0. THOS AKO C,PS CONTROL MOHUMGM NO.AR91 _... EYl991f SHOWMG LF,�F 7 -- g.- �T� • fp PERMANENT ShMITARY SEWM EAMAENT i'tw m M THE d1C1iAf7{}KEHlIE9Y JOHN SMITH SURVEY ABSTRACT NO- 1446 CITY OF FORT WOM. T7RRANT COUNTY, ERAS � PR C7: CK OL AM82HONA q,248 AR F "T' OR 224 CR RICHARD K N J08 OiOs.-1300 Okn,Mt RK pECUERLO P11 t9wNAL LAM 511RYE[OR WEA MICUST 21.2003 PACE 3 Or 3 9dlE: V - sw 55v ,,,E.. GORR0N00NA A ASSOMMS.WC. - 4707 8RENMaD$WR ROAD,'%AE W FLIRT Y VRK UC 70112 . 917-109-1424 FNA a17-196-17W ,.905 16:17 FROM:TMJ 8172156660 70:9173928361 P.4 � .yV r i s TXU ELECTRIC DELIVER COMPANY LAND RECORDS DEPT ATTN.LAURA k°rc„ y„rr` OELAPAZ 116 WEST 7TH STREET,STE 725 Sub='TXU TX 76102 SUZANNE HE MSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH,TX 76196-Wi DQ N T DESTROY WARNING- THIS IS PART OF ME OFFICIAL RECORD. Filed Far Re6isva6an: OW17l W I l:24 Alin 413bvat114 D26604M2 opfk 7 PGS SUM fllllllflfffl�ifll}VIII}IU�1(I�IIIIIi>illiflll�l((�f D206046482 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL. PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL"W. jUN-oa-2005 16:17 FRW:TXU 8172156600 T8:8173928361 P.5 Village Creek Sub. 2002-4098-iw EASEMENT AND RIGHT OF WAY THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § That TXU ELECTRIC DELIVERY COMPANY, a Texas corporation, hereinafter referred to as Grantor,for and In consideration of TEN AND N0/100 DOLLARS ($10.00), and other good and valuable consideration to it in hand paid by the CITY OF FORT WORTH, a municipality of Tarrant County, Texas, receipt of which is hereby acknowledged,do grant, bargain and convey unto said City,its successors and assigns, hereinafter referred to as Grantee, an exclusive easement and right of way for the purpose of constructing, maintaining and operating a 78" underground sanitary sewer line hereinafter referred to as Grantee's Facility, in, over,under,across and along the following described property: SEE ATTACHED EXHIBfrS "A" and "B" (which are made parts hereof) There is also granted to Grantee, its successors or assigns, an exclusive easement to use only so much of Grantor's adjoining land during temporary periods, as may be necessary for the construction, maintenance, and repair of said Grantee's Facility. Such use shalt not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Use of draglines or other boom type equipment in connection with any work to be performed on Grantor's property by the Grantee, its employees, agents, representatives or contractors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen feet of Grantor's powerlines situated on the aforesaid property.Grantee must notify Fort Worth Region Transmission, 817-496-2736,48 hours prior to the use of any boom type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom-type equipment. .rut1-98-2805 16:17 FROM:T?O.J 8172156690 T0:8173928:361 P.6 Grantee shall locate its Facility within the easement on the centerline of the easement described in Exhibit W and"B", or if not on the centerline,then along and upon the specific route or location within the easement as shown on Exhibit 'A" so as not to interfere with any of Grantor's facilities and in order for Grantor to have notice of the specific location of the facility within the easement and right-of-way. Grantee shall not place its facility within 25 feet of any pole or tower leg.Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantor for any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion, determines are subject to interference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of Grantee's Facility. Grantor shall not be liable to Grantee for any damage to said easement or Grantee's Facility or other contents thereof, except when caused by the willful misconduct of Grantor, Its agents,servants or employees. Grantor and Grantee each agree that if any daim or liability shall arise from the joint or Concurring negligence of both parties hereto, it shall be bome by them in proportion to their negligence. It Is understood that it is not the intention of the parties hereto to create liability for the benefit of third parties but that this agreement shall be solely for the benefit of the parties hereto. Grantee shall, at its own cost and expense comply With all applicable laws,including but not limited to existing zoning ordinances,govemmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement,subject to all liens of record, shall continue only so long as Grantee shall use this right of way for the purpose herein described and the same shall immediately " lapse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated, then and thereupon this conveyance shall be null and void and the use of said land and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such condition. "-08-2005 16:17 F":T}QJ 8172156890 70:8173928.361 P.7 -AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor but not otherwise. 8&0�EXECUTED as of this day of 2004. GRANTOR: TXU ELECTRIC DELIVERY COMPANY By: _JM a Tommy F. Newsom Attorney-in-Fact GRANTEE: CITY OF FORT WORTH B - Name: Marr_A_Ofd Assistant City Manager Tile: CITY -a "1-08-2065 16:17 FROMMU 8172156600 M:8173928361 P.8 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared k eeTf-- , known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that helshe executed the same as the act and deed of the CITY OF FORT WORTH, as the •s `r' _ thereof, and for the purposes and consideration therein expressed and in the ca achy therein stated, and that he/she was authorized to do so. GIVEN UNDER MY HAND ANO SEAL OF OFFICE this p day of bre , A.D. 2004. HETTIE LANE 10N WWRE& Notary Public in and for the State of Texas A4 28,Zoo? STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME,the undersigned authority, on this day personally appeared Tommy F. Newsorn, known to me to be the person whose name is subscribed to the foregoing Instrument and acknowledged to me that he executed the same as the act and deed of TXU ELECTRIC DELIVERY COMPANY, as the Attomey4n-Fact thereof, and for the purposes and consideration therein expressed and in the capacity therein stated, and that he was authorized to do so. GI N UNDER MY HAND.AND SEAL OF OFFICE this day of A.D.2004. �?-•••�`+�-; DENNIS L pA7TpN Notary Public in and for the State of Texas ;_ '�' _ +�terY PubAe,store of 7erae - w d, My COMM Sion Exp,44 27-2008 �. JLN-88-2085 16:18 FROM:TXU 8172156609 T0:8173428361 P.9 SANTUARY SEWER MAXIM 244A, V11J.AGE CRI11:XCPARALLP-L COLLECTOR PARCRL Na.6-Pl; DOLT-No.3295 6700 M 8;A D0NNrRRUO K B0U 1XVARD -� BLOCK 1 EASTCIIA5%SUBSTAT70N ADDT1`ION 1n XIIIB1T"A" Being it Pemaancat Sanitary Sewer Faserneul out of Block ( of the Eastrbaye Substation Addition,an addition to the city of i,cat Worth,Tarrant Comrty,'1'cxas as recordedinCabiact A, Slide 1399 of the Plat Records of Tarrant County,Texan,sadd Block 1 bring dcedad to M Lleelric Company as recorded in Volume 8046, Page 2269 of the Deed Records of Tarrant County.Texas,said Pamanenl Sanitary Sewer Easc meat bcattg 20 0 feet left of and 7.5 ted right Of a ccuta}ine description,said ca►terlinebeing more par(icularly described as follows; BEC'11f"G at a point in(he north line of said Block 1,said point being in the south right-of way Linc of Mradowbrook Aautovard,hum which a 1/2 inch iron rod found for the northwe corner of said Block 1 bears South.89 degrcea 28 tri aWes 24 seconds Wart,wst ith the north lino of 9.50 feel; said 131ock t and with the south right-of-way line of said M.cadowbrook Boulevard,a distance of 'PNCE South 00 degrees 27 minutes 40 seconds BAA a distance of 471-52 feet to a point for cornet; T11 ENCLt South 15 degrees 13 minutes 31 seconds Wcst,a distance of 27.74 feet to the point Of tCrminatiou in the west line of said Block 1,said paint of tcmrination being in the cast line of a 7.241 erre tract of land(by deed)deeded to Kenneth David Smith IRA as recorded in Volume 10484,page 1293 of said need Records of Tarrant County, Teals,from which a 518 inch iron rod found for the southwest corns of said Block 1 brats South 00 degrees 27 IIlinutes 40 seconds Rest,with the west line of said Block 1 and with the east line of said 7.241 acre tinct of land,a distance of 70.28 feet Note: Basis of Bearing is the Taxes Coordinate System,NAD 83(93),North Central lone, basad on the City of Arlington G.P.S. Control Monument No. AR06 atoll (Jr-P.S. Monument No.AR82. Date:August 21,2003 itic?iardXennedy Regotered Professinnal Lend Surveyor No.5527 Fi1C}iAA!)KsQlEIiY Page 2 of 3 {.lhN kUNI'JONAdI:i�'.a: MhS� rs NfilNf'k;7(1PSlxl�l{{s 51};11 55 iL:P.r well-l!TFKJJ Wil 1r..+4 ,i,r f�k d1%did i.+Gf f 817215 70se1T79�1 P.]8 3LN-08-2005 16:18 FROM'MW EXHIBIT 11B 55 PARCEL No. 6—PE BROOK P.O.B. BOULEVARD ..-�- �'ten 1n'a,� a=�• ��. EASTCHASE ^ SUBSTATION ADDITION CAMrT A, SURE 1399 275 so 40 0 0� SCALE IN fM ��V �c PERMANENT SANITARY , SEWER EASEMENT C7 [ 14.387 SQ.Ff. OR 0330 /ACRES ' ✓ b .F TXU ELECTRIC COMPANY VOLUME 14443, PAGE 441 7.41 ACALS(bT 0f1D1 7.S' I�fgN OtVp SIR1N rG - %KX K NH64. PACt 1293 QA LCT �1 /rY118 AM 5/ft BLOCK 3R 1 WA ERWVOLUME Ac t a PtT RKs>�Nt'OzaR T H 1 -- I UNE TABLE LINE I SCARING I DISTM E L__1 S 89.28'24`W 7.50 _ 1 L-2 S 1513'31-W 27.74 NOTE OASIS OF pVHE FWQ 5 TTEXAS COMOMF y yL 1 1 -3 S 00.27'40'E 70.28 NAD 03 (a3). N0Rn1 cixnw. ZONE.9AA=w ON 111E 1 L-4 N 67.59'27'E 1.25 CITY OF A111.iNOl0e GPS-cOMYnoL LIDNUMENI N0. 1 AR06 AW.8S L•DNMOI.MMNFN1•NO.AR62. ••• Emma s4oww. PERMANENT SANITARY SEWER EASEMENT BEING A PORTION OF `'�j. ,,,• or BLOCK 1 EASTCHASE SUBSTA'tION ADDITION s�1 AN ADOOM w THE ...... CITY OF FORT WORTH, TARRANT COUNTY, TEXAS WCHAR4I E;f, REC0R61D IN CASINEf A. SLIDE 1399 t `, 6527 OF f'LAT RFCOROS OF TARRANT COUNW, TEXAS ERASEMIFNT CT:MM=244A IALLAG£ CREEK PARALLEL COU 'CTOR DOE No_ 3295 1 `S AC Ut TION AREA: 143 7 5 AR£ E 0.330 A ES RDK JOBotD(tAK11 NY:rtK FILO 11fN1E54T n£C1'TEItFDUWDGUSI 21.9DO3 PAGE 3 OF 3 smi 1 +00NO.5927 OWOONA K ASSOGNTM 9&. • 610 WWXr W SW ROAD,SIRE(66 FORT WOX K TX.76112 817-496-1424 FAX 817-496-1768 4 �� ALAMO TITLE COMPANY after recording return to: 0(0-ATE OF TEXAS City of Fort Worth �/ §M�/(J/(o8�-�-5� Real Property Records �NTY OF TARRAN GF § 927 Taylor Street Fort Borth, TR 76102 40.0'PERMANENT SANITARY SEWER EASEMENT r DATE January 31,2003 GRANTOR:Kenneth David Smith)M and wife, Jeanette R. Smith GRANTOR'S MAILING ADDRESS:P O Box 152465(Attn:Ameritrust Texas) 1W Arrington,Texas 76015 GRANTEE:The City of Fort Worth 04 GRANTEE'S MAILING ADDRESS:1000 Throckmorton Street Fort Worth,Texas 76102 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") "1e 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 W 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 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. 00 GRANTOR: rmr enne a t ease e 7 oft I ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TARRANT § t BEFORE ME, the under igned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ko ii r,e71., b. :s,,,.,44- .know to me to be the same person whose name is subscribed to the foreooino instrument,and acknowledged to me that the same was the act of ver,.,A A- and that hehhe executed the same as the act of said Yf H„s 11, D. Sr.,,'44, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of u 20 D3 _. OEM "::''�•,� PAMELA K MARTM NovryPublic.State dTan Notary Public in and for the State of Texas `E«�=My coinassion Eames or,2o a Page 1 of 3 m7tM {wr�W k(1WC?]NKhJ3:+3C.JNl: tiT i. -. .�... :..� : �.r• .. i„ i97�9F#lid FAM 717 19�ITfi� OR THE STATE OF TEXA } COUNTY OF TARRANT } BEFORE ME, Lavonne S. Keith the undersigned authority, on this day personally appeared, JUNETPE B. SHUR known to me,or proved to me to be the persons whosernames are subscribed to the foregoing instrument,and acknowledged to me that they executed the same for the purposes and consideration therein expressed. G iJND DIY HAND AND SEAL OF OFFICE, this the day of 20493 slur LAVONNE S_ KEITH /Q% A tic No Public,State of Texas STALE OF TEXAS Cama,!m,oa/ai/Ot My Commission expires on the day of 020 .aa. a� raa aw aaw h SANITARY SEWER MAIN 244A PARCEL No.7-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 8636 MEADOWBROOK DRIVE WILLIAM WELCH SURVEY,ABSTRACT NO.1668 W EXHIBIT"A" Being a 40.0' Permanent Sanitary Sewer Easement situated in the William Welch Survey, Abstract No. 1668,City of Fort Worth,Tarrant County,Texas and being a potion of a 7.241 acre tract of land(by deed)deeded to Kenneth David Smith IRA as recorded in Volume 10484, Page 1293 of the Deed Records of Tarrant County,Texas,said 40.0'Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: wit BEGINNING at a point in the east line of said 7.241 acre tract of land,said point being in the west line of Block 1 of the Eastchase Substation Addition,an addition to the City of Fort Worth, Tarrant County, Texas as recorded iri Cabinet A. Slide 1399 of the Plat Records of Tarrant County,Texas,from which a 112 inch iron rod found in the east line of said 7.241 acre tract of land bears North 00 degrees 27 minutes 40 seconds West,a distance of 424.25 feet,said 1R inch iron rod being the northwest comer of Block 1 of said Eastchase Substation Addition,said 12 inch iron rod also being in the south right-of-way line of Meadowbrook Boulevard; THENCE South 00 degrees 27 minutes 40 seconds East,with the east line of said 7.241 acre tract of land and with the west line of Block 1 of said Eastchase Substation Addition, passing at a distance of 144.25 feet a 518 inch iron rod found for the southwest comer of Block 1 of said Eastchase Substation Addition and for the northwest corner of Lot 1W 1, Block 7 of Waterway Park North, an addition to the City of Arlington, Tarrant County, Texas as recorded in Volume 388-202, Page 62 of said Plat Records of Tarrant County,Texas,in all,a distance of 147.95 feet to a point for comer in the west line of said Lot 1,from which the southeast comer of said 7.241 acre tract of land bears South 00 degrees 27 minutes 40 seconds East,a distance of 96.43 feed THENCE South 15 degrees 13 minutes 31 seconds West,a distance of 100.13 feet to a point for comer in the south line of said 7.241 acre tract of land,said point being in the north line of Lot 1,Block 3 of the B.Barris Subdivision,an addition to the City of Fort Worth;Tarrant County,Texas as recorded in Volume 388-143,Page 44 of said Plat Records of Tan-ant County,Texas,from which the northeast comer of said Wt 1 bears North 89 degrees 35 minutes 18 seconds East,a distance of 21.74 feet; THENCE South 89 degrees 35 minutes 18 seconds West,with the south line of said 7.241 acre tract of land and with the north line of said Lot 1,a distance of 41.54 feet to a point for corner; THENCE North 15 degrees 13 minutes 31 seconds East,distance of 253.76 feet to the POINT OF BEGINNING and containing 7,078 square feet or 0.162 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. Da;e:January 31,200 ,AR 1,j�' V 'uk Off ''1.u Richard Kemredy '� • •' := t>'-I RIC1iAPpfiCFIl�EDY aM Registered Professional Land Surveyor No.5527 !' Page 2 of 3iJ9rl » » EXHIBIT B PARCEL No. 7—PE BROOK BOULEVARD 1 LINE TABLE .�' LINE BEARING DISTANCE L-1 S 027'40"E 147.95 L-2 S 15'13'31'W 100.13 1 L-3 S 89'35'18,W 41.54 1 L-4 S 00'27'40'£ 96.43 L-5 N 89'35'18.E 21.74 $1 vl 80 40 0 80 Sf SCALE IN FEET � 1 EASTCHASE SUBSTATION ADDITION CABINET A, SLIDE 1399 P.R.T.C.T. o I G� S 6 N P { o P.0.B. 7.241 ACRES (BY DEED) KENNETH DAVID SMITH IRA ., VOLUME 10484, PAGE 1293 PASSING AT 144.25' %SpA O R.T-C.T. ;D A FND 5/6'1R FOR a�R1C t n THE SW CORNER OF QAi pIL ZG %" BLOCK 1, SUBSTATION ADDITION FASTCFKSE J 40.0' PERMANENT SANITARY N -_ SEWER EASEMENT .11"o 7,078 zp2/ 7,078 SO.FT. OR 0.162 ACRES 0,1. , 2 ryI 1; I _ BLOCK 3R1 WATERWAY PARK NORTH VOLUME CABINET A. SLIDE 222 B. HARRIS SUBDIVISION ' ' P-R.T.C.T. VOLUME 388-143, PAGE 44 T� P.R.T.C.T. OG4—i gig LOT 1 q)� NOTE BASIS OF GLARING IS THE TEXAS COORDINATE SYSTEM (, . HAD 83(93). NORTH CENTRAL ZONE BASED ON THE I) ' CITY OF ARLINGTON GPS.CONTROL MONUMENT NO. ARO6 AND G.P-5- CONTROL MONUMENT NO.AR82. EXHIBIT SHOWING J'�CC�� t•. . I PERMANENT SANITARY SEWER EASEMENT --��(p?1dr, SITUATED IN THE - �A:J:g:cEi:,•.�.'• .�- `�T _f RIC q11.-KEHNE}iY;:. WILLIAM WELCH SURVEY :. ABSTRACT NO. 1668 ''` 5 27'e.F CITY OF FORT WORTH, TARRANT COUNTY. TEXAS LAFNT T: M-244A VILLAGE CREEK PARALLEL COLLECTOR :OENo.]3295 A.r ACQUISITION AREA: 7,078 SQUARE FEET OR 0.162 ACRES RICHARD KENF1 0108-1300 DRAWN BY: RK CARD FILE: 13OOESMT.DWG REGISTERED PROFESSIONAL LAND SURVEYOR UARY 31,2003 PACE 3 OF 3 SCALE 1'. 80' NO. 5527NOONA Ic ASSOCIATES,INC. • 6707 BRENTWOOD STAIR ROAD,SUITE 50 FORT WORTH, TK 76112 817-496-1424 FAX 817--496—'1768 rj!TY OF FORT-WORIN REAL PROPERTY; Z-30i J9N 15 PM 1 20 D203450244 CITY OF FORT WORTH 927 TAYLOR STREET REAL PROPERTY RECORD FT WORTH TX 76102 .n R N I N G—THIS IS PART OF THE OFFICIAL RECORD--D O N O T D E S T R O Y I N D E X E D -- T A R RAN T COUNTY TEXAS S U Z A N N E HEN DER S ON -- COUNTY CLERK O F F I C• I A L R E C E I P T T O: ALAMO TITLE CO RECEIPT NO REGISTER RECD—BY PRINTED DATE TIME 204097918 DR2A LF 12/05/2003 11: 55 INSTRUMENT FEECD INDEXED TIME RECVD 1 D203450244 WD 20031205 11: 55 CG e. T O T A L DOCUMENTS: 01 F E E S: 20.00 wNw B Y: ANY PROVISION WHICH RESTRICTS THE SALE RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE w IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. 13 � AGENT. Z t� STATE OF TEXAS § ALAMO TITLE COMPANY COUNTY OF TARRANT § GE U�(-- gatLA '4 S� PERMANENT SANITARY SEWER EASEMENT DATE:October 27.2103 GRANTORS: MICHAEL D JAMESON GRANTOR'S MAILING ADDRESS:8600 MEADOWBROOK DRIVE FORT WORTH TX 76120 GRANTEE:The City of Fort Worth GRANTEE'S MAILING ADDRESS: 1000 Throckrtorton Street Fort Worth,Texas 76102 CONSIDERATION: Ten Dollars($10.00)and other good and valuable consideration,the receipt and sufficiency of which Is hereby acknowledged. . PROPERTY: (See attached F.xhibits'A and'Er) 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 and 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 GRANTOR,and GRANTOR'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. When the context requires,singular nouns and pronouns include the plural. GRANTOR: dQ MICHAEL D JAMESON ACKNOWLEDGEMENTS STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,a Notary Public!&aod for the State of Texas, on this day personally appeared �j �,q f( �known W me to be the same person whose name is subscribed to the foregoing in t,anr)acknowledged to me that the sane was the act or and that he/she executed the same as the au of said for the purposes and consideration therein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SEAL OF OFFICE is day of � 2003- r+ �•"' MARY L LEASMAN Nary Public ota bliV and for the Stat of Texas t� STATE OF TEXAS �rR ate'. My Com.Exp.Dec 4,2004 after recording return to: City of Fort North Real Property Records 900 Monroe Street, Ste. 320 Fort Worth, TX 76102-6302 SANITARY SEWER MAIN 244A PARCEL No.8-PE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 8600 MEADOWBROOK DRIVE LOT 1,BLOCK 3 B.HARRIS SUBDIVISION EXHIBIT"An Being a Permanent Sanitary Sewer Easement out of Lot 1, Block 3 of the B. Harris Subdivision,an addition to the City of Fort Worth,Tarrant County,Texas as recorded in Volume 388-143,Page 44 of the Plat Records of Tarrant County,Texas,said Lot 1 being deeded to Michael D.Jameson as recorded in aw Volume 12967,Page 471 of the Deed Records of Tarrant County,Texas,said Permanent Sanitary Sewer Easement being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod found for the southeast corner of Lot 2-B,Block 3 of the B. Harris Subdivision,an addition to the City of Fort Wath,Tarrant County,Texas as recorded in Volume n� 388-137,Page 97 of said Plat Records of Tarrant County,Texas;THENCE North 00 degrees 26 minutes 29 seconds West,with the east line of said Lot 2-B and with the east line of Lot 2-A,Block 3 of said B. Hams Subdivision,a distance of 212.50 feet to a 1R inch iron rod found for the northeast comer of said Lot 2-A and the southeast corner of said Lot 1;THENCE South 89 degrees 33 minutes 53 seconds West, with the south line of said Lot 1 and with the north line of said Lot 2-A,a distance of 69.02 feet to the POINT OF BEGINNING, said point being the southwest corner of an Easement and Right-of-Way deeded to the Trinity River Authority of Texas as recorded in Volume 8179, Page 952 of said Deed Records of Tarrant County,Texas; THENCE South 89 degrees 33 minutes 53 seconds West,with the south line of said Lot 1 and with the north line of said Lot 2-A,a distance of 29.74 feet to a point for comer, THENCE North 00 degrees 21 minutes 22 seconds West, a distance of 135.45 feet to 3 point fer corner, THENCE North 15 degrees 13 minutes 31 seconds East,a distance of 130.63 feet to a point for corner in the north line of said Lot 1,said pond being in the south line of a 7.241 acre tract of land MW (by deed)deeded to Kenneth David Smith ULA as recorded in Volume 10484,Page 1293 of said Deed Records of Tarrant County,Texas, THENCE North 89 degrees 35 minutes 18 seconds East,with the north line of said Lot 1 and with the south line of said 7.241 acre tract of land,a distance of 41.54 feet to a point for corner,from rwr which the northeast corner of said Lot I bears North 89 degrees 35 minutes 18 seconds East, it distance of 21.74 feet; THENCE South 15 degrees 13 minutes 31 seconds West,a distance of 104.63 feet to a point for corner n� in the west line of a 50.0'utility easement(per plat); THENCE South 00 degrees 26 minutes 29 seconds East, with the west line of said 50.0' utility easement,a distance 76.31 feet to a point for the north comer of said Easement and Right-of- Way deeded to the Trinity River Authority of Texas,said point being the beginning of a non- tangent curve to the left having a radius 305.00 feet,a central angle 16 degrees 15 minutes 38 seconds and whose chord bears South 12 degrees 17 minutes 33 seconds Welk a distance of 86.27; 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 86.56 feet to the POINT OF BEGINNING and containing 10,927 square feet or 0.251 acres of land,more or less. Note: Bas's of Bearing i3 the Tcxas C"dinate System,14AD 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. .� D January 31,2003L:� 1ti of re 'G1ST•'V Richard Kennedy /•• ..•• i...... Registered Professional Land Surveyor R1CNAft4 K....... No.5527 '�5527 C, Page 2 of 3 9yU Sv ly GuPJLGHDOmA.&&m0c IK a>aa bun�+r'+' Srwt an $LIFFE,* FPRT Y00RTK rExas ryn i r ci t�%,i,ru JAX IJ I-,�F EXHIBIT "B " PARCEL No. 8–PE 7.241 AIRES (BY DEED) KENNETH OAIAO SMITH TRA W 104 .PACE WILLIAM WELCH SURVEY "°` ORBTC.T. 1291 NAPA1ay{ i 2E IC ABSTRACT N0. 1668 rEASEMENT N 8935'18•E ; �—. - fT7N CURVE TABLE I?[ ®j _ A it -r= � T — 41%4) 1 PERMANENT SANITARY Z a'!7 Sil FT. OR 0._51 ACRES 3 r SEWER EASEMENT B. HARRIS SUBDIVISION { I r ,� i VOLUME 388-143, PAGE 44 -- 1 _— = s W �f I P_R.T.C.T. t , I LOT ! ��,N Ig In MICHAEL D. JAMESON i 1] ; n �sa�u E�. VOLUME 12967. PAGE 471 �� D.R.T.C.T. Ij 50 25 0 50 D 1' i 49l y SCALE IN FEET 1 74 1. �r S 89'33'53W 1 E5 83*wJ j I R.O.B. 79.74' ' LOT 2—A. LQ NN I + I B. HARRIS SUBDIVISION VOLUME 388-137. PAGE 97 pp I P.R.T.C.T. eID LOT 2—B T I NOTE BASIS OF BEARING IS THE TEXAS COORDINATE SYSTEM. HAD 83(93). MIRTH CENTRAL ZONE,BASED ON THE P.O.C. arr OF ARLINGTON GPs_CONTROL MONUMENT NO. ARD6 AM)G.P_S.CONTROL MONUMENT NO.AMM EXHIBIT SHOWING ,pew PERMANENT SSANITA Y SEWER OEASEMENTA PORTION - LOT 1, BLOCK 3OF ! " B. HARRIS SUBDIVISION e�` o AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY. TEXAS RICHARD KENNEDY RECORDED IN VOLUME 388-143. PAGE 44 .�, 5527 or THE PLAT RECORDS OF TARRANT COUNTY, TEXAS ` � ��7-•S1-• `r EPROJECT: 2¢4A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295UISITION AREA: 10 927 S DARE FEET OR 0.251 ACRES RICHARD KE 00 RAWNBY:RK CARD FILE 1300ESMT.DWG REGISTERED PROFES90NAL LAND SUR R ,2003 PAGE 3 OF 3 SCALf: 1"a 50' W0. 5527 &ASSOCIATES,INC- - 6707 BRENTWOOD STAIR ROAD. SUITE 50 FORT WORTH, TX. 76112 - 817-496-1414 FAX 817-496-1768 =:W CITY OF FT WORTH 900 MONROE ST#320 FT WORTH TX 76102 Submitter: ALAMO TITLE CO.-001 ZALAM _ SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration: 04113/2005 02:41 PM Instrument#: D205104066 OPR 4 PGS $18.00 r I IIIIIII IIII VIII VIII VIII IIT hill VIII VIII VIII IIII IIII D205104066 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR - RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. AGENTS "i -E rSANfTARY SEWER MAIN 244A PARCEL No.8-TE VIIILAGECREEKPARALLELCOLLECTOR after recording return to: DOENo.3295 P�gl8 City of Fort north 8600MEADOWBROOKDRIVE Real Property Records LOT 1,BLOCK 3 ALAMO TITLE COMPANY 900 Nonroe Street, Ste. 320 B.HARRIS SUBDIVISION GF yr-,1401916>7--,e-5,t Fort Worth, TX 76102-6302 25.0'TEMPORARY CONSTRUCTION EASEMENT THAT I/WE,Michael D.Jameson,hereinafter refected to as"Grantor"for and in consideration of One Dollar($1.00)and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County,Texas receipt of which is hereby acknowledged,do grant,bargain and convey unto said City,its successors and assigns,the use and passage in,over,and across,below and A along the following parcel or tract of land situated in Tarrant County,Texas,int accordance with the plat hereto attached,to wit: It is further agreed and understood that City of Fort Worth will be permitted the use of the above described strip of land for the purpose of the construction of said sanitary sewer improvements.Upon completion of said improvements and its acceptance by the City of Fort Worth,Texas,all rights granted within the above-described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described premises,together with,all and singular,the rights and appurtenances thereto in anywise belonging unto the said City of Fort Worth,its successors and assigns, until the completion of construction..And Uwe do hereby bind myself/ourselves,my/our heirs,successors, and assigns,to warrant and defend,all and singular,the said premises unto the said City of Fort Worth,its successors and assigns,against every person whomsoever lawfully claiming or to claim the same or any part thereof. It is intended by these presents to convey a Temporary Construction Easement to the said City of Fort Worth to construct the described improvements, with the usual rights of ingress and egress in the necessary use of such Temporary Construction Easement,in and along said premises. IN WS'WHEREOF,Grantor has caused this instrument to be executed on this the 5 17, day of C rat a 200 r OWNER: a1r �� � .� chael D.Jameso -- DATE � AGENT ACKNOWLEDGEMENTS rr STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned auth ty, a Notary Public in and for the State of Texas,on this day personally appeared /�/G LL.�f c/�/�, 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. i GIVEND ER MY HAND AND SEAL OF OFFICE this �day of MARY L.LEAS AN Notary Public STATE OF TEXAS Notary P 1c in and fol the State of Texas My Caom-Emp.Dec 4.2004 ge 1 of 3 PA s7ATa R r-[AI WJRTH,TEXAS 76112 $171961474 FAXd17-496-1766 SANITARY SEWER MAIN 244A PARCEL No.8-TE VILLAGE CREEK PARALLEL COLLECTOR DOE No.3295 8600 MEADO WBROOK DRIVE LOT 1,BLOCK 3 B.HARRIS SUBDIVISION EXHIBIT"A" Being a 25.0'Temporary Construction Easement out of Lot 1,Block 3 of the B.Harris Subdivision,an addition to the City of Fort Worth,Tarrant County,Texas as recorded in Volume 388-143,Page 44 of the Plat Records of Tarrant County,Texas,said Lot 1 being deeded to Michael D.Jameson as recorded in Volume 12967, Page 471-of the Deed Records of Tarrant County, Texas, said 25AY Temporary Construction Easement being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod found for the southeast corner of Lot•2-B,Block 3 of the B. Harris Subdivision,an addition to the City of Fort Worth,Tarrant County,Texas as recorded in Volume 388-137,Page 97 of said Plat Records of Tarrant County,Texas;THENCE North 00 degrees 26 minutes 29 seconds West,with the east line of said Lot 2-B and with the east line of Lot 2-A,Block 3 of said B. Hams Subdivision,a distance of 212.50 feet to a 1R inch iron rod found for the northeast comer of said Lot 2-A and the southeast corner of said Lot 1;THENCE South 89 degrees 33 minutes 53 seconds West, with the south line of said Lot 1 and with the north line of said Lot 2-A,a distance of 98.76 feet to the POINT OF BEGINNING, said point being the southwest comer of a proposed Permanent Sanitary ear* Sewer Easement; THENCE South 89 degrees 33 minutes 53 seconds West,with the south line of said Lot 1 and with the north line of said Lot 2-A,a distance of 25.00 feet to a point for corner, THENCE North 00 degrees 21 minutes 22 seconds West, a distance of 138.90 feet to a point for comer, THENCE North 15 degrees 13 minutes 31 seconds East,a distance of 127.05 fed to a point for corner t` in the north line of said Lot 1,said point being in the south line of a 7.241 acre tract of land (by deed)deeded to Kenneth David Smith IRA as recorded in Volume 10484,Page 1293 of said Deed Records of Tarrant County,Texas; THENCE North 89 degrees 35 minutes 18 seconds East,with the north line of said Lot 1 and with the south line of said 7241 acre tract of land,a distance of 25.96 fed to a point for the northwest comer of said proposed Permanent Sanitary Sewer Easement, from which the northeast comer of said Lot 1 bears North 89 degrees 35 minutes 18 seconds East,a distance of 63.28 feet; THENCE South 15 degrees 13 minutes 31 seconds West, with the west line of said proposed Permanent Sanitary Sewer Easement,a distance of 130.63 feet to a point for comer, THENCE South 00 degrees 21 minutes 22 seconds East,with the west line of said proposed Permanent Sanitary Sewer Easement, a distance 135.45 feet to the POINT OF BEGINNING and containing 6,650 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. Date:January 31,2003 FF �A;�r,1SiCyo^�S Richard Kennedy .. Registered Professional Land Surveyor RICHARD KENNEDY• No.5527 Page 2 of 3 EXHIBIT "B " PARCEL No. 8-TE 7.241 ACRES(BY DEED) SMRN RI "N"Em DAVID IA WILLIAM WELCH SURVEY wL" RT.C.T..IAE 10454.PAGE 1293 I ABSTRACT N0. 1668 N 89'35'18'E N 8435'18"E _ 25.96' __ 63.28' I a 1MME EQ=fm I it I 1 B. HARRIS SUBDIVISION VM- i 11 L-3 t J 'w VOLUME 388-143, PAGE 44 �milTo i . Lu�-- I ry-� , Igo � 1 I tis f 25.0' TEMPORARY � _ '� J i I �♦ CONSTRUCTION EASEMENT 6,650 SQ.FT. OR 0.153 ACRES Ij (PER PLAT) I 1 MICHAEL D. JAMESON VOLUME 12967, PAGE 471 , I D_R.T.C.T. _ n Z. C I L z� Nf{W F LOT f <m t 1=���� a I y•n I zE=____ :tr/1 I O �a i —�t-x '=10 3 r. N C, NE N '�N Of �t ain W It$cl pN �.-- rt�gF 50 25 0 50 V zoc XAt- Ytn I SCALE IN FEET ct 6 - k — S 8T33'531N 98J6' S 89'33'53W 0.1j. t 25.00' I t I Q LOT 2—A 1$ B. HARRIS SUBDIVISION I ! t VOLUME 388-137, PAGE 97 P.R.T.C.T. i 1 pill --_-_-_-___ 1 I N LOT 2—B I ;g i NOTE: BASIS OF BFAt34G IS THE TEXAS COORDINATE SYSTEM. P.0.C. 1 NAD e3 93),NORTH CENTRAL ZONE BASED ON THE QT'f OF TON GP.S.CONTROL MONUMENT NO. 1 ARO6 AND S.CONTROL MONUMENT NO.AR82. EXHIBIT SHOWING 25.0' TEMPORA14Y CONSTRUCTION EASEMENT BEING PORTION OF LOT 1 A 0 BLOCK 3 B. HARRIS SUBDIVISION s ;� AN ADDITION TO ME - - 4 Cf(Y OF FORT WORTH, TARRANT COUNTY, TEXAS RICHARD KENNEDY 1 RECORDED IN VOLUME 388-143, PAGE 44OF THE qT 5527 `' f' r, PLAT RECORDS OF TARRANT COUNTY, TEXAS 9� Su PROJECT: M-244A VILLAGE CREEK PARALLEL COLLECTOR DOE No. 3295 EASEMENT ACQUISITION AREA: 6,650 SQUARE FEET OR 0.153 ACRES RICHARD KENT EH '08 NO.0108-1300 ICADD FILE: 1300ESMT.DWG REGISTERED PROFESSIONAL LAND SU R ;BATE JANUARY 31, 2003 PAGE 3 OF 3 SCALE: 1• - 50' NO. 5527 (—RRONDONA&ASSOCIATES. INC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH. TX. 76112 817-496-1424 FAX 817-496-1768 CITY OF FT WORTH •-_ _ _::=t 900 MONROE ST#320 FT WORTH TX 76102 Submitter: ALAMO TITLE CO. -001 ZALAM SUZANNE HENDERSON TARRANT COUNTY CLERK TARRANT COUNTY COURTHOUSE 100 WEST WEATHERFORD FORT WORTH, TX 76196-0401 DO NOT DESTROY WARNING - THIS IS PART OF THE OFFICIAL RECORD. -» Filed For Registration: 04113/2005 02:41 PM Instrument#: D205104067 OPR 4 PGS $18.00 11111111 1111 11111 11111 11111 11111 11111 11111 11111 Illll 1111 1111 D205104067- ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. M �C C:L' 0 DATE AGENT�A.�� `l 1 QE CITY OF FORT WORTH WATER DEPARTMENT SANITARY SEWER MAIN M-244A VILLAGE CREEK PARALLEL COLLECTOR PERMITS LIST Permit Contract TxDOT Permit Interstate 30 2 TxDOT Permit Interstate 80 4 Fort Worth Floodplain Development Permit 1, 2,3,4 Corp of Engineer Permit 12 1, 2,3,4 TRA 1, 3,4 Union Pacific Railroad 4 REPORT LIST Name Contract Geotechnical Investigation 1, 2, 3,4 GA200\01884\Specs\Contract 2 rebid\permit report index.doc Vedi=dbs*te) - - - { APPROVAL TO: Att. Gopal Sahu, P.E. Permit#220-SS-059-03 City of Fort Worth Hwy.No.Interstate 30 1000 Throckmorton St Maintenance Section No.04 Fort Worth,Texas 76102 County: Tarrant 817-871-7349 Date: March 19, 2003 Reviewed By:Clara Elliott The Texas Department of Transportation (TxDOT) offers no objection to the location on the right-of-way of your proposed 78 INCH SANITARY SEWER as shown by accompanying drawings and notice dated 3-3-03. except as noted below. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim,titre, or easement in or upon this highway. and it is further understood that the TxDOT may require the owner to relocate this line, subject to provisions of governing laws, by giving thirty(30)days written notice. You are requested to notify this office prior to commencement of any routine of periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming,topping,tree balance,type cuts,painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification,by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein,the State may take such action, as it deems appropriate to compel compliance.See special provisions tided'Specifications for Utility Installations', as applicable. ➢ Additional requirements: ➢ Please notify CLARA ELLIOTT at 817-370-6585 48 hours prior to starting construction of the line in order that we may have a representative present The spec sheets, state approved plans, and permit approval shall be kept on the job site-through the duration of the installation. Tex" partment of Transportation-Fort�Worth Ma ' el .Chavez, P . Distric -ngineer ,V�WZX-141 P nett District Right_of Way Utility Supervisor Notice of Proposed Installation Utility Line on Controlled Access Highway o(7nnzpwrMbn Form 1082 (Rev.31M (Hecuorrc version CSDZPC Word 97) Page 1 of 2 To the Texas Transportation Commission n W R D Date 3/03/03 c/o District Engineer ((l� Texas Department of Transportation , Fort Worth ,Texas MAR 18 2003 DIST. UTILITIES Formal notice is hereby given that City of Fort Worth Company proposes to place a 78"sanitary sewer line within the right-of-way of Interstate 30 in Tarrant County Texas as follows:(give location,length,general design,etc.) Install approx. 650 If of 78" sewer by other than open cut or jacking under Interstate 30, 400'west of Green Oaks Blvd. See DA-137-TxDOT Utility Permit for clarifications and additional information on the permit. *Note: No direct jacking within TxDOT Right-of-Way The line will be constructed and .maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the"Federal Clean Water Act:the"National Endangered Species Act; and the"Federal Historic Preservation Act" Upon request by TxDOT, proof of compliance.with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation,and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 4 complete sets of drawings attached to this notice. Construction of this line will begin on or after the 1 day of June .03 By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this permit. Firm City of Fort Worth By(Print) Gopal Sahu, P.E. Signature Title roject Manager Address 1000 Throckmorton St. Fort Worth,TX 76102 Phone No. 817/871-7949 ThE CITY OF FORT WORTH, TEXAS WATER DEPARTMENT & DEPARTMENT OF ENGINEERING SANITARY SEWER MAIN 244A VILLAGE CREEK PARALLEL COLLECTOR D.O.E.3295 SEWER PROJECT NO. P170-070170410020 LOCATION MAP STA 1.82.35 -- BEGN MAIN 244A ANOOL IAL PARALLEL COLLECTOR VILLAGE Trinity River Y CREEK + (D WWTP U � S\mom OPS JOHN T WHITE W Z W uj w Q�Z + �. 1 0 EAST U)5 4 EDERVILL 6 DO tA �NBFROO REQUEST CONTROLLED OigRE WO s� BLVD ACCESS PERMIT '�r= c 0 WEADOWBR00K DR- F R- y FORT WORTH (! ARLINGTOrLJLN STA 223.00 REQUEST NON cun) O CONTROLLED Y x ACCESS PERMIT 00 � paG�oRR {11011 v + 0 � opal}aLjs F MCA. rER US 80 E A � I STA 226.93.81 ENO MAIN 244A LU PARALLEL COLLECTOR FORT WORTH0FFl(.1AiI �Ett�-'0 l ' TzwvSYsr�s i� Cca2 .a�oiv�L� MAPSCO PAG 17 Cfff C O N S U L T A N T S ° �G U' EK J — o La o_ oC) w _ — Osono � o R, 'n olitc La EL- WHEO LLJ o PA CD CAL z " U- rel lll~«<j---��� Pr w � Z aW W cy- Opp n � XYZ � U o � A � � ~ 90 c lz � Ld 1. hU i P""1 Lllp/%n ldIle lrt 4i MRS- :v g�... 8 i � $9���kY Yed �� �.E 5�R N� y o o ;"�' � < � • i uj o n �. a �tY 3 s or 9 1. _y�o_pp �yjj WA M O iiiuh c S avYYaE Itc ^„ice 0 v�. o 0 in- -: } z g a xa 03 A. J t --�to«?l •-_- z �� rcu:�n e^ Imo_In ui ? J ;1 I,i r� i � 1 1 r :" � ZO �.•—.` `.,- .� ' . -�. 1 6�., -. � ,1 �--^ a . !11 V: _ r; •1 `1 I I , .. �, aob /�,• , .a-!-r r i -r W'•i.-'-'nrc9 ,.,m ;� d � ' 4 i 1 i �TT�+ `I�'1 I � tyV,TCn Jars. <} �T..,�, �� r r i t 03 » z.o» •'`: l 1 1 i r ` �Vf GAJ ,' �..{.� -I'� '1I k - - a •- � 11 IQ � t 1 i '- 1 n' d"t •h-1 i ;��1 -�_ • ' �}� �� (_t , .' 42 ag It ta -d I - � i 11 1 1' � �/':� i�'ray '1�i •�. <� -- - �-' -1'' I I'� - �U ,,•--`� ' `� # �; !y/ ��/✓� '; •;�'/•-F ) x.11�-+-{-} i- �1' -I�. �-�.- ��_` r ' �- ...�_ ' =,_' o •4.,, 'I •Y i/'I`; It t• ; __i-:.' ;1�- I, ' -�'•v, v ��•Y ,� �, :., . ,pI ,:� >,' �� � ,:o_- - ,:� �o_.- -- aa.: ,_•-- c-., ;-�, - -�.:__- . oma Qz\ r /�� /il :1� �I' t I y -wf i, ... •. .... 1 1-i}-- '-r.� 'YI I_�' I a - _��.! 'i Z' `- -�- 1 - 1 ! /'� 'IR�• I •arl.oc I I '"�r"` > � „;�� '�^` r � i.Y — 1 1. »-tt � /i •ti ,. 1 I 1 t ;`i i;< r, •'� '-j Y�: _.11_I�1-}I - , I + • ! � 1 , y 00.04 VIS 3Ml HO1V11 i tat 'rt- +fig :.;. ' " .Wx..¢� M'= d Eii; x� Waipannc � b $ YD IN s3za r ZZ Ld WO. ix fizf4 4- 71 Om cu I '�X'c-« W��,�Nt2n 1• K a N ��/ 4.,.-•/ 1 _L i. .'.L_.� _. __ -F- �-'_ :_- _ •xro[ > V AU «.,r�: ,' � sT' ( � i O� f'_//i � 1I ,�;- -- i�-A 1 i-�-•'a.�.f F � • - mi j/ y/l il�'/{' ♦'� -•• �_!'' ;I-., :_.i_•-vhf_- _. �. � -. sy; s �r yam/ / /• - � �O � y •�r�.,y..i. •_-.. siu €3` �• ��i `� G/ � , •// / . ' - J cats.• '- L/1 ^/tel //!^ //. / -i r�_'r�ti"�' -jl.�_K_�.=• •f I. _,...5� 1-1i't- •1---� - � •.�/.j /, •� t� �-/ N� �,'/� �_1. __� `-� .i_L..,i.*-..fir 1�_ y'7 i _ 4 4- _ •i .-.'�Q�/,�' a 'l:J� mr-• ,/ /I �. i... �- �- j ;r-� -��-: I -art • ;4.-. _ ;//-�r/i i; -_ � P� ' "� _ �� -�-' 1-'�-� ,".""j- �, ._ ...$_.�—__eras' � ..�� �• ';' � / r!,• t5 �.� ��, '�� 11-_x= 1 : . cr • � •ice 1 �'���// �, -3'�-'f- -�--� �.-- ,- �, •/ ��' / / ��/r �Q. /, r` �'� / ray, {�� � �1�� _ i. '�-:;-- -•--r ..�a-ns_ �, •: � :"{,(/ '' ,ter -. -;� L—'-' 1 % / /f.. -�/ •,' - �,. a ,�, `�•-• 'ill a�0 sc _ ` I ]. •_ - ''�' 1 1. al ' -1: i- '-i,`r -',=-{- .- -�--j=-IJ -[- - - I ' 7-4 O ' ���� �YI��•., � ,��.u�. � 1 f �'j--I'--X1_-1-=1_ _-'1�=--f}-i.._.� J _ Os Y1z } -44;+ ,wK: ��: •` \. _.._I_--1,1 --�-� '_-1 .i-:]--; 7-. __J��- ���! _ _�.. +i �y) r- ,� .�.a•.:•�n''i. ,4:1 -' L. i` ^-do,-OS Y 5 +3M1 1H11YW Form lam(Rev.Mq ifte&ug Versus CbscAe* APPROVAL TO: Att Gopal Sahu, P. E. Permit#220-SS-057-03 City of Fort Worth Hwy.No.US Hwy. 80 1000 Throck porton St Maintenance Section No. 04 Fort Worth,Texas 76102 County- Tarrant -. 817-871-7349 Date: March 19, 2003 Reviewed By. Clara Elliott The Texas Department of Transportation (TxDOT) offers no objection to the location on the right-of-way of your proposed 78 INCH SANITARY SEWER as shown by accompanying drawings and notice dated 3-3-03..except as noted below. It is expressly understood that the TxDOT does not purport, hereby,to grant any right, claim, titre, or easement in or upon this highway:and it is further understood that the TxDOT may require the owner to relocate this line, subject to .. provisions of governing laws,by giving thirty(30)days written notice. You are requested to notify this office prior to commencement of any routine of periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming,topping,tree balance,type cuts,painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with'any or all of the m requireeints-as set forth herein,the State may take such action, as it deems appropriate to compel compliance. See special provisions tided'Specifications for Utility Installations',as applicable. ➢ Additional requirements: ➢ Please notify CLARA ELLiOTF-at.897--370-6585 48 hours prior to starting construction of the line in order that we may have a representative present The spec sheets, state approved plans, and permit approval shag be kept on the job site through the duration of the installation. Texas 99partment of Transportation-Fort Worth M71�4,147 .Chavez, RE District gineer PedYff 43 rnett District Right of Way Utility Supervisor == Notice of Proposed lnlsrallation Utility Line on Non-Controlled Access Highway ,/c—GSD-EPC Word 97) .,.. Page 1 of 2 To the Texas Transportation Commission Date 3/03/03 c/o Dish Engineer Texas pepartment of Transportation Fort Worth ,Texas Formal notice is hereby given that City of Fort Worth Compsny proposes to place a 78"sanitary Sewer line vvipin the right-of-way of US 80 (Lancaster) In Tarrant County Texas is follows:(give location,length, general design,etc.) pstall 1801f of 72"sewer by other than open cut or jacking under US 80 at the intersection of Cook Lane. llote: Construction along Dottie Lynn Parkway and Cooks Lane does not require a TxDOT permit. This land it:— Awned by the'State of Texas', but TxDOT states that ROW is maintained and permitted by another entity. The lie will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accorpnCe with the rules,regulations and policies of the Texas Department of Transportation (TxDOT),and all governing laws.icluding but not limited to the "Federal Clean Water Act,"the-"National Endangered Species Act,"and the "Federal Histo�t Preservation AcL" Upon request by TxDOT, proof of compliance with all governing laws,rules and regulations will be sLoitted to TxDOT before commencement of construction. Our 0 will use Best Management Practices to minimize erosion and sedimentation'resulting from the proposecJft instagion, and we will revegetate the project area as indicated under "Revegetation Special Provisions.* Our in will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Conti Devices will be installed and maintained for the duration of this installation. The kation and description of the proposed line and appurtenances is more fully shown by 4 comae sets of drawings attached to this notice. Coriiction of this line will begin on or after the 1 day of June 03. By ding below; 1 certify that I am authorized to represent the Firm listed below, and that the Firm agrees to th, conOnstprovisions included in this permit. Firm City of Fort Worth By(Print) Gopal Sahu, P.E. Signature-,, ,., Titleroject Manager Address 1000 Throckmorton St. Fort Worth,TX 76102 Phone No. 8171871-7949 ,' AE CITY OF FORT WORTH, TEXAS WATER DEPARTMENT & DEPARTMENT OF ENGINEERING SANITARY SEWER MAIN 244A VILLAGE CREEK PARALLEL COLLECTOR D.O.E.3295 SEWER PROJECT NO.P170-070170410020 LOCATION MAP GOP 1 STA 1.82.35 -- BEGN MAIN 244A PARALLEL COLLECTOR VILLAGE Trinity River Y CREEK + VWVTP •i JOHN T WHITEJ W Z LLJ W. O O 0 EAST EW I5 :DERV. .0 _ G 6o Roo STA 53.00 o E TW BLVD REQUEST -CONTROLLED O RE s� ACCESS PERMIT MEADOwBROO.0 DR.. I FORT WORTH - ARLINGTON rc z STA 223.00 g REQUEST NON c/) p CONTROLLED Y �c ACCESS PERMIT O m pac��►o RR4L O nion o palYas E 1VCq r. OQ STA 226.93.81 -- � END MAIN 244A PARALLEL COLLECTOR M, FORT WORTH T2.41�lSYSTEMS ���� _ CGS?f�Of2A770/VMAPSCO PAGE 67 & 81 C 0 N S U L T A N T S o Q == z fi�W'D Q co w E• � L 00 L.Ll 3o ALLJ - . Vo w �� onv � o"fig� a 3 d 3a as O LLIa I,-�C) Uo O ¢ °� W `-all NUYJ �..{ 40 o z � a s W a a sQ p u r ;cri � A � Ir- oz Z Q s LU 0 Y OO Q a pJ < Q n M- �`,� ate, Z }� m rY ' Z Ld ZAI 3 .. v �YY�aE 12 5L.i INU • 13 gol E+aee� o Y: _ fax'-``y � ,�_ W .•_ :f= m; iii !ate _L�ga , � �� ft• . cc z Y.-„ a V _ 5 • a IT Yq� s�1o$ "L t n n O 4 4 ma a-:o{yt_ r� � Yne �c ooa a < z z`en r O i ' •.H O r.W f O < 39 ZZ, Y ..i.YE. z°1 o u o i 0 3 6 0 ■ q� L I • }N W..y 4 G •- - �i <g_. gyyp a�gK a;o�„ 4�i�l. �.Z�,O�2Md1anY ,.! • y F,� i 1 pill ,,,, J • of � _ . ' 1 • ire j•`n W .o•"i •" 1 i--~ ^ - _� - --_ 1 _____ Sit L) tL tAZ <3k.--'�^• // Q V Mp �•�{ •�. _ _'.TI-: •3 _ `'�J I T i ry ISULid uLS/ / N 2 LLr '• - - -; 1 .}-.4.i•ti.L _i 1 �-- -� 1 t ; I 7 / / 8 Q wa Ow lr1T,1 z ppQW t4 / /lAij Wm '^ S� ^ 03 r -T'- 1- • I • i - r W.J ? 4Oir W ha"u-"'au 17,n ,v� l W: � ' 03 "wL')Ecx..n 4a On i --- a r.l •,,,,,,, +- r 7 All __ - --- „ '+• r \ --1 dOA IAJ)f 1-- dyers jail _ a M,•>YMf fr�yi, .� _ •a���a•Y�'� ��o - rs%c[sAilU " :;-.e" -•.e. r- ' _� 1d�`n RPIl ROI�.�.a--..�".-•:-:t-,:i'r'-� M ....a2..« N �`.`` y. a� tib ` y/_..� b -- «;cN � � r7 * •� -� �,_ .�;.� _ + - IN US}5(3MNAY� �) TERM AVE -a-.1- ts- �Z •t �-.-i MIN f00 Z) s", U _ W .A - � O-I I.I i _ i.N[V 1 • i sZL•^ "'~ .-,I zW 1 '., a W Z r'O o 1 ,tea I I 03w c 3c a I' •1..�. yaq a . . iLi.. n�WnO x ' Ii2 CLNO Wm IBs�Eu - .,e. I , OI -:I� ' i aces: O� g6�n o _i '�— _ 9Pivs * i 4(/1 AtI �� 1 -I-• ..�cl I r fLn 00-OZZ NIS 3NI-1 HO.LVN I •.:u?� A f 00-0zt;'N.1s:3N1� i-1�}VW-1-- 1 • n . f- o 0 ..0 o.i.n ` - 9 f az�Oq O -N t Of.a I- ! L+� E Y. • f � _' J � c s {00000po� r 3 � s z 3 a€t e� 04 EL F u `i ■ - i -b.- O Ot O N s� �• .. - L • f - O a = - 3 Z .Z S ` fieg! • R �s - . nbm•oY$ 's # Y-'� ya - Ngs v �l •0�0 '00ia 0 b N bb � O b 5 8- NA.lm •� =0�1••' ■ � � �wie . � .gg� �_°.N.. .°v� nm o � r c E h f _E 8a 61 0 0 0 0 0 0 9` _b 2 'a` t d 1 i • :.o �I Ys b�= .^.-� F- 8•z ED Q �y o o` .n o bJo.n o � !% - • �i b o� G A n � .n r+ w.e � � 5 'u�a �� Imo: �€• .••._ � �`e�r,���y. •'�`. �.. • s h _ .. .t J I J• oxg :51 - 45 S •� Daw •Nin zR � _ i1A x X 4i '1 a�; .■ €"c� 4 ; •ems.• v v p vA MEN, "o 0 CL 0 7 IU-• J..l 3 N dw r Mw X S o_i sw Zi o= " * 3 : low aaJ7 ,IIN -xtn �JO■ In 2R , X } X X j// 'e 20 ® D� Ja01[10tIs ♦ N N [ U1 N N cc U -j oxo `✓ .� �!-' cm O� X 4g « u• ,il ODJJ a.l♦ln[a/saeaop Jo,=1n<aJ f?s�yyl X03 �,yw•na�ay.O.o�DAD10=,Alva w — .alsJawwanau=+O3 4f I IOIsueOss�w,aons,0 1a•sa 'a.+D*aou.a0-- duo JD 1.a0 aDD.sl P L :�i771! duo JO[HrD�O.w.M '.1�1 a01a�0J♦DOI�as.IDOJ aO.aa- au1 JO Da"OwaO it D�Op.,]♦,,IVa W!sn a.a Texas Department of Transportation - Specifications for _ utility - Installa tions SPECIFICATIONS for UTILITY INSTALLATIONS Fort Worth District TxDOT DIRECTORY FOR UTILITIES.....................................................3 UTILITY OFFICE...................................................................................3 TXDOT'S MISSION STATEMENT...........................ae......a...a.....a...a........ 5 SAFETY..............................................................................................5 PROTECTION OF HIGHWAY FACILITIES..............................................5 USE OF EXPLOSIVES............................................................................5 PROTECTION OF EXISTING UTILITIES................................................5 DEVIATION FROM APPROVED PLANS..................................................5 STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION............6 FULL—TIME SUPERVISION AND INSPECTION.......................................6 NOTIFICATION OF JOB START........................................................:...6 TxDOTLOCATES.................................................................................6 STOCKPILES ON TxDOT ROW.............................................................2 COORDINATION OF WORK WITH HIGHWAY CONTRACTOROR STATE FORCES................................:..............:........7 WORK DAY RESTRICTIONS..................................:................:.:.::..x.,:.67 INCLEMENT WEATHER..................:.................::. .............:...... .:.:.aa -a8 PITS.......................................................................:..................:.......8 BORE AND TUNNELING OPERATIONS..............................:..................8 MARKERS............................................................:...................:.........9 ABOVE-GROUND APPURTENANCES................................................:....9 BACK—FILL OF UTILITY TRENCHES......................................................9 SITE CLEAN—UP................................................................................10 REPAIR AND REPLACEMENT OF RIP—RAP AND EARTH SLOPES..........:10 SPECIAL PRECAUTIONS FOR EROSION CONTROL..............................10 SEEDING SPECIFICATIONS...............................:...:........................:.11 AE ST H ETI CS.:.....................................................a........N.,.....:..........12 REQUIRED PRUNING PRACTICES.............:.......................................12 PRUNING SUGGESTIONS..................................................................13 specilicatif-n,for 1 blit% Inslallatiuu, 2 Fort Wienh Oi%t Ccct a TXDOT DIRECTORY FOR UTILITIES UTILITY OFFICE PERRY BURNETT SUPERVISOR 817/370-6589 NEW'UTILITY INSTALLATIONS (PERMITS) JOHN BAXTER* N TARRANT, PARKER, PALO PINTO 817/370-6697 JACK, WISE CLARA ELLIOTT-GRAVES S TARRANT, JOHNSON, ERATH, HOOD 817/370=6585 SOMERVELL UTILITY INSPECTORS JIM VAUGHAN INSPECTOR for N. TARRANT MO. 817/307-1617 PAUL FERRO INSPECTOR for S. TARRANT MO. 817/313-3873 UTILITY ADJUSTMENTS FOR HIGHWAY PROJECTS JEREMY TYSON NORTH TARRANT COUNTY 817/370-6590 CHARLES KITCHENS SOUTH TARRANT.000NTY 817/370-6583 ERATH, HOOD, SOMERVELL J.D. GREENHILL PARKER, PALO PINTO;JACK,JOHNSON, 817/370-6588 WISE NORTH TARRANT COUNTY ARFA OFFICEN. OFIH3D _ MARK SCHLUTER AREA ENGINEER 817/238-5902 OSCAR CHAVEZ ASSISTANT AREA ENGINEER 817/238-5903 ROBERT HOOKS -NW MAINT. SUPERVISOR�MS10-W of I35) 817/232-1304` ZACH SESSIONS NE MAINT. SUPERVISOR. (MS13-E of I35) 817/283-2731 SOUTH TARRANT COUNTYARE4 OFFICE S. OFIH30 JOE FOSSETT AREA ENGINEER' 817/370-6638 ALBERT DURANT ASSISTANT AREA ENGINEER 817/370-6803 GARY PHILLIPS SW MAINT. SUPERVISOR (MS3-W of I35) 817/370-6903 BOBBY ETHEREDGE *SE MAINT. SUPERVISOR (MS4-E of I35) 817/275-1921 ERATH HOOD& SOMERVELL COUNTY AREA OFFICES .� MARC McENDREE AREA ENGINEER 254/965-3511 DAVID BULLARD ASSISTANT AREA ENGINEER 254/965-3511 ERATH JAMES PARKER MAINTENANCE SUPERVISOR (MS11) 254/965-3511 * VACANT UTILITY INSPECTOR 254/965-3511 HOOD/SOMERVELL .. WILLIAM GARTRELL MAINTENANCE SUPERVISOR (MS05) 254/897-2647 3.- 7C hFort Worth District i q t * DARYL HELMS UTILITY INSPECTOR 254/897-2647 JACK& WISE COUN7YAREA OFFICES BILL NELSON AREA ENGINEER FOR 940/627-5353 r CHAD DAVIS ASSISTANT AREA ENGINEER 940/627-5353 JACK WALLACE RENNELS MAINT. SUPERVISOR (MS08) -940/567-6611 *MARK OSTEEN UTILITY INSPECTOR 940/567-6612 WISE RICKY TOMPKINS MAINT. SUPERVISOR (MS02) 940/627-2545 *VACANT UTILITY INSPECTOR 940/627-2545 PALO PINTO& PARKER COUNTYAREA OFFICES JIMMEY BODIFORD AREA ENGINEER 817/594-3864 JOHN CORDARY ASSISTANT AREA ENGINEER 817/594-3864 PALO PINTO JOHN SHARPE MAINT. SUPERVISOR (MS09) 940/325-2414 * VACANT UTILITY INSPECTOR PARKER ALAN DONALDSON MAINT. SUPERVISOR (MS12) 817/596-9298 - * BOB BARBEE UTILITY INSPECTOR 817/596-9298 JOHNSON COUNTYARE4 OFFICE RONALD ROBINSON AREA ENGINEER-FOR 817%645-2191 DAVID NEELEY ASSISTANT AREA ENGINEER 817/558-6294 ALLAN FARQUHAR MAINT. SUPERVISOR (MS01) 817/645-0181 * JAMES WHITEHEAD UTILITY INSPECTOR 817/558-6294 • * INDICATES-THE FIRST POINTS OF CONTACT CONCERNING PERMITS • MAINTENANCE SECTION (MS) In cases of emergencies, lights and traffic control devices shall always be used, and will be in strict accordance with the guidelines of the TMUTCD. NOTIFICATIONS of work shall-be given — within twenty-four (24)'hours via facsimile (817/370-6566),_telephone (817/370-6582), email and/or-U.S. Mail. Specifications ror l'lilitp lnctallatiort. 4 Fort worth Distlict '" FAILURE TO ADHERE I O THE FOLLOWING SPECIFICATIONS WILL RESULT IN THE IMMEDIATE SHUT DOWN OF JOB SITE AND REPAIR AT THE UTILITY'S EXPENSE. TXDOT'S MISSION STATEMENT: The mission of the Texas-Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While working on TXDOT right of way hard hats and fluorescent safety vest are required at all times. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES N4 explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. -The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. spcciftcalionc fur Utility Imtallatinns 5 Fort Worth District STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. NOTIFICATION OF JOB START 48 Hour notification is required for utility installations. Upon notification, the utility will receive a confirmation number. This number must remain on the job site with the Permit at all times. Please have the following information ready when you call: APPROVED PERMIT NO. STATE HIGHWAY NO. UTILITY COMPANY UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. GENERAL CONTRACTOR'S NAME NAME OF FOREMAN and MOBILE PHQNE:NO. START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE! TXDOT has a considerable investment in traffic signals,. lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the-above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: . Signals and lighting: Phone # (817) 370-6671 Traffic Management:: Phone # (817) 370-6745 SpcciGcationc For Uttlitr lu<tallations 6 runt!Furth District .� AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m, with police assistance and traffic control. Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of. 9_ a.m. and 4 p.m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817/370-6697. A traffic control plan must be submitted and approved by TxDOT prior to lane closures./ Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once; permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on - the right of way line or as dose as possible without obstructing the curb, pavement, or line of site: All.materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays,, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agree fbtowiri �,, conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on.th y Specification:for tarty tff:t:1112tions 7 rort Porth District execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by boring or tunneling, unless otherwise specifically authorized by TxDOT. Boring or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the holeimmediately after completion of boring. If allowed by TxDOT, wate_ r may be used in conjunction with boring. Bore-Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Specifications for t blit% inctatlatinty. S Fort Forth District Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. 4"1 Working face of excavation shall not precede advancing end of casing by more than two and one half (2112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less that six (6) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. 'No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right-of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE-GROUND APPURTENANCES Above-ground appurtencances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-Way line. - BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of way. - Except when permission is granted, compacted backfill Will be used for utility installations. Backfill shall consist of compacted material obtained fr6m suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. 4 Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used ,- must be acceptable to TxDOT. When rollers are used, mechanical tamps .shall be used along coni scatiom rol.(lilitc Lratallatiais 9 Fort Worth District the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until'a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require V of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or resodded to reduce erosion. Should settlement -or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site -to a - satisfactory condition. 'TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs .incurred by TxDOT for all repairs made by TxDOT. These costs include, but are.not limited to matters'of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of-existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL ... Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. Spccit'+c+tiunc r++r Utility lnaallati+ut� 10 Pu+[Worth Dictrid "R"' SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.6. Green Sprangletop 0.6 Green Sprangieton 0.7 To Sideoats Grama(E)Reno)1.8 Sideoats Grama(Haskell or El Reno) 1.8 Sideoats Grama(Haskem 2.2 May 1 Bermudagrass 0.8 Little Bluestein 1.1 Bermudagrass 0.9 Lithe Bluestein 1.1 Indiangrass.(Lometa or Cheyenne) 1.5 Little Bluestein 1.4 K-R Bluestein 0.7 K-R Bluestein 0.7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass(Atamo or Blackwell) 1.2 Total 6.2 Total 6.9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE: In Pounds Pure Live Seed PLS Mixture for Clay or Tight Soils Mixture for Sandy Soils Y Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 To Bermudagrass 1.2 K-R Bluestein 1.3 K-R.Bluestem 1.3 May 1 K-R Bluestein 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8.0 Total 11.1 1 Total 13.1 1 Total 3.9 TEMPORARY COOL-SEASON SEEDING RATE: In pounds, Pure Live Seed PLS DatesAll Sections Feb 1 Tall Fescue - _ - - 4.0 To Western Wheatgrass 5.0 May 1 Wheat(Red,Winter) 30.0 Total 39.0 TEMPORARY COOL SEASON LEGUME SEEDING RATE: In pounds, Pure Live Seed PLS Dates All Sections Aug 15 Crimson Clover 7.0 to Nov 30 Total 7.0 TEMPORARY WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed (PLS) Dates All Sections May 1 Foxtail Millet 30.0 to Nov 30 Total 30.0 Note:Names in parenthesis()represent'improved"varieties of the species shown. specifications fur l tiiitc In-anli ItiOn% 1 1 Fort Warth District i a AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right- of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING _. • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. m • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO-CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at.a.fork with the remaining branch at least one% third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to b inches out from the first cut. m 4. Remove stub with an even cut so that a.trace (called a"collar") still .protrudes (about:"1%2 inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 14. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county; and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. SpcciGcatium fier Utility lnct311�1ian� 12 Fart Wurth District " PRUNING SUGGESTIONS lots t J_;:r_ Yi - ti K_,, 11114 °?{��'"' t.� :`�'•�>; �' �,; :• .. 110� .r - T 7i 'aft'; ' 7( a <' OESIXtAeLE TREE MODIFICATIONS PRESERVING SYMMETRY_ UNDESIRABLE TREE MODIFICATIONS Such Iree-line relationships as illustrated perpetuates high +r moratenaace costs and righi.ol-r.oy unsightliness. j - - 44,41. •_ �' c'- •-••��r' _ - s_— _ Y /-`� •ice-. «r:, x t 4t ,t +� � •� DESIRABLE - DESIRABLE UNDESIRABLE "•} •�:�r''' � � ` bT UNDESIRABLE DESIRABLE =# ��.- _ _ �a:.� t. •• �_-ti iz�Remove limb 1 e-6, Ircla _ .� `.war_ t•' r:.••. r W Undercut war Ihrougn frrnb 8-IZ' from !t. main stem. Oil _ - ' t3I Remove stub C Finished cut _ «ith on evert, with no trace (tush cut. I--,of stib. dw ` rr 6ESIRA8L£ DESIRABLE UNDESJRABLE PROPER LIMB REMOVAL tV dic- or nto•eI 11Iit 13 Spccificutian%firr l'tilih'tait2I1 Iti.rnN Dort !or t U. APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date October 30, 2002 Permit No. FP-02-198—FP Name of Owner or Applicant City of Fort Worth -Water Department& Telephone No.817-871-7949 Office Use Only Department of Engineering (City Contact-Gopal Sahu, P.E.) Approved X Approved With Address of Owner Nearest Stream Conditions- ".. 1000 Throckmorton, Fort Worth, TX 76102 Village Creek Denied-' Location of Permit Area(Address or Legal Description) Date ln11/4/0bate Out 93­ West of Village Creek(along the Fort Worth-Arlington City Limit Line)from US180 to the Village Processed By.Cindy Robinson Creek Wastewater Treatment Plant PURPOSE OF REQUEST: Excavation Filling Dredging or Mining Utility Construction Budding Permit Grading 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 M-244.The alignment will be approximately 22,693 feet in length and includes 47 manholerunction boxes. With the exception of the 5 ft diameter sanitary sewer manholerjunction 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: Total drainage area of watercourse 188 square miles acres. 2. Regulatory flood etev. N/A Not available. 3. Has site previously flooded? Yes No 4 Is site subject:o looding? Yes No S. Is safe access available during times of flood? Yes No Unkno 6. Is the proposal within the designated loodway? Yes No Unknown t 7. Have all necessary prior approval permits been obtained tom federal,state or local governmental agencies? None Required Pee No (If no,explain:if yes,provide copies of approval letters or permits.) attached U.S Fish&Wildlife letter,Texas Historical Commission letter and NWP#12 1 ATTACH THE FOLLOWING IF APPLICABLE: 1. Two(2)sets scale drawings showing location,dime^.Mons,elevations ofexisting and proposed topographic alterations,e)isting and proposed structures, location relative to loodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations,reports,etc.,used as a basis 6r proposed improvements_ 4. Lowest floor elevation(including basement)of all proposed structures. 5. Elevation to which any non-residential structure shall be food proofed. 6. Certification by registered professional engineer or architect that food proofing criteria are met as set brth in Section 7-347,Sub-Section b,Odinance No 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not OPOSAL: Yes No Availably, 1. Reduce capacity of channels/floodways/watercourse in floodplain area? X X 2. Measurably increae flood flowslheightsld�on off-site pro erties? 3. Individually or combined with other existing or anticipated development expose adjacent X - . 11 Increase velocities/volumes of flood waters sufficiently to create significant erosion of X floodplain soils on subject pro ie or adjacent property upstream/downstream? M" Encroach on floodway causing increase in flood levels? X Provide compensatory storage for any measurable loss of flood storage capacity? X FLOODPLAIN DEVELOPMENT PERMIT ire City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 195. 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 ,Uanagement Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 00 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions Apscribed within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one ousand dollars($1,000) a day for each day that the violation occurs. 1 understand that the conditions which may be stated for permit approval or,,the provisions of City Ordinance No. 11998 may be 1"71perseded 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 aced on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and mmunity 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 knovAedge such information is true and accurate. I further certify that I I. _cess 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. 4�24A� I�A441 &OnCZ Signature of Al3plicant or Authorized Agent Craig Bond, P.E.,TranSystems Corporation Consultants, Inc., 817-339-8950 "OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: X FEMA COE FLOOD STUDIES HIGH WATER MARKS OTHER 6, 431 FEMA INS.ZONE AE FEMA MAP NO.48439C0318,319, FLOOD ELEV. GROUND ELEV. fop FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" *1. Construction must follow the approved plan 2. Ground surface must be returned to original contours DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. O. BOX 17360 i' FORT WORTH, TEXAS 76102-0300 REPLY TO n A AT TENTION OF. January 16, 2003 Planning, Environmental, and Regulatory Division Regulatory Branch SUBJECT: Project Number 200200069 _ Mr. Kent Lunski, P.E. Project Engineer TranSystems Corporation Consultants 500 West 7th Street, Suite 600 Fort Worth,Teras 76102-4773 -. Dear Mr. Lunski: _ Thank you for your initial letter of January 15, 2002, and subsequent submittals concerning - the proposed construction of the City of Fort Worth M-244-A Sanitary Sewer Relief from US 180 to the Village Creek Wastewater Treatment Plant in Fort Worth,Tarrant County,Texas. This project has been assigned Project Number 200200069. Please include this number in all future correspondence concerning this project. Failure to reference the project number may result in a delay. We have reviewed this project in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U. S. Army Corps of Engineers(US ACE) regulates the discharge of dredged and fill material into waters of the United States, including wetlands. Our responsibility under Section 10 is to regulate any work in, or affecting, navigable waters of the United States. Based on your description of the proposed " work, and other information available to us, we have determined that this project will not involve activities subject to the requirements of Section 10. However, this project will involve activities subject to the requirements of Section 404. Therefore, it will require Department of the Army authorization. It appears that this.project is authorized by nationwide permit 12 for Utility Line Activities. To 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 occurs on Indian Country/Indian Tribal lands, the person responsible for the project must obtain an individual water quality certification or waiver from the U. S. Environmental Protection Agency, Attention: Marine and Wetlands Section (6WQ-EM), 1445 Ross Avenue, Dallas, Texas 75202, telephone (214)665-6680. Failure to comply with these specifications and conditions invalidates the authorization and may result in a violation of the Clean Water Act. -2— Our verification for the construction of this activity under this nationwide permit is valid until March 18,2007, unless prior to that date the nationwide permit is suspended or revoked,or modified such that the activity would no longer comply with the terms and conditions of the nationwide permit on a regional or national basis. The USACE will issue a public notice announcing the changes when they occur. Furthermore, if you commence,or are under contract to commence, this activity before the date that this nationwide permit is modified or revoked,you will have twelve months from the date of the modification or revocation to complete the activity �- under the present terms and conditions of the nationwide permit. Continued confirmation that an activity complies with the specifications and conditions, and any changes to the nationwide permit, is the responsibility of the permittee. Our review of this project also addressed its effects on endangered species. Based on the information provided,we have determined that this project will not affect any species listed as threatened or endangered by the U.S. Fish and Wildlife Service within our permit area. However, please note that you are responsible for meeting the requirements of general condition 11 on endangered species. - The permitteemust sign and submit to us the enclosed certification that the work, including any required mitigation, was completed in compliance with the nationwide permit. You should submit your certification within 30 days of the completion of work. This permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of private rights,or any infringement of federal, state, or local laws or regulations. Thank you for your interest in our nation's water resources. If you 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 program,please contact us and we will furnish you with a copy of the nationwide permit .. regulations. Sincerely, Wayne A. Lea Chief, Regulatory Branch Enclosures NATIONWIDE PERMIT 12 Utility Line Activities Effective Date: March 18,2002 Activities required for the construction, maintenance and repair of utility lines and associated facilities in waters of the US as follows: (i)Utility lines:The construction,maintenance,or repair of utility lines,including outfall and intake structures and the associated excavation,backfill,or bedding for the utility lines,in all waters of the US,provided there is no change in preconstruction contours. A"utility line"is defined as any pipe or pipeline for the transportation of any gaseous,liquid,liquescent,or slurry substance,for any purpose, and any cable,line,or wire for the transmission for any purpose of electrical energy,telephone,and telegraph messages,and radio and television communication (see Note 1,below).Material resulting from trench excavation may be temporarily sidecast(up to three months) into waters of the US,provided that the material is not placed in such a manner that 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 V to 12"of the trench should normally be backfilled with topsoil from the trench.Furthermore,the trench cannot be constructed in such a manner as to drain waters of the US(e.g., backfilling with extensive gravel layers,creating a french drain effect).For example,utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the US through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. (ti)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 wetlands adjacent to tidal waters,provided the discharges do not cause the loss of greater than 1/2-acre of non-tidal waters of the US. Access roads shall be the minimum width necessary(see Note 2,below). Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the US and as near as possible to preconstruction contours and elevations(e.g.,at grade corduroy roads or geotextile/gravel roads).Access roads constructed above preconstruction contours and elevations in waters of the US must be properly bridged or culverted to maintain surface flows. The term"utility line"does not include activities which drain a water of the US,such as drainage tile, or french drains, however,it does apply to pipes conveying drainage from another area_ For the purposes of this NW,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 exceed a total of 1/2-acre loss of%caters 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 ` contours are maintained as near as possible. The area of waters of the US that is filled,excavated, or flooded mast 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(Le.,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 Certification and Coastal Zone Management Act consistency determination. Note: Statewide Regional Conditions have been added for activities within Texas. 7.Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System;or in a river officially designated by Congress as a"study river"for possible inclusion in the system,while the river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation,or study status.Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management, U.S.Fish and Wildlife Service). 8.Tribal Rights.No activity or its operation may impair reserved tribal rights,including,but not limited to, reserved water rights and treaty fishing and hunting rights. 9.Water Quality.(a)in certain states and tribal lands an individual 401 Water Quality Certification must be obtained or waived(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 FSA.In the absence of separate authorization(e.g.,an FSA 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 httpJ/www.fws.gov/r9endspplendspp.htn-d and http://www.nmfs.noaa.gov/prot_restoverview/es.htn-d respectively. QQ 3U. gQ : '1i�U19 Sb%, 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)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 Engineces 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 projects 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 permitiee; (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 A (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 aelineation of wetlands.For the purpose of this NWP,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 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; -- (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 as 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 a 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 terns 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 compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed.If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously review the proposed compensatory mitigation plan.The District Engineer must review the plan within " 45 days of receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment.If the net adverse effects of the project on the aquatic environment(after consideration of the compensatory mitigation proposal)are determined by the District ,m Engineer to be minimal,the District Engineer will provide a timely written response to the applicant The response will state that the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the adverse effects of the proposed work are more than 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 applicants submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions.Where the District Engineer determines that mitigation is required to ensure no more than 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 projects adverse environmental effects to a minimal level. a* 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(114-acre in size).The permittee may ask the Corps to delineate the special aquatic site.There may be some delay if the Corps does the delineation. 6 Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14,Compliance Certification.Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and any 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 permittee certifying the completion of the work and mitigation. 15.Use of Multiple Natiomvide Permits.The use of more than one NWP for a single and complete project is prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the 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 - 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 determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement.Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with preservation used only in exceptional circumstances. (d)Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not h� 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 112-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 �^ (f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment,maintenance,and legal protection(e.g.,easements,deed restrictions)of vegetated buffers to open waters.In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated buffers should consist of native species.The width of the vegetated buffers required will address documented water quality or aquatic habitat loss concerns.Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site, the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation) based on what is best for the aquatic environment on a watershed basis.In cases where vegetated buffers are determined to be the most appropriate form of compensatory mitigation,the District Engineer may waive or reduce -� the requirement to provide wetland compensatory mitigation for wetland impacts. (g)Compensatory mitigation proposals submitted with the"notification"may be either conceptual or detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitte&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 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- 2 1. uthorized.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.Nomnally,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,NOAA-designated marine sanctuaries, National Estuarine Research Reserves,National Wild and Scenic Riven,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. m (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 26.Fills Within 100-Year Floodplain.For purposes of this General Condition, 100-year floodplain 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 44. (b)Discharges in Floodway;Above Headwaters.Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are 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 Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 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 continence 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 INFORb1ATION 1.District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not ob: to 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. DFFINITIONS 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.B AN are 9 FFICc,I I ECS 1� �, W'Ogmt YEN, 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 tninimization 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. 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 complcte 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 precoastruction 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 normal patterns of precipitation,has standing or flowing water for sufficient duration to establish an ordinary high water mark.Aquatic vegetation within the area of standing or flowing water is either non-emergent,sparse,or absent.Vegetated shallows are considered to be open waters.The term"open water"includes rivers,streams,lakes,and ponds.For the purposes of the NWPs,this term does not include ephemeral waters. Perennial Stream:A perennial stream has flowing water year-round during a typical year.The water table is located above the stream bed for most of the year.Groundwater is the primary source 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. Single and Complete Project:The term"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 complete 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 amu of a large,irregularly shaped wetland or lake,etc.,are not separate waterbodies. Stormwater Management:Stormwater management is the mechanism for controlling stormwater runoff 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 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: httpJ/www.usace.armyxaiVinet/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 12 Robert 1.Huston,Chairman R.B.`Ralph"Marquez,Commissioner Kathleen Hartnett White,Commissioner Jeffrey.A-Saitas,Executive Direcior TExAS NATURAL RESOURCE CONSERVATION COMMISSION Protecting Texas by Reducing and Preventing Pollution April 4,2002 Brigadier General David P.Melcher - Commanding General U.S. Army Corps of Engineers Southwestern Division - 1114 Commerce Street - Dallas,Texas 75242-0216 RE:USCOE Nationwide Permits - Dear Brigadier General Melcher: Thank you for your March 25 , 2002, letter requesting clarification of the Texas Natural Resource Conservation Commission(INRCC)March 18,2002,conditional certification of the U.S.Army Corps of Engineers (Corps) Nationwide Permits (NWPs). 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, y. 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 TYRCC 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, 19,21,22,25,27,29,30,31,32,33,36,37,38,39,40,41,42,43,and 44 should not result in a violation of established Texas Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30,TAC,Chapter 279,provided that the conditions in Enclosure 1 are followed. This certification decision is limited to those activities under the jurisdiction of 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 certification letter to make it clear that these are conditions of the TNRCC's water quali cation and added a statement that for those NWPs that are conditionally certified to require �qf a.Best Management Practice(BMP),the applicant must choose at least one of the listed BMP ` Lit--�V ed'. �5�r� P.O.Box 13087 • Austin,Texas 78711-3087 • 512P239-1000 • Internet address: e.o-us or.-:c!w:te;�.!r_7�;e-c>iy,my-based 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 BUT 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 NWP 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 MVPs. 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 . undcrstanding the impact of waivers being granted in Texas. In response to TNRCC's request for including additional information in the annual mitigation report, you m 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 ofNWPs,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/l 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§50530,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 §501.146)).This certification decision complies with the CMP goals(31 TAC§501.12(1,2,3,5))applicable to these policies. Wetlands play a major role in maintaining-water quality and are protected by the Texas Surface Water Quality Standards. We support a goal of no net loss of wetlands. To this end, we support wetland impactstlosses being avoided,minimized,or mitigated in accordance with Section 404 Guidelines. The TNRCC reserves the right to modify this certification if additional information identifies specific areas where significant impacts,including cumulative or secondary impacts,are occurring,and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. If we may be of further assistance, please contact Mr.Mark Fisher, Water Quality Assessment MC-150, Water Quality Division at(512)239-4586 or by e-mail at mfesher@tnrcc state.tx.tcr. Sincerely, Jef /is, , E cutive Director _. Texas Nource Conservation Commission Enclosures cc: U.S. Army Corps of Engineers Southwestern Division Attention:Vicki Dixon 1114 Commerce Street Dallas,Texas 75242-0216 Mr.Wayne Lca,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 � � ,� �J, Regulatory Branch,CES WG-CO-R13 P.O. Box 1229 CITY Galveston,Texas 77553-1229, Brigadier General David P.Melcher U.S. Army Corps of Engineers Nationwide Permits Certification Page 4 April 4, 2002 U.S. 'Army Corps of Engineers Attention:Regulatory Section P.O. Box 61 Tulsa,Oklahoma 74121-0061 U.S. Army Corps of Engineers Albuquerque District 4101 Jefferson Plaza NE Albuquerque,New Mexico 87109-3435 _ -VE Up o � D Texas Natural Resource Conservation Commission -- 401 Water Quality Certification Conditions for Nationwide Permits Attachment Y 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 (NWP), as _ described in the Federal Register(Part II,Vol.67,No. 10,pages 2020-2095). These conditions were included as part of TNRCC's certification finalized on April)M 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 wetweatherconditions(erosion).At least one of the following BMPs must be maintained and remain in place until the area has been stabilized forNWPs 3,7, 12, 13, 14, 15, 17, 18, 19,21,22, -. 25, 27, 29,30,31,32,33,36,37,38,39,40,41,42,43,and 44. If the applicant does not choose one of the BMPs listed,an individual 401 certification is required. o Temporary Vegetation o Blankets/Matting 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 M. 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 BWs for NWPs 12; 14, 17, 18,21,29;31,36, 39, 40, 41, 42; arid 44. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation o Constructed Wetlands 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 9 Structures in Fleeting And Anchorage Areas 10 Mooring Buoys 11 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 NWP Approved Categorical Exclusions Erosion Control Sediment Control Post Construction TSS 23 1 Approved Categorical Exclusions 24 State Administered 404 Program 25 Structural Discharges X X 26 Reserved 27 Stream and Wetland Restoration X X 28 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 a 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 Enclosure 3 r�E Op TEXAS NATURAL RESOURCE CONSERVATION COM USSION Description of BWs EROSION CONTROL BWs Temporary Vegetation Description: Vegetation can be used as a 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 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. • 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: • 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 -l- Blankets and Matting ' Description: Blankets and Martino 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 approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http.//www.dotstate.tx.usAnsdtdot/orgchut/cmd/erosion/contents.httm which is updated as 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. • 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 duo 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.Seedingducingoptimumseedingdatesandwithfavorablesoiis 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 hydro seeding. • Mulch netting 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. p 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. • Tom 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 aie frozen. • During periods of high temperature, the soil should be lightly irrigated. April 4, 2002 -3- NEIL EI 9 ✓�.1 • 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). • 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. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff,prevent off-site runoff from entering the disturbed area,and prevent sediment-laden runoff from leaving a disturbed site. They may have a v-shape or be trapezodiai with a fiat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should 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 pith 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. f April 4, 2002 -4- 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. Check dams are also recommended to reduce velocities ■. in the stivales possibly reducing the amount of stabilization necessary. • Minimum compaction 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 or away from an open, easily erodible area_A diversion dike intercepts runofffrom small upland areas and diverts it away from exposed slopes to a stabilized outlet,such as a rock berm,sandbag berm,or stone outlet structure.These controls can be used on tht-perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until 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 filtration media with an approximate weight of 6 oz./yd', a Mullen burst rating of 140 psi,and having an equivalent opening size (EOS) greater than a 7 50 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 height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of .r 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), stabilization is required.In situations where velocities do not exceed 6 feet per second,vegetation may be used to control erosion- April 4, rosion.Apri19, 2002 -5- SEDRAENT CONTROL BMPS Sand Bag 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. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., utility construction in channels, temporary channel crossing for construction equipment,etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving,in "T"posts or rebar (#5 or 06)spaced appropriately. Materials: • The.sand bag material should be polypropylene,polyethylene,polyimide 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: - The berm should be a minimum height of 18 inches,measured from the top of the existing ground at the upslope toe to the top of the berm. - • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the 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_ • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. April 4, 2002 -6- • 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 t effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile 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 •" sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not 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 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 ozlyd,mullen burst strength exceeding - 190 lb/tn 2,ultraviolet stability exceeding 7096,and minimum apparent opening she of U.S.Sieve No.30. • Fence posts should be made of hot rolled steel, at least 4 feet lona 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 galvanised 2'x 4"welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on 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 %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 -7- • Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-foot overlap,securely fastened where ends of fabric meet. Trian--ular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water-borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%,the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation,corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained.The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment 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 of4.5 oz4A mullen burst strength exceeding 190 lbtm 2,ultraviolet stability exceeding 70%,and minimum apparent opening sire 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) inches 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 may be 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. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access,the dikes should be reinstalled as soon as possible, but always at the end of the workday. April 4, 2002 -8- Rock Berm Description. The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment-laden runoff,detain the sediment and release the water in sheet flow. The tock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles,but are able to withstand higher flows than a silt fence. As such,rock berms are often used in areas of channel flows (ditches,gullies,etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having maximum opening of 1 inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean,open graded 3=to 5-inch diameter rock should be used,except in areas where high velocities or large volumes of flow are expected,where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18". • Wrap the wire sheathing around the rock and secure with tie wire so that 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 existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment- - laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. Materials: Straw: The best quality straw mulch comes from wheat,oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore •. must be properly anchored to the ground. April 4, 2002 -9- Hay: This is very similar to straw with the exception that iris made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw,hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches lona. • 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 securely anchored using 2"x 2"wood stakes or 3/8"diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. - • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together: Brush Berne Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere.Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush.It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms maybe used where there is little or no concentration of water in a channel or other drainage way above the berm.The sine of the drainage area should be no greater than one-fourth of an acre per 140 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the 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 fabric. • The rope should be %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. April 4. 2002 -10- • 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 necessary, the fabric should be spliced together with a minimum 6-inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier,and anchor the fabric.by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Trap 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 runoffand 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 test 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, multen burst strength at least 250 1bftn 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 are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line.The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of l feet in either direction from the base of the filter stone core. .- • Filter Stone Embankment. Filter stone should be placed over the geotextile and is to have a side slope which matches:that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum 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: The purpose of a sediment basin is to intercept sediment-laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas.The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place.A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation,placement of underdrain piping,and installation of sand or other filter media should not be 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 should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • 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: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency.The shape may be Anri14 ?nn? -12- 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 embarikment should be 3:1 (H:). • 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). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50%of the basin volume (not the top of the stake). • The 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 the bottom of the riser pipe equal to %z the volume of the basin.This is the maximum sediment storage elevation.The sLe of the perforation may be calculated as follows: -° AS x f2h _ A° C,x 980,000 Where: Ao = Area of the de-watering hole, ft 2hV 'd 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/1r i-ation Systems Description: Retention/irrigation systems refer to the capture of runoffin a holding pond,then use of the captured water for irrigation of appropriate landscape areas. Retention/urigation system's are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/urigation 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 demarids on water supplies for agricultural irrigation and urban water supply. - Design Considerations: Retention/Irrigation practices achieve 100%removal efficiency oftotal suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems- include runoffstorage facilityconfiguration and sizing,pump and wet well system components,basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/urigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. CP Maintenance Requirements: Maintenance requirements for retention/rrnigation systems include routine inspections,sediment removal,mowing,debris and litter removal,erosion control,and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre-development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore,nutrients,heavy metals, toxic materials, and oxygen-demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although 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 slopes. The retention capacity should be sufficient considering the average rainfall event for the area. April 4, 2002 -14- Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing,debris and litter removal, erosion control,structural repairs,nuisance control,and sediment removal. Vegetative Filter 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. 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 entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips.Although an inexpensive control measure,they are most useful in contributing watershed areas where peak runoff velocities are low,as they are unable to treat the high floe 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 natural situation and unnatural attributes,such as rectangular shape or rigid channel,should be avoided. 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 is the onlysource ofinflow for the wetland,the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wedand. 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 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,sediment forebay,vegetation, outflow structure,depth of inundation duringstorm events,depth of micropools,and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections,debris and litter removal,erosion control,nuisance control,structural repairs,sediment removal,harvesting,and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged,termed(manmade)sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events,runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent,especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to maintain the .� permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfalVrunoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90%of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. April 4, 2002 -16- 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 primarilystormwater conveyance systems.They can provide sufficient control under light to moderate runoff conditions,but their ability to control large storms is limited.Therefore,they are most 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 channelization 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 CP - Sufficient available land area The suitability of a swab 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 nob eater than S%.The seasonal high water table should be at least 4 feet below the surface.Use of natural topographic lows is encouraged,and 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 Strias 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 33.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, andutfiltration. 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 runoffthat would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system.Properlydesigned roadway -medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow 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 CP • 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: • 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. April 4, 2002 -19- PERMIT COMPLIANCE CERTIFICATION Permit Number: Name of Permittee: Date of Issuance: Upon completion of the activity authorized by this permit and any mitigation required by the permit,sign this certification and return it to the following address: Regulatory Branch CES WF-PER-R U.S. Army Corps of Engineers P.O.Box 17300 Fort Worth,Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension,modification, or revocation. I hereby certify that the work authorized by the above referenced permit vas completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. Signature of Permittee Date Appendix B __ Standards and Soil Borings _ ' i I�TI� � ,i mil TYF 'C" ACKFILL SEE SPEC.BEl-2.4 MINIMUM 6" INITIAL =111-Vl BACKFILL COVER SAND MATERIAL EMBEDMENT cy- 17 & INITIAL BACKFILL 0 SEE SPEC. EI-2.3 G.C.D. LL- MINIMUM EMBEDMENT WATER: SIZES UP TO AND INCLUDING 12". 0 cn TYPE BACKFILL SEE SPEC. EI-2.4 G.C.O. MINIMUM INITIAL BACKFILL COVER: WATER - 6- wSEWER - 12- CRUSHED STONE. OR SAND STORM BRAIN - 12- MATERIAL INITIAL BACKFILL Ld SEE SPEC. EI-2.4(b) OR • El-2.3 G.C.D. =5 MINIMUM w EMBEDMENT0 CRUSHED STONE SEE SPEC. EI-23 G.C.D. O WATER: SIZES 16" AND LARGER SEWER: ALL SIZES co STORM DRAIN: ALL SIZES co MATERIAL SPECIFICATIONS SAND GRADATION *LESS THAN 10% PASSING 0 1200 SIEVE THE EMBEDMENT AND BACKFILL OETAILS PROVIDED ON THIS (n P.I. - 10 OR LESS SHEET SHALL REPLACE APPROPRIATE PPOVISIONS OF BOTH THE EI-2.4(b) AND E11-2.3 OF THE G.C.D. AND STD. SPEC. ITEM 402 OF THE TPW STANDARD SPECIFICATIONS FOR CK STREET & STORM DRAIN CONSTRUCTION. ALL OTHER CRUSHED STONE GRADATION PROVISIONS OF THESE ITEMS SHALL APPLY. 0 SIEVE SIZE X RETAINED I` 0-10 1/2- 4-0-75 WATER, SEWER & STORM DRAIN 3/8- 55-90F- EMBEDMENT AND BACKFILL DETAILS w 14 90-100 C) • #8 95-100 CITY OF FORT WORTH—CONSTRUCTION STANDARD w FIGURE ADATE-2-19-02 Existing surface Backfill as specified 1 O zz 1 » 4 ' 1 1 ID 6t1 min. dimension. 6" max, for pay purposes when 1 bid per cubic yard. 02 611 min. dimension. Max. for pay purposes shall be 6t1 on main 24" and smaller, 911 on mains 30" and larger, when bid per cubic yard. Q3411 min. dimension. 4" max. for pay purposes when bid per cubic yard. 4U Class "E" 1500# concrete. Concrete encasement shall stop 11 either side of joint, and when encasing concrete' pressure pipe, full lengths og pipe shall be encased, joints excluded. CONCRETE ENCASEMENT DETAIL - 1-1-78 FIGURE 20 E 1-1 Material E 2-7 Construction '� MAN19LE FRAUE wv II-M&COVEIL COuIL TO M]IrR.ET 1101H WOaKS, I NO.A ?• Au IIITH PICK SLors OR Mac IIOI_[s.aFF�E :.1� r I TRENCH WIOT11 CONCRETI .w CRADLE TO Eli TEND TOP Or CpNCRCrC COMEr ' = TO PIPE BELL SECTION IS-saow ruaS11 1 ' RIM CLCVAF0V 4 EA- 2"XB"X71'LO.PRECASi Q .. REWORCEO CONCRETE GRADE MONOLIT14C CO+ICRCTE OR �� — Rmcs.CONFORUMC 10 A.5.111- A.S.T.M.C••7a P97CCASr C 4m OR EQu& MAY EIE AERIF0aCC0 YANMOLE USCG M L[u Or 9RK7R ' SECTIONS OR EQUAL. 1 i GISTNC AM MxaW:.E LnS A REF.E-2-:4 • ®:a 'ERMA-SEEP •100-2,OR EQUAL `m • i M STACCEREO, AS Sr10wN , A Aaw b Z ClMr If PRCCASTI ! 1 g � .'.-.moo�.\:�.� – � L - _. •, .'I w CLASS r I/OOO-R COIRCRErE o Z 8-B 10 V DA FOR SEWER * POPE UP r0 Ir OIA. 9.OA rDR sr-:-, PIPE E•:-- PIPE up IO ]9-Duk ww �T 4nip A c nn�iT noY cE`u�}� Aw eniNU�� J r r r U 1 J r1 J rU\ SEWER k J (PRECAST SHOWN) NOT TO SCALE FIGURE lE 104 i Pressure Grout Between Casing And All Pipe Shall Be Surrounding Earth -� Laid To Grade As Shown On The Plans _ Tunnel Liner Or Casing Pipe l� As Required. Water Lines Shall be Secured by Struts. Carrier Pipe .a Adequate Skids Shall Be Furnished And Installed By Various Types Of The Contractor As Necessary Casing Pipe May Be To Facilitate Installation Used, Conc. , Steel Or �� _ �'� � Of Carrier Pipe. Corrugated Metal As =1 = Permitted By The Plans And Specifications TUNNELED SECTION Pressure Grout Between Casing And Surrounding Earth On Bored Section. All Pipe Shall Be Casing Pipe Laid To Grade As Shown, On The Plans. Water Lines Shall be ` Z Secured by Struts. Various Type of Casing Pipe May Be Used, Conc. , - r Steel , Or Corrugated Metal �';, Carrier Pipe As Permitted By The Plans And Specifications. �\ ,{= ' /�'��:. Adequate Skids Shall Be Furnished And Installed By r The Contractor As Necessary To Facilitate Installation Of OPEN CUT Carrier Pipe. Or BORED SECTION CASING DETAILS 1-1-78 FIGURE 21 E 1-15 Material E 2-15 Construction d d Natural Ground J i a -'Dimensiondx L i 3 Sewer Pipe - 12 " CL zz �s Ct @i N _ i G'r,anula-r: �rnbedment Minimum Depth After Compaction J ' 6" Min.. ` (TYP.) y Crushed Limestone to Extend from 6" Below (: e � • Pipe to Springline vas ,eL f (Excavate for Bells) dia l Crushed mestone' Cost of Granular Embedment and Crushed Limestone Bedding TYPICAL SECTION Included in Price Bid Per Foot of Sewer Pipe. STANDARD EMBEDMENT FIGURE 109 EI-2 Material 1-1-78 E2-2 Construction a o Variable Diameter Bore To Be Large Enough To Permit co L Design Type Pipe To Be Pulled Or Jacked Through. QJ m .n a) m E •L .— m TYPICAL BORED SECTION Longitudinal View Pressure Grout a v a L O a L m L a al al N 1] E ri m - - •L Q •L Q f0 _ m � R.R. or obstacle of similar nature requiring TYPICAL BORE WITH PIPE INSTALLED bored installation of Longitudinal View sewer'. • •_w _ •f.G�• ?. _ .�w 'mss • t• i �. •� •..� L•• `�.����' —_ r" �� � — —^yam ��T�" '. . 'i• —-�� _ Perimeter of Bore Pressure Grout Around Pipe. Grout shall be proportioned as 1 Cu. Ft. Carrier Pipe— _ of cement , 3. 5 Cu. Ft. of clean fine sand with sufficient water added to provide a free flowing thick slurry �w TYPICAL END VIEW NOTE: 1. Compression type joints to be used if possible. 2. If compression type joint is not available, MJ type.shall be used a d joints bolted be ore BORED CROSSING DETAILS pulling pipe into place FIGURE 110 Material E 1-15 Construction E 2-15 1-1-78 Corrugated Black Metal Tunnel Liner 12 Gauge or as indicated it .� Special Plans Documents. Annular Space Grouted N u C d D N ' a � � L I L OJ d y y 1 .D •- 10�N Ip J I L t >1C ._.5Annular Space •grouted mitt -Cut Away Longitudinal Section 0 0 Tunnel Liner o - o Fi I 1 Between Liner And Sewer Pipe with Grout o o Sewer Pipe END VIEW a Vag� 0 0 0 0 NOTE ° Furnish Install grout in ratio opf Furnish & Install skids I cubic foot of cement and 3. 5 as necessary. Skids shall cubic feet of clean fine sand with meet the approval of the sufficient mater added to provide a Engineer. a free flowing thick slurry. TYPICAL TUNNEL SECTION ME -,5a1 Construction 1-1-7s FIGURE III E 2-15 L- 4.04 M 2.0' I ,, TYP; - 4- • 4 Rebars TYP. •, - \• 3.0" TYP. use 2500 • class B concrete ,�•,'� 1 • 1 V. 4.0 • \� I �� 't i i \ ♦ / • Y • 1 CHAMFER TYP. IL�AR H ICH VARIES1 1 1 PVUT. PVMT. �1 EX.GROUND 2 :27 SUB BASE • t \.`.': _ I :\ -.�• `f _ 6- LMN. CASE 1 CASE 2 —— I——— r Lea. RAN'NEC , ' I HEIGHT VARIES SECTION A-A CASE 1: COLLAR SHALL EXTEND TO TOP OF 2:27 CONCRETE. (NO REBAR REO.) CASE 2= COLLAR SHALL EXTEND 3" BELOW BOTTOM OF LOWEST GRADE RING. (REBAR REQ.) CONCRETE COLLAR DETAIL SANITARY SEWER MANHOLE - F I GURE 121 .. NTS E1- 20, 21 Material E2- 20, 21 Consruction I 2' COMPACTED BENTONITE CLAY OR 2:27 CONCRETE -____ SEWER MAIN r CLAY DAM PROFILE - +a EXISTING GROUND COMPACTED BENTONITE CLAY OR 2:27 CONCRETE :-qII-3ISI IF1if I I E 1 a I i� I-1 11=11-1 9I IC I -Il 10I�I!_ W kn 0 < J mmo MENHWITH m z W ma o F ; o UNDISTURBED SOIL Oa O an �rL ; TRENCH WI T O IP MINIMUM TRENCH I WIDTH - PIPE DIA. + 1 H CLAY DAM SECTION .tV.&� '� Y tro}ri _ 6"t:ry Be"t UsIn M-42 and U-54 ` a Drain 2o Aron R■h■btUl■tlon 1 CLAY DAM CONSTP, s■�ll■r, l N,,. ■ 45- . wo.m0 • Pro■ct No. P3�6-070�60t10180 cATION DETATI.8 r �R � z O .. O F- O � fe j to H CV Lb tZJO ta _w WO c� j z� tAj t.- • CL �W�O U� v~i0 • r• LdO� Optnv oa � L t� w vcr Ut._mr• UOa c�i ar w f-Mw zvry w x C7 0 Li - zWZQ C-4 X°E 4 a H :: z U JQo t._o} wd7� A O �QV1 O-IX �N ELI(f)� W zpIx m w OWw z9XIX>- L- � Zm � tW UOw> •U-E >w W - y U m ,,o W(L W- n'(/y�po �Wz P.W m�3 CVtna�r 0Le- d �3 * Q w > m 0 M o a- < R< r oZ. [L'W cn a z az Ed =Q x3 QNor¢tn to tw- v L- ww7d 0 A Z z� W �` z ! z cavi w <1-z� �F- o a .•,,1 w a r--o L-ta U I-- 0 o v :_[ : Jcn Awa- Ix ZZ H �oQ� o� .:-I:- ta;j ow w0 00 � wiz Lsl vHm .•: I'. ��� JC41310 F-U O wow QQ Qvlr :[• ~ol�¢oi¢wo�� (!)W haw 00 LL¢oOf CL I- v ::: 1� z�maom�cnLLn� U LE- cli zZ ¢>°d i - .U-_ _ F—� U a zWO LLJ W Dom LL- zli F' F- U- F- 0- O(n I,3 (/)W Q O Z=V U int {°: >w. Ur.• LLI z A m J=W-JLQ L- Q a 0¢ as n 65l'l l - M zUi O O F- Oji CW9 O cn z / N bi y }�� o ti- F- o o Y C:l -� n LL. w ZIP t,a¢ � tryaw� z- m¢w,z az�a}- po s <o¢¢ 'yCL wi ixw q�iioa cnowQ • ' �awx w-a}' a� w.�vl fit, n. �� amo-m� pQ Ld �-�� JNaao� Z3 m - a y 3J0ZJ0!�1-UQ p:-1(n� ¢1EL - v DY Lt- p��Ot/�2} VI�Yle Xia1 > mo Qoa~¢w oast: ``'��� o �- / •�*wooMt:(nLoU uiomm. tY a� ou, a o m o _ ZV rnx UQ� i o ma i s ZLL �r�.,' ul �cn ! :vi WELLd ce- Lin o 00 OU aW LLI . U U m W F+i O MLLI C) C7 -•~•- O}n- CL Lu (�Z(r �a-Z QZQ o q mz F- o Z!—Z a.EN �� z W � 3 . .�OQ f- Xv m�W lw�� w o W �- Mod— t o �' to cn vv)i ai LLJ � o . �O�z v .lz � ¢xwo w= ¢a W _ Z{�0� m f= ' v»acaiv wtv- Imo wR 0 OOLL- LX U oz },X, �� mooch z� ow a q� U?-(n m �� ! F-LU ooa4o vol moa LJ w N UQa��n ZoaWc N0� H (A� Z=(QjO caar D{ - owo-cn�x c v�iEn Qapow Q m a� •. O}—W w aW���a �>-a tozt---o > o =m UZ�jZ omo>m3 0�> Wm�o w w a mQ JE-WQ -'��`'f- wi-v �t�wo -i��-� o`rm°�zio awz °-ocoN j (wj � c``'a� Q (nom Z.=YJ �i�3 moi:-cnc,4 ¢ X a a� w o o En * m Lti 0¢ a w to n- }_ O MEL' .- r NLd O .. Q Z � �•- _7�- r r- � O N ~ Pu \ }- O 1 s O to LD0(La 13Z O zN C.) �� z z Ih 00 w� Q2 Fe N ef c m b tan Wz m : z� . lcJw > �o QW a ov J� a c3 z o W d. _ �w to WWo Ld rn Z� E-3Z �U I=-: tea z ao QO p Sao �-- o co a- -7x=I O �LrJ E" o a w z o o w Jy.to 3 Q V-- 7d tanw ` UW vtz w > 1 ALL'. . T_t l- o' \ !MIN, U N •� F- Ln- X k ca W ~ O x Ln z Ln ' 9 0.0 z wz N w 1 F- w a o0Z H tn.— (no- nF.F- ww ZZW OF-> F-W� m Ha w� v,O z�N rx a ►-aw w-� O > �iV 0��1 U 7C~ U� m i�CL co zea W� ZA_ OU OZJ O rl Uj C)*Z- o: z-53 [n �w :kNF- z`z ao Z o =a to �zo w lz--3 wu0 aw in v—)a d w :wmo v'o �z ¢ oo LOt,ta w i- �- � 'ca E-• 4m cgmz ria 4wvi Ed LdQ L O O ,F O 'V N tD C O Ute` ti U L 0- 0 CLC m O m 7 frCLO U Q ' , r i- tD Gus UL QCL ' O out IF Ja+ox► t7 o cn a z > N0 14 w � a a w� U > > jn as L Q N - m v M CD t- N L C �' uv0 O CILCL ~ Q O p D o O m Z X L W w N 1t. rn inF- � tlQ a o o a,...._• Ot V 7 0v1 C: UW tA- d b"' C ✓ � OopoO= Q LL d � W/ Q a G- v ;i C 0 Of Q �Y a o - troiaca � y. t- w U � m � m aUl ( O O it �a�oM t �v a Z w z a w a w . � � 0 U LLJ m . L L a,}. z D m to Q F z (n CL w Q O LL, tu L m o Ff}' z -t 0 a o.O � Ln . o wLL . - 2, z Q } Q N O O Ck,.. CO to C7 j V w rna 3 su z lu Co z cn a a O H a tau < a m� , wwu� �>- ocz wo h- � zt9zp +n z ze- 'mtuedv� O Y ttr v 7d' in � a� • 1 1 1 a M SON, � o � M � O N PC .v •x Q O Cj ; O C CD .. 3 a0 b z v r. dod ay o d TERRA-MAR, /NC. _ Consulting—Geotechnical-Environmental Construction Materials Testing GEOTECHNICAL INVESTIGATION PROPOSED SANITARY SEWER MAINA2-RELIEF FORT WORTH, TEXAS TMI REPORT NO. FE02-969 TO TRANSYSTEMS CORPORATION CONSULTANTS FORT WORTH, TEXAS BY TERRA-MAR, INC. DALLAS I FORT WORTH / HOUSTON I AUSTIN FEBRUARY 28, 2003 TERRA-MAR -. Ago& 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 - 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. _ Respectfully, OF TERRA-MAR, INC. GARRETP E WIWAMS ..i.... 18889 Mae--m- X2625 ' ( ��' '�'-''-•--�5?Eat baa► Leonel Ruiz, E.I.T. Garrett E. Williams, P.0- Graduate Engineer Fort Worth Office Manage�''� AL 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. TMl No.FE02-169 February,2003 -== Consulting-Geotechnical-Environmental Construction Materials Testing TABLE OF CONTENTS Page 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE--_-_---_--------_-_______�_1 2.0 FIELD AND LABORATORY INVESTIGATIONS------------------------------------------1 3.0 SITE AND SUBSURFACE CONDITIONS--------- 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-- w_____Mw4 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------------ ----------_-_--_____w_7 4.7 Excavation Considerations--------_w____--_-_ -____-_�___________g 4.8 Trench Backfill ------9 4.9 Trench Backfill Settlement------ ____ g 4.10 Provisions to Reduce Backfill Settlement-----------------------------____ _______10 4.11 Bore/Tunnel Considerations-------- ------ ------ - ----- 10 5.0 PIPE DESIGN RECOMMENDATIONS ---____ ______�___w____�M________________12 5.1 Flexible Pipe Deflection----------------------------------------------- ------------------12 5.2 Vertical Soil _-----_--------------13 5.3 Live Loads -----_____�_----------____-- -----------�_____--------_---------_14 5.4 Deflection Lag Factor-----------_______ _ ______ ____w__________------------------__14 5.5 Bedding Coefficient----- ----------------- -- ------____-_ 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 MR 6.3 Lateral Earth Pressures--------------------------------------------------------------------------17 6.4 Wall Backfill------------------------------------------------------------------------------ 18 6.5 Backfill Settlement-----------------------------------------------------------------------------------19 7.0 INSPECTION AND TESTING -----y-----------------------------------------------------19 8.0 LIMITATIONS --------------------------------------------------------------------------------------19 Sanitary Sewer Main 442 Relief:Fort Worth,Texas 111 TERRA-MAR, INC. TMI No.FE02-169 February,2003 =_=_- Consulting—Geotechnical-Environmental Construction Materials Testing ILLUSTRATIONS Figure Plan of Borings1 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 Sanitary Sewer Main 442 Relief;Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-169 February,2003 --__=— Consulting—Geotechnical-Environmental Construction Materials Testing 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE The project consists of the installation of 72-inch and 90-inch diameter, 23,000 foot long sanitary sewer pipeline. The sanitary sewer main alignment is generally located from the Village Creek WWTP south to West Division Street (Highway 80). The project includes about 33 manhole structures and 16 to 20 other major structures including siphons and special boxes. Five long sewer bores are presently planned at the following locations: along Meadowbrook Boulevard and beneath Village Creek, 1-30, Dottie Lynn Parkway and West Division Street. These bore locations could be accomplished by pipe jacking or tunneling. The bottom of the pipe and/or manholes varies from 15 to 27 feet deep in open cut trenches and from 20 to 53 feet deep in the bore locations. The sewer mains are expected to consist of fiberglass pipe or concrete rigid-pipe. The investigation was designed to explore subsurface conditions along the proposed pipeline alignment, and from the results of the exploration, develop engineering parameters and recommendations to be used in its design and construction. Our services included: • A detailed description of subsurface and groundwater conditions at the project site, and their effect on design and construction, including a description of the soil stratigraphy, underlying rock formation, and any noteworthy geological conditions. • The effects of groundwater on the design and installation of the project elements. • Recommendations regarding pipe embedment and trench construction. • Recommendations for pipe design including deflection and modulus of subgrade reaction; and • Corrosion potential of subgrade materials. 2.0 FIELD AND LABORATORY INVESTIGATIONS Subsurface conditions were evaluated by a total of 16 borings drilled from October 20, 2002 to January 7, 2003 to depths of 21 to 60 feet below the existing grades. Approximate boring locations are indicated on the Plan of Borings, Figure 1. A detailed description of the field and laboratory procedures used in the drilling and testing of the soil samples can be found in the Appendix. The results of the field and laboratory testing procedures, along with the soil classification by the Unified Soil Classification System, can be found at the appropriate depths on the Logs of Borings, Page 1 of 19 Sanitary Sewer Main 442 ReAef;Fort Worth,Texas TERRA-MAR, /NC. TMI No.FE02-169 February,2003 Consulting—Geotechnical-Environmental Construction Materials Testing Figures 2 through 21. A key to the boring log terms and symbols is presented on Figures 22 and 23. Results of sieve analysis tests are presented on Figures 24 and 25. 3.0 SITE AND SUBSURFACE CONDITIONS 3.1 Site Geology According to the Dallas Sheet of the 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. TMI No.FE02-169 _ February,2003 — Consulting—Geotechnical-Envirorwnental 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 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 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.FE02-169 February,2003 Consulting—Geotechnical-Environmental z Construction Materials Testing 4.0 TRENCH/BORE PIT EXCAVATIONS 4.9 Expected Subsurface Conditions The majority (approximately 75%) of the sewer main will be constructed using open cut trenches. Approximately 5,100 feet will be constructed using bores for the various crossings and about 820 feet will be constructed using a siphon structure. The trench excavations will generally extend to depths on the order of 15 to 27 feet. The bore locations typically extend to depths of 20 to 28 feet except for the long bore beneath Meadowbrook Boulevard, which extends up to 53 feet below grade. The approximate excavation depths, manhole depth and anticipated soil conditions at each boring location are summarized in the following Table 1 TABLE 1 —ANTICIPATED SOIL CONDITIONS AT THE PIPE ELEVATION STATION BORING STRUCTURE ANTICIPATED STRATA NO. NO. DEPTH (FT.) 2+00 B-1 24 Sand near contact with Gay 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 .r 169+00 B-11 20 Sandy Clay 180+00 B-12 21 Shale 206+50 B-13 22 Silty Clay 221+00 B-14 22 Silty Clay 226+45 B-15 16 Sandy Clay 4.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 192611919), Subpart P. For excavations less than 5 feet deep through the Page 4 of 19 Sanitary Sewer Main 442 Relief.Fort Worth.Texas �_ TERRA-MAR, INC. TMI No.FE02-169 February.2003 =_— Consulting—Geotechnical-Environmental Constriction 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 1HAV in clays above the groundwater level, or 2HAV in granular soils and submerged soil conditions. A 2HAV slope is recommended in clays overlying sands. For sloped excavations, surcharge loads, such as those resulting from excavation spoil or equipment should be placed no closer than 2 feet from the crest of the slope in accordance with OSHA regulations. In addition, vehicle traffic should be maintained at least 5 feet from the edge of the slope crest. Open-cut slope excavations should take into account any existing utilities in order to avoid undermining pipelines. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. rr 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 Wath.Texas TERRA-MAR, /NC. TMI No.FE02-169 _ February.2003 iqW� = 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 alignment. Vertical trench walls are not expected to have sufficient standup time to allow placement of trench boxes or shields where sands and clayey sands are present in the trench walls. For these conditions, the trench walls will need to be sloped or have a driven sheet piling system or some other type of shoring that maintains continuous shoring against the soil. Depending upon the conditions encountered during construction, it may also be necessary to dewater the sand deposit in order to control excavation wall and base stability. 4.4 Jack Allowable Bearing Pressure Surficial clays and sandy clays encountered along the alignment are generally stiff to hard in consistency exhibiting unconfined compressive strengths of about 1 to 2.5 tsf with 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_ 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;Fat Worth.Texas TERRA-MAR, INC. TMI No.FE02-169 __ _ February,2003 ==-= consulting—Geotechnical-Environmental - 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 overexcavation backfill should be completely surrounded With a geotextile consisting of Mirafi ° 140NL, Amoco 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e. sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM 4253 and 4254. _ 2. Casting a 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, //VC. TMI No,FE02-169 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 W. inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Shale and rock fragments larger than 6 inches in diameter should - be crushed by tracking over the material with a dozer. It may be necessary to remove larger hard rock fragments that will not crush under the loads of the construction equipment. Backfill should be compacted in maximum 9 inch loose lifts at a minimum of 95% of the Standard Proctor density (ASTM D698). Shale should not be used for backfill if large settlements 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 fiowable 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 Reef;Fort Worth,Texas TERRA-MAR, /NC. CMI No.FE02-169 February,2003 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 excavation should be over built one foot and sloped down to match grade at the edge of the excavation. 4.10 Provisions to Reduce Backfill 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 testingfinspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moistureldensity 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 BorelTunnel 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 1 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 _ so 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 them 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, INC. TMI No.FE02-169 February,2003 =-__— Consulting—Geotechnical-Environmental Construction Materials Testing 5.0 PIPE DESIGN RECOMMENDATIONS 5.9 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__ 0 L x WS +WL)<K X o — x100% D 0.149xPS +0.061xEd Where: oy/D = predicted vertical pipe deflection as a percent of the outside pipe diameter. Ay = change in vertical diameter of pipe, inches. 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. KX = 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, INC. TMI No.FE02-169 Ado&_ .. February,2003 __=- Consulting-Geotechnical-Environmental Construction Materials Testing w� 5.2 Vertical Soil Loads We recommend that the long-term vertical soil pressure, W.i 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: YsxH _ 125xH _ Ws . 144 144 'PSI Where: WS = vertical soil pressure, psi 75 = unit weight of soil above top of pipe, pcf. A soil unit weight of 125 pcf is recommended for design H = depth from ground surface to top of pipe, feet. Cautionary Note: The vertical soil pressures computed using the above equation should not be used to estimate the sliding frictional resistance for the design of restrained pressure pipe joints for pipes installed in trenches. The vertical soil pressure may be less than computed by the above equation when the pipe is pressure tested. The vertical soil pressures may be less - because of soil arching on the sidewall of the trench will prevent the full overburden pressure from acting on the force main pipe. The vertical loads acting on a rigid pipe can be computed using Marston's equations for computing the estimated soil loads on rigid pipe installed in trenches or in embankment conditions. A soil unit weight of 125 pcf is recommended for design. If the trench will be backfilled primarily with shaley clays and/or shale, we recommend that the vertical earth load be based on the full weight of the soil above the pipe. This recommendation is made because the shaley clays and shales placed as trench back fill will deteriorate and soften. This softening will result in large backfill settlements and that could result in complete or partial loss of soil arching effects. For this reason, shaley clay or shale arching should not be relied upon for computing soil loads on rigid pipe. salt Of R1,1HARY Page 13 of 19 OR°H! 0. Sanitary Sewer Main 442 Relief;Fort Worth.Texas TERRA-MAR, /IVC. TMI No.FEO2-169 February,2003 —__ Consulting–Geotechnical-Environmental Construction Materials Testing 5.3 Live Loads Live loads, WL, from trucks and construction equipment should be included in the pipe deflection calculations. Live loads from trucks do not need to be included where the top of the pipe is 8 or more feet below finished grade. ,® Impact loads from trucks should be included where the top of the pipe is less than 3 feet below the truck tire. An impact factor of 1.35 is recommended for depths less than or equal to two feet and an impact factor of 1.15 is recommended for depths between two and three feet. The impact factor 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, Kx, 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 Plowable �. 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 e, native soil characteristics, trench width, and cover depth. The design modulus, Ed, can A� ., uted from the following relationship: E x S,, psi Pana 14 of 19 Sanitary Sewer Main 442 Relief;Fort worth.Texas TERRA-MAR, INC. T,dl No.FE02-169 February,2003 —__-_- Consulting-Geotechnical-Environmental Construction Materials Testing Where: ' Eb is the estimated pipe backfill modulus of soil reaction_ Recommended backfill modulus of soil reactions are presented in Table 3 for various types of pipe backfill. S, is a stiffness correction factor to account for trench soils with a lower stiffness than the pipe backfill materials. We recommend a stiffness correction factor of 1.0. 5.7 Corrosion Potential Various laboratory tests were performed to evaluate the soil corrosion potential to buried iron and metals including soil resistivity, pH, oxidation-reduction (redox) potential and sulfides determinations. The results of these tests are reported on Figure 26. The tests indicate that the subsurface soils are considered to be nearly non-corrosive to buried ductile iron or cast iron pipe. The tests also indicate the soils are nearly non-corrosive to buried concrete structures in the tested areas. Methodology outlined in the Handbook: Ductile Iron Pipe, Cast Iron Pipe, 51h 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 Rerwf;Fort Worth.Texas TERRA-MAR INC. TMI No.FE02-169 + ... February.2003 _ __� Consulting—Geotechnical-Environmental Construction Materials Testing TABLE 3 — PIPE BACKFILL MODULUS OF SOIL REACTION,,E,, Modulus Eb for Degree of Compaction of Backfill Class Pipe Zone Backfill Pipe Backfill Material in Pipe Zone <40% 40%- >70% r� Dumped Relative 70'x° Relative Density Relative Density Density Class -1 Pipe Embedment Backfill Coarse Crushed Stone: Wear loss of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Gradation Requirements: Retained on 1.5—inch sieve: 0 Percent 1,000 3,000 3,000 3,000 Retained on 1 —inch sieve: 0 to 5 Percent psi psi psi psi Retained on Y2 - inch sieve: 40 to 75 Percent Retained on No.4 sieve: 90 to 100 Percent Retained on No. 8 sieve: 95 to 100 Percent Retained on No. 200 sieve: 95 to 100 Percent Fines passing No. 200 sieve: non-plastic Class 2—Pipe Embedment Backfill Fine Crushed Stone: Wear loss of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Gradation Requirements: 200 1,000 2,000 3,000 Retained on Y,-inch sieve: 0 Percent psi psi psi psi — 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 aw 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 4110 flowable backfill should have a minimum 28-day 25.si 25,si 25,si 25,000 psi compressive strength greater than 200 psi. The flowable psi psi psi psi backfill should not subside more than %-inch per foot of � depth after placement with bleed water 'less than 98 percent as measured in accordance with Section 10, ASTM C940. A 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. Sanitary Sewer Main 442 Relief;Fort Worth,Texas .� TERRA-MAR, INC. TMI No.FE02-169 i February,2003 —_g= 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 8-6, 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, /NC. TMI No.FE02-169 _ February,2003 z= Consulting—Geotechnical-Environmental Construction Materials Testing equivalent fluid pressure of about 150 pcf. If the fill is to be placed in a single pour, the walls should be designed to resist the lateral pressures induced by the full column of fill. As an altemate, the fill could be placed in several lifts, allowing each lift to harden prior to the placement of the next lift. The plans should specify the allowable lift thickness so that the lateral pressures induced by the fill do not exceed the design lateral pressures. TABLE 4— RECOMMENDED EQUIVALENT FLUID PRESSURE Type of Backfill Equivalent Fluid Pressure (pcf) Flowable Fill 70 pcf Cement Treated Sand 80 pcf - Site Clays 114 pcf Surcharge loads should be included in the wall design. A lateral earth pressure coefficient of 0.5 is recommended for design if site clays are used. Surcharge loads do not need to be included if flowable fill is used. 6.4 Wall Backfill The flowable fill should have a 28-day compressive strength ranging between 50 and 200 psi. i 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 TERRA-MAR, INC. '- TMI No.FE02-169 February,2003 —_- Consulting-Geotechnical-Environmental 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. r 8.0 LIMITATIONS The recommendations presented in this report are based on a discrete number of soil test +� borings. Although our field personnel visually survey the site for surface features indicative of variable soil conditions, subsurface conditions may be encountered that differ from these data. In this case, our office should be notified immediately so that the effects of these conditions on design and construction can be addressed. This study was conducted for the exclusive use of TranSystems Corporation Consultants and their design consultants. The reproduction of this report or any part thereof, in pians 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. an Page 19 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 ILLUSTRATIONS r NORTH est Fork Trinity Rivef Scale: 1"= 2250' oo, � i &2m ohn T. White Rd a / �.--�Woterchose O a ( Golf C Course Q &�� Q ' + Interstate 30 E. Freeway Ederville Rd Meadowbrook Blvd BB-b ,p o,> B-8 &, Vie' Gbk moo/ Brentwood Stair Rd &941 JsI';v,eork i L_J Meodowbrook Blvd a � n D a Z: Village + Ha Creek --J Pork �-- - r + o + ------------- w B-12� Division Street W. &13 Ro�7road U.P. &I &15 r_ i f i Shady i valley Colf - A• 1 Course10 + Proposed Sanitary Sewer Line Fort worth,Texas / TERRA-MAR Plan of Bodngs Boring Location Figure TMI No. FE02-169 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' Depth to water when checked: NIA was: N/A Depth to caving when checked: NIA was: NIA ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LLPL Pi -200 D.D. P.PEN UNCON. (feet) &FIELD TEST DATA % % % % pcf tsf tsf r — — — — — — — — — — — — — — - - -- -- -- -- ° Very stiff dark brown and brown 2.5 r CLAY w/sand and calcareous 3.0 4 nodules 3.0 �- 475 (FILL)(CH) 1 Hard dark brown CLAY w/limestone 18 81 19 ai -- 112.3a-s+ 5 S fragments 4. I (FILL)(CH) 470-� Very stiff dark brown and brown - a.o CLAY w/sand lenses and calcareous nodules 26 64 22 42 96 4.0 10 I -w/calcareous nodules above 11' i I 46S 1� 27 97.0 3.0 2.27 1 1 is } 460 -� (CH) - -- - - - - - - - - - - - - - -- -- -- -- -- --- - -- ---- 1718- Dense reddish brown SAND w/ 13 NIP 19 r a' 2018- traces of clay and gravel 20 45S (SW) �- _ - Very stiff to hard tan and gray 2.5 is _ _ SHALEY CLAY w/traces of gravel i r - F - 4 450 z - _ - (CH) 4.5 30 f 445 -i 1 I i 3S I 4 I Notes: Completion Depth: 29.0' Seepage Encountered @ 21.0' Station: 2+00 FIGURE NO.: 2 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 Depth to water at completion of boring: 28.0' Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLSDESCRIPTION PI MC LL PL 1-2001 D.D. JP.PEN UNCON. % p�f « to &FIELD TEST DATA I i - - - - - - - - - - - --- -- - - -- -- - -- 470 1 0 Firm to very stiff dark bro- wn-and- o.7s --- - gray CLAY 2.0 y 1.75 2.5 �LL 2.0 465 5 (CH) I Ver stiff brown CLAY w/calcareous 26 9T.4 2.5 1.27 nodules I j 2.75 460 10 I , 1 1 ' 24 65 21 44 95 103.8 3.0 455 15 I L L I 3.5 450;20 } j I { 1 22 105.9 3.0 2.65 445 25 1 fi t + (CH) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Stiff tan and gray SANDY CLAY w/ calcareous nodules and iron lenses16 I 123.0 1.5 0.94 440 r 30 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 ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL p! 200 D.D. P.PEN UNCON, (feet) &FIELD TEST DATA % % % % pct tsf tsf -- — — — — — — — — — — — -- -- - - -- -- - - - - - - ---- - Hard to very hard gray SHALE I r =_ _ 10013.25 - 930--t-40 - - y C 10012.5- 425—95 1 r - 1 - L - - ,•,100/1.5' 92050 - - - - - - - - - - - - - - - - - - -- -- -- - -- - -- ---- t 1 f 415 55 r i 410-r 60 I +f - 1 1 405= 65 i w i } 400 =10 i L ` i 39S 75 L � I t i 390 1 80 I . FIGURE NO.: 4 TFRRG-MAR INC LOG OF BORING BORING B-3 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 10-20-02 Elev.: 475.40 Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS Mc LL PL 200 Q.D. DEPTH SAMPLER SYMBOLS DESCRIPTION PI P.PEN UNCON.I (feetl &FIELD TEST DATA % % % % aef ' tsf tsf 475 0 Very stiff to hard dark brown SILTY - 4.5+ 1• CLAY 3.0 — — — — — — — -- - - - - -- -- -- - Very stiff to hard dark brown and 3.0 dark gray CLAY 4.5+ s 470 7 19 58 21 37 - 4.5+ 7 ' 3.0 Nrls r 10 465-- (CH) Very stiff brown, tan and gray CLAY w/calcareous and iron nodules 3.S 460 20 108.0 3.25 1.94 —20 455 — 21 57 19 38 93 107.5 3.5 25 450 = -ne _ 2.5 — 30 � ` 445— 4,0 440 35 I Notes: Completion Oepth: 47.0' Seepage Encountered @ 38.0' Station: 28+00 FIGURE NO.: 5 'rr00A nAAD INIJ- LOG OF BORING BORING B-3 Project: Sanitary Sewer Main 442 Relief: Fort Worth, TX Project No.: FE02-169 ELEVATlONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS MC LL PL -200 O.D. P.PEN UNCON. PCI of c:1 DESCRIPTION PI (feet) &FIELD TEST DATA � % � % 7 '• —— Very stiff tan and gray CLAY w/iron nodules 23 103.4 2.5 1.25 � 40 I 935 l xx; r i 3.5 45 910 1 fr (CH) a.o L 50 I , 425-1 71 �5 420 r 1 415— 60 l I r'65 , 410 -1 r L 70 405— . � I I� 1 t —75 I 400 — 7 i I 1 BO FIGURE NO.: 6 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 Depth to water when checked: N/A was: NIA Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 D.D. P.PEN UNCON. (feet) &FIELD TEST DATA % % `A % pet tsf tsf ° , `:I I St-i f T to very stiff dark brown and :5 _ 475 brown SILTY CLAY w/ iron oxide 2.5 I I I I I nodules and traces of sand 1.75 (FILL)(CH) - - -- -- -- - -_ 2 ---- —� .25 Very stiff dark brown and dark gray 22 52 17 35 2.25 5 CLAY wAron oxide nodules 470 t 20 103.1 3.0 2.66 1 I 1 ; r 4.0 10 ) i ( 465 (CH) -- — — — — — — — — — — — — — -- - - -- - - -- --- - - - ---- """ } i Very stiff brown and gray CLAY w/ I calcareous and iron oxide nodules i 3.25 r 15 , 460-I i 18 114.5 2.5 2.28 = 20 4SS- 1 ) I 3.5 e-25 450 ` (CH) 2.75 445- ... 35 4404 Notes: Completion Depth: 29.0' No Seepage Encountered Station: 49+00 FIGURE NO.: 7 LOG OF BORING BORING B-5 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-20-02 Elev.: 477.20 Location: See Figure 1 Depth to water at completion of boring: 4.0` Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS MC LL PL 200 D.D. P.PEN UNCON. DESCRIPTION PI (feet) &FIELD TEST DATA % % % % PCI ts1 ts1 0 .. - — — -- — — — — — — — — — — - - -- - ---- 0. Stiff to very stiff dark brown and 2.29 brown SANDY CLAY w/ calcareous I 4.0 475 and iron oxide nodules 14 29 13 16 32 112.6 2.5 _ -- — — - — — (CL) — — — — — — - - - - - - - - - - - j0 - - -- -- Firm to stiff brown SANDY CLAY w 16 129.5 1.0 0.50 5 i traces of gravel 970 17 119.9 2.0 0.66 (Cu - - - - - - - - - - - - - - - - - -- - - --- - -- -- -- - Soft tan and gray SANDY CLAY w/ 14- - 0.5 10 gravel (CL) 465 - 111I 1 Hard tan and gray SILTY CLAY w/ i calcareous deposits 16 43 15 28 116.9 4.5+ 5.46 15 1 II11 I 460 111111 1 1 I1 (CL) j - - — — — — — — — — — — - — — - - - - - - -- - - - -- - - - - C = _ Hard gray SHALE 1 31.9 20 _ _ ��10013.5- m 1 1 + - - - 20.68 Run=5' I 455-� - _ - �.7Rec=50% - 7'IRgd=40% 25 1 100/2.5- 450 r i J 1 30 4 Ij 445 y ± I � i + 35 t 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: NIA was: N/A Depth to caving when checked: NIA was: N/A ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLSDESCRIPTION PI MC LL PL 200 D.D. P.PEN UNCON. .� Ifeet) &FIELD TEST DATA % % % % pcf 1 tsf tsf -0 - — — — — — — — — — — — — — - - -- - - -- -- --- ---- "' Stiff to very stiff brown and reddish 4110 ::=:: __ brown SANDY CLAY w/gravel _ _ _ _ _ _ _ _ __ _ _ _ 3-5- ICUIFILU — — — — — — — _ - 2.5 ! Very stiff brown, tan and gray 2.5 i• SANDY CLAY w/calcareous and iron nodules 2.5 475 - — — — (CL) _ � - - -- -- -- - - -- - --- - - Hard tan and gray SHALEY CLAY Wi 21 108.7 3.0 2.36 iron oxide lenses r _ w/rock layers below 7.0' _ 20 54 19 35 4.5+ 10 - 470 J i - - 4 _ 1 4.5+ l 465 t - (CH) -110011.5- Hard to very hard gray SHALE - - - _ =zo - - - _ _ _ _• Run=5' 11 131.9 46.02 Rec= 460- - - - a100% 1 _•:Rqd=28% Run=2' _ Rec=50% e..s ,-25 Rgd=35 10010.75 - 455 - - - - - - - - - - - - - - - - - - - - - - - - - -- - - A it L J I 1-30 I r 450 J I V } �-35 4 I ) 445 1 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 PEN MC LL PL 200 D.D. P. ti UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION PI I (feet) &FIELD TEST DATA % % `X+ % pcf tsf tsf ° 1 75i Stiff brown SANDY CLAY w/traces - i --� --- of iron nodules_(FILU_(C_U_ _ _ _ _ _ _ -?e slo Medium dense brown SAND w/ - 7/6" i 10/6• traces of clay -- - -- -- -- - 5 17/6" — — — — — — — — — d,w, Medium dense brown and reddish sos I brown SAND w/traces of clay and :::; 1 16/6" gravel 1116" 12/6" 17 I N/P 9.7 ' 10 1316' I I I .J SOO 4 f.. 20/6' 17/6" (SWI 495-t ' I Very stiff brown CLAY whron oxide lenses 3.5 " 20 490 — (CH) Soft to stiff brown and tan SANDY CLAY 17 115.7 2.0 1.03 25 485 is C .^ 17 19 10 9 134.2 0.5 - 30 1 480 i I i w/iron lenses below 34.0' 19 I + 2-0 ''— 35 475 -: (CL) w Notes: Completion Depth: 55.0' Seepage Encountered @ 17.0' Station: 86+70 FIGURE NO.: 10 LOG OF BORING BORING B-7 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 M ATION/ SOIL SYMBOLS EPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI200 O.O. P.PEN UNCON. feet) &FIELD TEST DATA % % % % pcf tsf tsf - _ 40 _ - 7 10012.0- Hard tan and gray SHALEY CLAY w ( _ limestone fragments dft i - - j­.-�s - _ 10011.5 (CH) F 465 - - - - - - - - - - - - - - - - -- - - - - - - - - - - -- ---- _ Hard to very hard gray SHALE J = = a - t C = = t S0 _ _ 10011.25 460 55 10012.0' +..t 455- 1 . I 60 1 450 1 l �- 65 i 4!5-� i I J 'i ! r =70 , � I 440 = I i - 75 I i 435-� dW 4 80 FIGURE NO.: I I TERRA-MAR, INC. LOG OF BORING BORING B-8 Project: Sanitary Sewer Main 4.42 Relief; Fort Worth, TX Project No.: FE02-169 Date: 1-3-03 Elev.: 507.22 Location: See Figure 1 Depth to water at completion of boring: 36.0' Depth to water when checked: 3 Hours After Completion was: 23' Depth to caving when checked: NIA was: N/A *- ELEVATION/ SOIL SYMBOLS ON. MC LL PL 200 D.D. P.PEN UNC DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pef �s( UNC (feet) & FIELD TEST DATA ° Stiff to very stiff dark brown, brown 2.0 and reddish brown SANDY CLAY 1.5 SOS—f 2.25 7 13 26 13 13 3,0 3.5 r 5 c ••' (CL) ' Hard tan and brown SANDY CLAY Soo ' _ w/smafl gravel 4.5+ 1 •a 16 116.7 4.5+ 7.07 10 495 .:i 4.5+ 15 L ago Stiff tan and gray SANDY CLAY 4 16 19 13 6 61 2.0 = 20 i 48S= i ' S 18 111.1 1.5 0.72 25 a� (CL) r Medium dense tan CLAYEY SAND 480 w/clay and small gravel 1116- 30 116- /. 1116- 47S - : _ 1016- (SC) 19 29 13 16 31 3 S 14/6" 1-• Notes: Completion Depth: 60.0' Seepage Encountered @ 22.0' Station: 94+00 FIGURE NO.: 12 �,. 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 (feet) &FIELD TEST DATA y�, y; % PI % pcf tsf tsf 470 + Medium to dense tan CLAYEY + •:Y SAND w/CLAY and small gravel I , 1416- 1 !i. 1316- L 40 (SC) i } ^ _ _ _ Hard to very hard gray SHALE r 46S 1 ( Itt ;-4S - - 10012.0- _ 460 - - - 1 r — - -� 50 r = = 10011.75 1: r - d" 455- - - r - - 55 _ _ 100!1.0 i = _ r - _ 450 60T•10011.0_ i 445 y ' 65 440 - i 70 435-i II75 430 F so FIGURE NO.: 13 TERRA-MAR, INC. LOG OF BORING BORING 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' 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 200I D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION I PI I (feet) &FIELD TEST DATA % % % % I pct ' tsf tst 1_ ° Firm to stiff dark brown SANDY 0.75 CLAY 1.5 ——— — — — ———— % (CL) 2.04e5- - - - - - _ _ Firm to very stiff dark reddish brown 4.0 and brown SANDY CLAY to CLAYEY SAND 14 24 12 12 31 122.0 2.25 1 18 113.7 1.25 0.54 480 :I (CL-SC) 1.0 I t10 — — — — — — — — — — — — — - - .. - - - -- - - - -- - -- - - - - _ - Loose to medium dense reddish brown CLAYEY SAND/SANDY CLAY w1iron oxide nodules 475-; 1 13/6' 4/6" f - I 470 ` .4/6- 1 *4/6- -20 465 I f 4/6" 21 21 15 6 29 5/6" 2s 460 1 I 30 6/6" j t - =7 6/6" (CL-SC) t� 455 = 35 I I d Notes: Completion Diepth: 31.0' Seepage Encountered @ 10.0' Station: 102+00 FIGURE NO.: 14 --nn A w A An tw1l-• 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' Depth to water when checked: N/A was: N/A .. Depth to caving when checked: N/A was: N/A ELEVATION/ SOIL SYMBOLS DEPTH AMPLER SYMBOLS DESCRIPTION M% � � �G LL PL PI 200 D.D. 1 P.PEN UNCON. SI Ifeett &FIELD TEST DATA per tsf tsr 0 Very stiff to hard dark brown and 3.5 t brown CLAY w/traces of sand 3.5 3.0 L { I 4.5 475-! 17 53 18 35 94 110.3 4.5+ 1 1 4.5+ i 470 -f 4.S+ 10 i i i (CH) ass 1s Very stiff brown and gray CLAY 2.25 i 1 460 19 112.5 2.S 2.52 20 1 ; 1 455 _ 2s p (CH) 3.0 t 450 — 30 i 445 - i J35 1 l t 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: NIA ELEVATION! SOIL SYMBOLS MC LL PL 200 O.O. P.PEN I UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION y�, % % PI 96 pcf tsf ji C fleet) &FIELD TEST DATAtsf t 0 I�I I I Stiff to very stiff dark brown and - t I I I brown SILTY CLAY w/traces of 1.5 !! I I sand - -- 1.s (CL) is Very stiff brown, reddish brown and 2.s 490 5 tan SANDY CLAY wAron oxide a.o nodules and stains (CL) - - - - - (' II Very stiff dark brown SILTY CLAY I I w/traces of sand 23 102.4 3.s 3.10 II I 495ill I 20 47 18 29 8S 4.0 r 10 II III (CL) - _ a Stiff to hard reddish tan, tan and _ - gray SANDY CLAY w/calcareous Oso - nodules 4.25 is r — i - r - 4754 - _ 16 117.4 2.75 2.50 20 r J 47o4 F _ (CL) 1.75 1 25 _ - - - - - - - - -- - - - - - - f 465- I ' 30 m 460 °• 35 Notes: Completion Depth: 25.0' No Seepage Encountered Station: 169+00 FIGURE NO.: 16 Tf DPA-MAR IN(' 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: N/A was: N/A ELEVATIONI J SOIL SYMBOLS MC Ll PL 200 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION P! (feet) &FIELD TEST DATA `r' I % % % pcf tsf tst ' 0 Very stiff to hard tan and gray 3.0 SHALEY CLAY w/traces of silt 4-5 _ 21 66 25 41 4.5 y _ - 4.5 L 495-1 - - _ 20 108.0 4.5+ 2.14 1 r _ J f - _ - 4.5+ T 490 - 4.5 r t 10 (CH) Hard to very hard gray SHALE L - - - - 485-+ - - - - F- 100/3.0- T - - - war 480 100/2.25 475 25 - - X100/1.75 MIN i 470 - 30 - , 1 465 - 35 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 Date: 12-1-02 Elev.: 498.62 Location: See Figure 1 Depth to water at completion of boring: 18.0' Depth to water when checked: N/A was: N/A Depth to caving when checked: N/A was: N/A ELEVATION) SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 O.O. P.PEN UNCON.+ I% % % PI % pct tsf tsf (feet) &FIELD TEST DATA t -- — — — — -- — — — — — — — — - - -- - - -- - - - ---- ° Very stiff to hard dark brown, �a.s+ brown and tan SANDY CLAY w/ 3.0 calcareous nodules 4.25 19-51 w/gravel and iron oxide nodules 4.0 below 3.0' 4.5 5 (CL) �. :.� Hard reddish brown and tan SANDY CLAY w/calcareous and iron nodules 12 29 12 17 50 - 4.5+ 490 .I and iron stains -� 12 125.6 4.5 4.41 10 ICU -- — — — — — — — — — — - - -- - - -- - - - -- - - --- Very stiff tan and gray SILTY CLAY I w/calcareous nodules and sand 4es t10 { 16 41 14 27 3.25 15 I 1 I 480 F I 1 { 16 118.2 4.0 4.22 20 { 475 2.75 2s I {1 { ) (CL) 4.0 470 r i 30 465 , L 35 Notes: Completion Depth: 27.0' Seepage Encountered @ 21.0' .� Station: 206+50 FIGURE NO.: 18 TERRA-MAR, INC. LOG OF BORING 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' Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION! SOIL SYMBOLS MC t1 PL 200 O.0• 'P.PEN UNC014. DEPTH SAMPLER SYMBOLS DESCRIPTION PI Ifeet) &FIELD TEST DATA % `K' `K' % Pcf tsf t5f Soo' o Hard dark brown, reddish brown, - tan and gray SHALEY CLAY w/ ; 4.25 gravel and calcareous nodules !4.S+ (CH) 21 71 23 48 .4.5+ Hard reddish brown,tan and gray tf; 12.3 4.s+ -7.57- 49s-�5 - - SHALEY CLAY w/calcareous and - - iron nodules �- - (CH) - 4.5+ :t Hard dark brown and brown SANDY - - CLAY w/calcareous nodules 4.5+ 490 = So (CL) I Hard brown, tan and gray SILTY CLAY w/traces of sand - V. 15 117.2 4.5+ 6.31 485 t ; (CL) 17 46 16 30 Ba 4.5+ 480 = 20 t t I = I I Stiff tan SANDY CLAY w/gravel 13 2.0 47S 1-25 a i (CL) 1.5 470 P 30 ' I 46S #�35 1 Notes: Completion Depth: 27.0' Seepage Encountered @ 22.0' Station: 221 +00 FIGURE NO.: 19 TERRA-MAR. INC. LOG OF BORING BORING B-15 Project: Sanitary Sewer Main 442 Relief; Fort Worth, TX Project No.: FE02-169 Date: 12-1-02 Elev.: 499.26 Location: See Figure 1 Depth to water at completion of boring: DRY ow Depth to water when checked: NIA was: N/A Depth to caving when checked: N/A was: NIA ELEVATION/ SOIL SYMBOLS P.PEN UNCON, I I DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 D.D.I PI ( f (feet) &FIELD TEST DATA % % % I % I pcf 1 tsf tsf Stiff to hard dark brown, brown, tan - 4.5+ ---and gray SANDY CLAY w/ 3.0 j calcareous nodules and gravel z.o �- 4.5+ 495 J ..... 12 124.2 4.5+ 10.99 5 1 1WA i (CL) _ 3.75 Hard dark brown CLAY w/traces of 490 - sand 17 50 19 31 4.5+ io (CH) Very stiff brown, tan and gray j SANDY CLAY 48S 16 117.3 3.0 3.23 15 7 (CL) 480 20 �. - 3.25 475-! 25 - � I 470 30 Mft i 465 Notes: Completion Depth: 21.0' No Seepage Encountered �. Station: 226+45 FIGURE NO.: 20 TERRA-MAR, INC. LOG OF BORING BORING B-16 Project: Sanitary Sewer Main 442 Relief: Fort Worth, TX Project No.: FE02-169 Date: 12-20-02 Elev.: 476.11 Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION/ SOIL SYMBOLS MC LL PL 200 D.D. P.PEN`x' UNCON. I DEPTH SAMPLER SYMBOLS DESCRIPTION PI ( t (feet) &FIELD TEST DATA % '1' % p�f tsf + tsf ° Very stiff to hard dark brown, 2:0 4751 reddish brown, tan and gray SANDY , 4.5+ CLAY w/iron nodules (FILL)(CL) 4.5+ - - - - - - - - - - - - - - - - - - - - - - - - -- - - - ---- )' Hard dark brown, brown, tan and 4.5+ ' I I gray SILTY CLAY w/calcareous and 16 47 16 31 4.5+ 4e, ;- 5 ,: iron nodules I 4704 I, 14 116.6 4.5+ 11.24 i 4.5+ f—10 .4i .6s l 9' (I I li (CL) Very stiff tan and gray SILTY CLAY I w/some sand 11) 22 49 17 32 84 2.0 r 15 1�) 460 . II 1• 20 ' 21 108.9 1.0 1.43 r �I;1 II'I. 455— ,: I• . I 1 3.0 450 — ++ L � I r 'I�II� I (CL)- 1.5 30 445= I 35 i I Ji m 440 i I 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 l Clay Shaley Clay Thin Walled Rock (CH.CL) (CH,CL)' , Shelby Tube Core Silt Silty Clay Standard THD Cone ll (MH,ML) (CL.CH)- Penetration Penetrometer .� �n i Sand `1 Sandy Clay Bulk/Grab Solid or Hollow (SP.SW) / (CL.CH)' Sample Stem Auger Gravel w Clayey Water level -qr Water Level on the fifJ!� (GP,GW) Sand(SC)' at Completion Date Indicated Asphalt Concrete Depth to Caving �-Boring Paving 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 "R Slickensided Fracture planes appear polished or o 0 glossy, sometimes striated Numerous 25/o to 50/o of sample Blocky Cohesive soil that can be broken down Soil Moisture into small hard angular lumps Calcareous Containing appreciable quantities of Dry No obvious water in sample calcium carbonate. (Reactive with HCI) Moist Sample is damp without excess water Ferrous Containing appreciable quantities of Very Moist Sample is damp and water is visible ferrous oxidelron 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 Boulders Cobbles Gravel Sand Silt Clay Coarse I Fine 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 Limestone Shale Sandstone Mudstone iWeathered _ Weathered -_ Siltstone Dolomite --+ Limestone _ Shale ; _ jE2=115.3 Severely Severely ---Severely +,,, Weathered Weathered �� Claystone r-7 + Granite •`•• - '�` Limestone yyy Shale ` ROCK HARDNESS ROCK HARDNESS BY THD CONE Friable Crumbles under hard pressure Penetration Very Soft Dented w/moderate finger pressure Description per 100 Blows Soft Scratched easily with fingernail Very Soft > 6" Moderately hard Can be scratched easily with knife Soft 5" to 6" but not fingernail Soft to Hard 4"to 5" Hard Can be scratched with knife with Hard 2"to 4" some difficulty and broken with light to moderate hammer blow Hard to Very Hard 1"to 2" Very Hard Cannot be scratched with knife and Very Hard 0" to 1" can be broken by one to several hard hammer blows WEATHERING GRADES OF ROCK MASS Slightly Weathered Some discoloration indicates weathering of rock, may be some small decomposed rock pockets, layers and/or seams .w 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 MW decomposed into a soil with the original mass structure still largely intact JOINT DESCRIPTION ON 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 plop U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N O f0 f7 f7 f"1 v N "r N 100 90 - ow 80 . 70 'a� - :i" I .�•1 � ' i .ill ! 60 50 LL I;. U40 -- A.- - - ------ ---- i -- - d � a 30 I -- 20 ------- ------------- - 'I - i I I 10 ---- - ---- ----------— i ;l , 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 X -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 —p— B-8 29'- 30' 0.0 54.8 45.2 N/A N/A Legend Boring No Depth Material Description USCS — B-5 X -4' Dark Brown and Brown Sandy Ciay CL —{}- B-7 7'- 8.5' Brown and Reddish Brown Sand w/traces of Clay SW --a— 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 U.S. Standard Sieve U.S. Standard Sieve Numbers Hydrometer N O a c0 O (D t•'1 ("1 cn •a N v N 100 90 - , 80 - -- - --- - -- —. ---- — __. .. 70 a� 50 — --- -- -- — - - — - — - U. i= 40 - --- -- --—— —__- - — — � t � :. . . - ---: --- ; ,;i til ? i ; • '+;_�i 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 NIA NIA --�— B-11 14 - 15 0.0 26.1 73.9 NIA N/A —p— 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 —Q— 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 SUMMARY OF TEST RESULTS FOR SOIL CORROSION POTENTIAL TESTING SANITARY SEWER MAIN 244 RELIEF FORT WORTH, TEXAS TMI NO. FE02-169 Boring No. ( B-4 B-9 i B-14 Depth (ft.) 19' —20' 24' —25' 19' -20- Soil 9' -20'Soil Type Clay (CH) Clayey Silty Clay Sand (SC) (CL) Moisture Content (%) 18 21 17 Resistivity (ohm-cm)* 13000 39000 17000 pH reading 7.9 8.4 7.9 Oxidation-Reduction 430 440 440 Potential (mV) �- Chloride (mg/kg) 34 38 17 Water Soluble Sulfates ND** ND** ND** (m9fk9) Total Sulfides (mg/kg) ND** ND** ND** Presence of Sulfides Negative Negative Negative Moisture (Drainage) 0 l 0 0 Total Points j 0 0 0 Corrosion Potential: Nearly Non- Nearly Non- Nearly Non- Ductile Iron/Cast Iron Corrosive Corrosive Corrosive Pipes Corrosion Potential: Nearly Non- Nearly Non- Nearly Non- Concrete Corrosive Corrosive Corrosive ` Soil resistivity values would be approximately 25% lower in a saturated'condition. `* ND Indicates below the detectable level TERRA-MAR Figure 26 KEY TO SOIL CORROSION POTENTIAL TEST RESULTS SOILS POTENTIAL TO CORRODE DUCTILE IRON AND CAST IRON PIPES Description Points - Resistivity ohm-cm <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 ., 0-2 5 2-4 3 4 -6.5 0 6.5- 7.5 0' 7.5-8.5 0 >8.5 3 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 .m 0- 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 6.5-7.5' PM If sulfides are present within this pH range a potentially corrosive environment exists due to the w. presence of bacterial growth and activity, thus reducing the pH. RECOMMENDATIONS FOR NORMAL WEIGHT CONCRETE SUBJECT TO SULFATE ATTACK Water Soluble Sulfate Maximum' Sulfate(SO.) (SOS)in Recommended Water-Cement Exposure in Soil % Water(ppm) Cement Type Ratio Mild 000-0.10 0-150 -- -- Moderate" 0.10 -0.20 150- 1.500 Type 11, 0.50 IP (MS), IS (MS) Severe 0.20-2.00 1.500- 10,000 Type V 0.45 Very Severe >2.00 >10,000 Type V + 0.45 Pozzalan"' .� A lower water-cement ratio may be necessary to prevent corrosion of 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 APPENDIX A STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES Sanitary Sewer Main 442 Relief.Fort Worth,Texas TERRA-MAR, INC. TMI No.FE02-169 _ February,2003 —__ _ Consu"—Geotechnical-Environmental Construction Materials Testing APPENDIX - STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES ^� FIELD INVESTIGATION PROCEDURES The borings for this investigation were staked in the field by a Terra-Mar engineer using simple } taping procedures from reference points noted on the site plan provided by the client. A field log of each boring was recorded during field drilling operations. These field logs and soil �. classifications were reviewed/verified by a geotechnical engineer in the laboratory through visual classification. Samples were visually classified according to color, texture, predominant material type, consistency and density. Results from the laboratory testing.program along with the visual classification of each soil stratum were used in the determination of the USCS classification for each soil stratum (ASTM D-2487). Finalized boring logs are provided in the report, as noted in the table of contents. Please note that the lines of soil demarcation represent the approximate soil boundary between differing material types, and that the actual transition between the soil strata in the field may be gradual. Truck mounted drilling equipment was used to advance the 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 following standards: Thin Walled "Shelby" Tube Sampling (ASTM D-1587) This sampling method consists of pushing thin walled steel tubes, with an approximate 3 inch outside diameter, into the soil to be sampled using pressure provided hydraulically by the drilling .r rig, or manually by the field technicians. This sampling method is typically used on cohesive soil samples, and produces samples that are relatively undisturbed and suitable for shear strength testing, consolidation testing, permeability testing, and in-situ density approximation. TxDOT Cone Penetrometer Test "THD" (TEX-132E) The THD Cone Penetrometer Test is a field test established by the Texas Department of Transportation to determine the relative density and load carrying capacity of deep foundation materials (typically rock formations). In this test, a 3 inch diameter penetrometer cone is seated into the strata to be sampled. The cone is then driven into the strata using a 170 pound weight freely falling over a distance of 24 inches. The cone is driven until either the blow count reaches 50, or the penetrometer has been driven 6 inches. The number of blows and the distance driven is then recorded on the field logs. The results of the field test are then used in a table that correlates the load carrying capacity and skin friction of the proposed bearing strata to the field test results. Sampling by Auger Boring Method "Grab Sample" (ASTM D-1452) This sampling method consists of sampling the soil samples by removing representative soil samples from the continuous flight augers used to drill the boring, or by removing soil samples + + from the cuttings brought to the surface by the augers. This method provides highly disturbed samples that are appropriate for classification purposes only. .r Sanitary Sewer Main 442 Relief.Fort Worth.Texas TERRA-MAR, IMC. TMI No.FE02-169 February,2003 —_ -- Consulting—Geotechnical-Environmental Construction Materials Testing Standard Penetration Test (SPT) and Split Barrel Sampling of Soils (ASTM D-1586) This sampling method consists of driving a 2-inch outside diameter split barrel sampler into the soil strata using a 140 pound hammer freely falling through a distance of 30 inches. The sampler is first seated 6 inches into the soil to be sampled, and is then driven an additional 12 inches in 6 inch increments. The number of blows required to drive the sampler the final 12 inches is then known as the Standard Penetration Resistance. The results of the SPT tests are given in blow counts per 6 inches on the boring logs. This sampling method is typically used for sampling non- cohesive or low cohesion soils, and gives an indication of the relative density of the in-situ soils, which can then be used to estimate allowable bearing capacities and potential elastic settlement Within the soil mass. Diamond or Carbide Core Drilling for Site Investigation (ASTM D-2113) This sampling method consists of sampling very hard strata (typically rock formations) by advancing a rotating double tube core barrel equipped with a diamond or carbide cutting bit. During this procedure, wash water or highly compressed air is used to remove excess material cuttings, and to cool the cutting bit. Typically, a 3 inch outside diameter by 2-1/8 inch inside diameter coring bit is used, unless otherwise noted. The recovered material is then examined in ®' the field and stored according to the procedures mentioned at the beginning of this section. The soundness of the recovered cores were evaluated in two ways. These included calculating the Recovery Ratio (REC) and the Rock Quality Designation (RQD). These values are calculated according to the following formulas: REC = (Total Length of Core Recovered / Length of Core Run) x 100 RQD = (Total Length of Cores Rec. Greater than 4 inches/ 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. LABORATORY INVESTIGATION PROCEDURES 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 shown at the appropriate sample depths on the boring logs, or on the appropriate figures. Unless otherwise noted, laboratory procedures were performed according to the following procedures: Moisture Content (ASTM D-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 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). Atterberg Limits "Liquid and Plastic Limits" (ASTM D-4318) The Atterberg Limits are given as the particular moisture contents of fine grained soil materials when they meet the requirements of a predefined test. In particular, the Plastic Limit (PL) is given as the approximate moisture content at which the soil material begins to behave more like a plastic material than a semi-solid material. Similarly, the Liquid Limit (LL) is given as the moisture content at which the soil material begins to behave more like a liquid material than a plastic *• material. The difference of these two test values can then be calculated, and is known as the Plasticity Index (PI). Larger PI values indicate an increased ability of the soil material to remain in a plastic state with changes in the moisture content. The results of the test(s) are reported at the An appropriate depth(s) on the boring log(s). The Atterberg Limits can then be used in conjunction with other parameters to classify the soil according to the Unified Soil Classification System (USCS). These parameters are also useful in evaluating the expansion potential of the fine grained soil materials with fluctuations in the moisture content. Unconfined Compressive Strength of Soil Samples (ASTM D-2166) The unconfined compressive strength testing of the soil sample(s) was performed in order to evaluate the undrained shear strength of the soil material(s). For this test, a sample with a minimum length to diameter ratio of 2:1 was used whenever possible in order to reduce end +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). Unconfined Compressive Strength of Rock Cores (ASTM D-2938) The unconfined compressive strength of the rock material(s) was determined in order to evaluate the soundness of the rock material, and give a general indication of the ultimate bearing capacity of the bearing formation. For this test, the sample(s), with a minimum length to diameter ratio of Sanitary Sewer Main 442 Relief.Fort worth,Texas TERRA-MAR, MC. 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 results of the test(s) are reported at the appropriate depth(s) on the boring log(s). Pocket Penetrometer Shear Strength Evaluation A small hand held penetrometer device was used in the laboratory to evaluate the shear strength of relatively undisturbed cohesive soil samples. In this test, the flat tip of the device is placed on a flat portion of the undisturbed sample. A constant pressure is then applied until the device penetrates the sample a predetermined amount. The approximate shear strength developed is then read on the side of the device in tons per square foot, and is reported at the appropriate 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. Percentage 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 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 Number 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 results of the test(s) are given on the Grain Size Distribution Report as noted in the Table of Contents. Appendix C Traffic Control ° �e o -a CT Itz J Tm u: N f r yr ggE .y 3 i 5uw„r �W W y jH. 7 2 m y ¢ _ r 'EE °bON ON bNO °$Na�S �EEO <v COw NZ � f iE ofrnr� aa NNtp ru n• r � g � rt°E s.y_n +�9d a 9 uWO� a • � b N �o+ 000 "�ob o 410 i 6 b :pinN000G00 yze .0 .Y Seo.N- N N d• N N b (NG � Eb �^ iy-va�� 3a� .p o�^� S J �f{ Lb— a E Q $ O N O N O NJO N N N c c n ��6� o°<YidZL w 2-4 a oxz o 0 a ox c C via g LL FRI, ism E •E �5�a �33s UW d x Dory a ° _ _ _ _ — — — J '7��r?'•+' 1 F F F x x ox �a '% "x �; rS 3: 11yy �N Z O M yg & u Ln b t F 4 Lr) �g�6 a rye- F-• Wui Z v a Z -:g m 9 O z d - gVg 6 s was a w a wz b° C, fi g a 55� a z N5 k U Q 8Ng6at spqg� �DB��=N 'y 5fifi6fifiy 5g�9 SaSN� � -�' ✓uutlad�t Q) co 4- Z U o p T p + -0 L U Q) T C - to -D - 0 -O .- O U > o m 3� C L- U) Q) C -O 0 L U) U to L U O Q- Q) m C U Q )•- p L p _J p Q) m n 4- pt L C O (D •- W + T .. (D U T Q) p 'o + U O) m Q) L U O •- p p + - > J N N U) p (n 'O E U a O 7D U Q) x z •- - + - C) - z > O p - O C p E 'p C + q U O O a p m (3) •- N p U) L p p - O •- F- O L - a Q) 3 Y + L 3 L + -I- x - X 4- a > L Y L - p V + p + L (n L U) + U) + U) L C Q) O cn O U) L O - C Q) p Z W O L C = + O L F- 4- C -p O E + U c m 0 U 0 L U-) = 4 0 •- p 4- N C L C W E U + Q) Q) O Q) E + a Q) + U) •- L •- Q) p 0 z •- C Q) O + N U a -p to U 4- 4- L 'p tll -p + + L C) 'D C E U) Q) •- x + O O U + Q) Q) to Q) cn C + cn Y > (D Q) > O 4- O Q) 1---1 + L w E C C 3 + U c. -D "p -(D C 'O E U) Q) L O c 4- L Q) c c -p Q) co � •- O. O Q) •- O (n p - O N Q) N � Q)( On O 0 Q E O UI L.� C -N L + 0) 4- U D U Q p n. (1) :2E L U) 'p U) L 4- C O + p Q) - L c + p + E to - + Q) C - U) O m N •- L U c a.0 O + -0 u tll p Q) F- + O (1) X E 7 + •- L Q L U) •- to L C •- N Q) - - C U L c D 0 0 p U + C + U) p U) L L -C C) .. O 4- F- O - 4- C 4- m + (n Q) O O C •- + 4- - O U Y -O U) X O (1) 0) L + (1) O L •- co O -p co to .- CL C •- C W U) > til co -p 4) + Z O U U L Q O + (L) U Q) a (D) Q) U) (n U L d C O C Cl) c Q + 'O + pt U •- - p + •- CD C > +- + n 0)- - C a N Q) U C Y .- p O L W 0) Q) U) - - Q) C C) C E m L U 3 m cn 4- + 4- (1) 4- Q m L + + c 4- U) > - L c o o Q o O 4- Q) Q) a O o O m x o + Q) u) 4- Q) O U (2) U Q) O Q) O L �R: 0) p _0 _0 •- L O (1) C p c (1) til + L •- CD Qm: m L 0 C L > -U) CL + O 4- Z L O 'p L C) L C L 3 L a m - 4- Q) C O c a Q p - L -p C U) U (1) F- - p T - O (1) 0) C� -p U) Q C -L OF L O p J - + Q) C Q- Q) O E L Z - + U C) L 7D 4- a •- O C (1) C L m o E - +- E E Q) Q + w D C cc p c n - + -fw O L0 C O O Q) U) 3 p L p U) F- + U) U Q) - (1) + 0 0 -C L 'O O 0) C 0) 3 U C Z 4- - L O Q U - Q) + C: U c 4- L -i- Q) C E L O ..0 o L p p) c + •- C p + E F- Q) (D U + O (D CO •- O + Q) p Q) L + + _ c am Q) O .- 3 O L U) N L C U V + > U C C a C + Q) U) T= C 'D (n w U -- E U) D Q) Q) (7 4- C O (D Q) m O U 0) O [ U) U - + p m C + L Q) + - L V) p 4- •- - u) N C U - CD) C c •- U) O •- p •- C u O U Q) U •- L - + Z (D - p 4 + L O c c •- O) L - 7 E (D) (D C Q) + p a C "p N •- C7 -0 a L (D Q) Q) N - O U () W - T C C L O C O -- L L U) L p Q) N (D +. _0 _c_- 0 4- •- L - O W O U a (D W + C F- •- -I- - -p C Q) C (n - .0 4- '0 L p - 4- + Q) O E + 7 = T L -0 U) - L + L •- (n L. E p 4- L + Q) Q) to p Q) 4- U c •- O U) 0) + E CD p •- O C p C L D p O F- CO L L -0 c E L I--+ 3 L N 0 3 U Q) C L Z L 3 L O -p -p O O c L + C O + U) O 0) + Q) C U U .+ W C Q) .-1 u) O •- + 7D - F- •- T (1) O L D C) •- 4- Z c Q) C p p C co - U 4- C p S (n U) 4- U) L C N (D + - Q) Q) (Y (n p) + co O -p + U •- (D Q) O L O O p 7 cn O - •- + O •- -i- -p C L C Q C O U) •- C N •- cn L 0) > O L C Q m L U) U) p)Y O •- _ + 3 30� U Z Q) U) O 4 Q) p + C O 4- + - (0 p Q Q) CO U) c L U 3 a a 0 - - L •- + C 4- L x (D L C U t E T (D C L Q) W O •- -0 U) L Q) L - W U) W T U N O p I- Q) 4- ..0 a N O > 4- p C 0) O U 3 - C () p O L U) •- > -i O Q) - L F-- O U a - c-) O -- C co 3 - +- Q) Q) d C) + X C 3 = Y m L + + _ p jo L L •- - -p O) (n O C L Q) C •- U Q) U) + U) W � z _0 Q- C)U U) C Q) - Q) a U) p p c E + + -0 'p p f- C U Q) L cn (D O Q) - m 7 41 C (1) (J) U) L U) L a •- O W U Q) (D Q) L p O U Q) 3 O O U - L- C O L O O)L - - - - C + •- + co a 4- O C C •- = N L + jO L L U) O a D > c o vN C u) + v) a) O a Q) p 4- ..0 C + a•- (1) C 4- c (D •- Q) Q W p' T 4- O c C c 'O L L U) CO L - p 4- F- + L + 7) O C L O (a) Q) -O u L O Z O - O O C a Q) (3) C + -F- 0 0 0 O U (D L 0- Q) U U) L E c -I- U E O -p (1) L p 4- c m3 + N + a Q) L C + - W (D L U Q) C C T C - 4- O O C X 4- L U a L 3 9) O� U) O _m co 7 + =3 'Q U + 3 p p •- 0 a =3 U O F- D (D U) Q) Q) O -0 •- C •- L (1) .- z U Q) +- L L C p U 0 E 0) U) •- O c - .L] U C -L T U) co •- + L N W U U U) 4- O - p L + C U N L 0) O + 0) D C O - - 3 O T- (D U) O- L U) C L Q) O) L L + •- •- p L p c - Z) O E p - m c 0) O U -O � > L C + Q Q) ) O c O + •- U) L + + U) > C •- L 3 p 3 Um C Q Q) U) O -O L U) CO E L -I- - p + 3 N Q) L + -0 3 U) U) L L L c 0 U) T p CC -0 •- L U c O C + a a) U p L U C 'O + O L U p + O 0) (D) U) O)L U L C F- Q U 4- O C O Q) p C U p •- Q) - a O 0coQ 0 Q) C L ) •- - ) •- p -u O L Y N -p U (D - C L O L U U L u) L O O L 4- C L co Ul L 4- (n Q) O W O L C C L co E (D •- + •- '6 -+- C •- - U c = O Q) U +- o - C Q) + 4- to U) •- p, L 0 - Q) > QT c U) 0) C 3 > L O U) L L U -0 o)-o U T- p (1) :D 3 V 0 3 p) p - p L (D C O U) U) O O Q) -i- C L + a+ L p U) (1) C Q) p Q) L U O Q N U + C Q) m a C) •- 'p w U (1) O U L 'D Q) p)H Q) O C L + CO w "p U) 3 - L + (1) (1) L + a (1) w p E •- 4- a (A E •- N C Q) + (a) •- - L - O C -0 U) - �e •- 0) - p (I) O a p- () Q) O O O Q) T O (n -p L. () -U a C Q) > Q) > - p) U 4- Q) Z o� E U •- Q) U .0 X T (L) L L L L L L U) C (1) N C + L C a O L (2) L •- - L (D L CO O U) O O •- X L -f- F-- Q) + L F- + F- a s F- p p CD -p p V) 3t p p U 0 L F- 'U Q Z U) -0 F- Q + Q Uj�: - W 3 I-- 0 - p N m N M V Lf) - c9 N ob s}! wo.J;Du!}In9aJ ra°pw°p c{Inra.i{oaJJD°u! J r+OwJD.Jay}°o}pJ°puD+s s 4+lD 9 190 5 f fsZ I UD!aJBnuOpnay}JO;R{!I!O;.UOda bU a ...100x1Oa}D4M arpd Jnd.(UD JD; 100.1 RG apDw s! pu!F B6 6 I b[9 Ib b i f1f SbCfiF RUD;D 4-J-1 oN '„+Dtl aD!}DOJd Du(Jaau!Du3 s xala a4}RQ peuJanOO s1 pJOpuD+a a!y{;O a aVl 2f1[ 2 9xbx L212 6I9Ill tl3WIVl0$10 :03V 915161[12 1I01fi 9 1 9 5 b C Z 1 03Ab1d510 St3A31 u ZO p co 9 • n o�' y z ra of xox� x0 w§.g SHZ w a E F�SatB x _ u q n •yp,�~y„ ag d ¢mob O= Ef C3 OL 3C +vl--B �.9x $eOab dare `ud $ 3' N ^ y O 0 C 5 $ BJ & II - QE+°o"u- �c" P E gvaEe• oEo'= 8 .Sb ` g O - gee'- i"fi§ @ «0� 6' - •h m N z o� c._. v N o o N o � h g `b &»� N SfififiSfia �Nx ° N g a e vagus . _»s - nao Ng � ,nom, < � � m � � M1 • LLS: - `� T � e iE oig a _a ��`�y os Efi c UE u V 4 �&.E gi u• � t- z BF -- T st =pb c v � y oo LLg� v a° mgxB�x �ba .PP_ 8m - w ` «fi'W mdfi � �v *� I =a•b gg gg- = fi` v- o - a bo r �r ohv i+ .� _. 5 a• 6 & _s "c., og3_ o ❑ x o vso @@gig p $8c, �fi� Nfifico aNiQ� N� bk C S`z p _a§ ❑ wg% _ �gvpN° v W b = dux 005sovo�co o� >i J n g I:e �&.T�"a �` xfro-w�ofiOog°� X50 xa � .aha y =9 �..�_ r I n 3 0 wg r ''dam: afi 5vK F.H'og u•o �E L 5 C•o g d 2 0 m t N .I p •E Y O u 0�0 or �D�3Lo�� ag mg W ❑ `�� -s°a��� Ngo Jv "s o ao= F o� 2S. O H r m I pp E o ic O v c " N W J o 0 w Sot Oo c° ° LLfi J �gc' O 3 K v ¢\ E—m �E F S o a s d 8a m € tj oua —of o u 5 i ❑ � � +;` X00 = O s+I wou}pul+I neap sapocwo@ u s+lnsau}J�anaos• JOj u s+ow�o;Uay+o o+puopuo+s siy+}o 9 sit 96 59 59 .0'. 5 b S SIS nu°o to' ay+uo}.(+� suotlsau auulsso 100x1 +oUM asodantl Ruo �o;100x1 AO apow s� pu;>I- .(uo}o R+uo1—ON '„+otl aoi+poJd 6ui peau 16ug soxal„ ay;,(q pawano0 si, p�opuo;s s;y+}°1s ayl d[I[[b 2!2 Sb0 2 2120 bl Itt 83WItli0510 ;ppy 9islb if lzlllol 6b6 L s3AY1d516 S13A315 _ Z o O rn of w.-.O f „ o - o �' <7 S o - a o tea!,$ Z - E a s O w h b 5 U Ow.. 6 ; M. � N _-:=,e. Z W . 6 - � ZO U 7 5i uta° UU WHO/ m M 3N NJ� m23 ° to C7 v 9 `om Ln 6 0 L H U a a J > W o � 0- o w C 60 w - N t Q = I O D O T L C o CC 4- + Q O t t 0 O d C o o Dai> L v L � W o v p v n> O o o >, o Det woLLC + c °= woo T Q o n T .� m �n p n o._ a vv+ a+L o C L 3 Y h d +0 0 O T N C+L O L L 17} NO N LL V D 3 0 L } L N L O v O U +o l 0 j N UJ O '- O .- UJ} N y }C O O p Q w 0 C v U °I U o C o + pvi 3 C a> nw 3 > c o p U E 3 w f ML mo O aB 0' +L-c avd Dccoi.L- _ � Q � O�•- Y— C O�UO O O r) 3 I .O O OQ L N N p} D Of- J N E J CO p aB a).- U C L .F D L L3 a - 0 0 U'O 0 °' L Cc 0 N wy•Lo�' w `Ey� O vN o N � x Lew Odom C u O F O N+ N VWi•- (LD N O I RZ U C O E L d C VB L O oo aJ wELON o w wdom oo }- E0C a— Oi C} 3 K N 3 C o h N 0 mC J N 3 3 J U in + .0 O O Q O O N O Q 3 h C N ul 3 N—21 O 010 LJ VOi E O N C N U Vl d T �a/1 O O O C N I O U O L L O D O C d} I - — p w 3 a g W Y pL D. W O C T o O— O - d O Y O O . O Y o c aci c a E N E v o.27 v o C L}u -.9 3-.0 U L w O 3 o N (T N N O U O T 3 0 0 T 3 O 4- U L•N O}L-N+a L O =o) U o- � OUdN �O.- NL I O 3000C 30NN0 W 0 h W O d> PO.-L O N C Z Z}0d 0 N Z UJ D V . . . C vi U O�3 0 �D r}L N >O w y a D 2- N N L Z u) L L O D U D U w ol 0.O O-3 N L N 0',+p O C E L 0 3 0 0 ¢y N�+L+ N E + N O J > v N d oWQ fr 5 mn.o s+! w°J;Ou!y!nsaJ sa0owop JO a}InsaJ}OaJJOOU! Jo;Jo s}OWJo}JaV+o o+ 100x1 Fq p pJopuoys s�yypuyo o19Janu00nay} JO; F}!I!O!suotlsaJ ou eunssD 104x1 •Jana05}oyx,asOtlJntl Ru0 JO; apal s! !v, [9291905 BS 5 C LSIS S Fuo}o F}UDJJDM IN '„ictl a0!+ODJdsOU!JaaU;6V3 apxal. aV+Fq PauJano6 sl pJOpuo}s s.!V1;o aan ayl Lf I[9[SZa2 Zlbb ZLLLSP Z 6CB1L1 H3WI".30 ;�3tl 9191114IZIIloi6 e L 9 5 b C Z l B3xYld5la f13n31 g S U W of r « o+ 2'-« € " e � k " o&Ail �a;a to us Z m '-.i- =tea a'� »s xu� x e d a fr SZE asI o stillv " av os k In o q H ,fi g 'fi o `g :o 5} ' 12 € afi W a a`o z C Win 10 t 2lS in 1 ill a fi o of ICES - s a E Das+�k ti _ ° ir f_v r - F- cin _ £ �o 2-OR � F- MS s€-� -9 � g. $ aI a �` =�o �v € bgo � gx oan � a m Q y �A_ tel €. InAUS g _ 0 5.bef y gge k"o.g Qo'g INS « ° $ _ 2 x " v r o ov€ §6h 5 6 ° o - a o N g § x °_aFP x x� 1 xg g x_ € _ k o " v fi� u E o v o�• •�c c _« its 60Sgyg ms � a vo `s tar ° xa kt'v ° � '11 S6 a � s g € og �v v� « d� e « o " a vs" ��fifia 00 ._ o>>a� �a =r g8= 1 �ro ops x� ,"JO L S _ v eg" N 4fi `°xx w ill €Q w �gy -Q os gw „� :g��� .a «xx� `g�x:xb=fi s a vo£�o »€ s s` a � «ao Sig +ao_6-1 RIOg; �gy € O WS..g°$ma € e" kid «fi vfi a� 1 d , "-- S=- v _ __-= g »� rP6211te=� � vo€g ��' I.m .ry a; �� o toxo „„ x k" sdg Man °av �� _ _ S L• d�°fiw Q- Q Q_, _ � _ o°° t«xZfif«'> gox- - g--SOC v -- �gQvav°v.,._6>,=�8" W i. "`° go, fii5•� � o '�€'S ° kv � �'P " 8 a 1 @g Pio ° Vg-- ara n-- s - =go by »5_+3 � =§140 €:1 g gbo€ r_ 1: albotg�_ g -2"'-ag" t2a = o _ Ki o6'2xg€ g+_ o oil - - o= � sv� fi "_:- -y- d� s 2=� 1_2 �g�" t6R"b= ge t� ��b -" °�5W - " v56. _ kiwis-- EVENT,",- �,- r•, bt- N Mme_ �_N ., Q�e ��_ � M � , �� a „ � C aK .Q OI O N .O •N 0 . N L U cza g�g�1" Zai o c a cc-::.2 a� Na � F soa€ s� € o�2S _o .N o off _ 1,7, � � E W €oLo vg 'g }E a to €d / '` J `�`£• •N U .� T•1- N C a— d L •.x_~`a-fry"' kLg `m 5au +x= N _ ` 8s i u� o _� w _ t a as21 :� - x3ko�g" z L aUl o' c '^ 'F`P'p Pn c C -r - N N•N'O COu`6o- w Lo a o`"abLg'=g Iok'€g c_abk ® ® gfi" k °Tetc3 will bob:- asfig ¢rs�� a g5 .� „� vofi gk vivo''. ��g b " , 4oN g8ba to�gP.Ge vrvo°«Fv law zna z � E gJnJ c4.2 ?Q / O v: oc ro gc v�_f as �— " ��a mw a «"vh" EW. s:bSgib z �o-�Ie; gL N az +k�"dg°8vv-��ha �o+yyfi`o€ �v --_fi 8 v = o r Jfi 5"- — �" «g o g o aw5==g �� U o` J W °g _ m `Q Q low " ,1 J �E 'e �� a � Qo � '�fi b g� U R=E o. z � a a60a auo�o�anpJl e " •Eg «C - x�g fi y - � �� a a= •Q `o CUP. gfig 'S 8 o u w 71 Va- egos" 8�cg vinh _ g SSfifififi S &fiQ gg' b wUluz- a6pa auol IaaoJl d Q O s+I wo J;Du!+InsaJ sa600w°S Jo s}InsaJ{uJJ^oa�ul Jo; Jo s{owJo}Jay}o o}pJopUap}s s(4+}o uOlsJanuoonay{Jp}F{!I!q!fiUOtlS6J U aUYt65p 100x1 s}o4.x asotl Jntl FUD Jo; 100x1 Fq pOW s (92919 SLS 555b 2515 Fuo}o F{UDJJEM oN '„+atl a !(+ Jd 6u!Jaau!bu3 soxal, ay+Fq pauJano6 a! snpal� /b9b Sbbb bl1 6[BCL[C f C DJDpuo}s sjy{;o a yl 2 I[ 2 L E 262 22212 2618 LI d3WItltJ510 JJv a' czT 12 63Atl1d516 Sl3A3t5 UREV _ M El � N gPh a;ass $° N a a— J V1 IUC o ,`fie U a N M� Po }g`D�m V w6a9 q = as a + r_ z 0 - Wi co ------------- VI F N N x a a O .n o IL 3B n QS Eva - v° N < Vl � w m _; €off° ❑ *� 4w 0 31 \-Zvi d a o l j a J o " z « " - S 0 3LLJ � g a U a a fiu - + o Q w z X o F � W u� 5 r Z K O N Z TOM WHO 9 4 4�.� y�� as asna411 J0}J.(}��+InSaJ 5apowDB9WnasOfnaaJ yOJJnOPUI JOy JO eFoWJo;JxVFo a.CuOu}p,(yuoJJox, l glauotlsaJ Ou 100x a of PJopuo+s sly+;o 1 OB}Dy.x asOtlJntl,CUD Jo;100X1 Rq epoW al pu;y 9 9190S6SBSi595s�5C ZS S 6 ON '„+Otl a0;{OOJd Ou�Jaeui0u3 coxal,. aUF Fq peuJanoE si pJopuD+s e14+}o asn � - aUl b9>sope.o 3n v .6£e E9Z EB[F tl3WItllOS10 :JJV B[isc.'trCi z-L ioi ss �� 5 Y F ZLI 03.Cv1d5109513n31 -gD _ „=' In9 N H p a m Ngy g5 b _ LD J a 2 u WSo s»x �� N Z a aQ a _ Noss � oo g «s z W z o m i ego a�w- w€ Ns s „ L) a a a �� °ae <<s52'2 Ul o - =gig s o 19 z w ar a aZ = 8Lk fi P 5fiti m w o23 to °4 - - - kEo �€ 8 0 o p wI t5 =o eQ dg's g v o cv = vv«._o&vg9_vd=r5r°'ao z g3o g h� �� ssaeas" -.o W '6-6 UJ cn e Lu 0 o .92 LL g o a o�v�� �_ �g� s •�� w s�o 1 = gw'a� < 19 a w coo sv- b' h w W a «� wm� o .� W m c .°�j6i All g $«- o s �soz Z s os « a B LLJ d o PN �3 �•• ••• 000 g€'E.-a _- • • O G•E IOD° �v ° ° r-t ° �.c srS ?. oo.00 o .000• Awa-g�� x� 000 Z g` dso E �` Qo •• 62 m8 Ji 8 t5 9.2 6 °000° ,2 ` o } • - D� -8 - `fig 6 - a °oq° ao �` Nl R. o «fid 4 Tc-5 . -„€ yr :. gxD".s ��1�Gda:o� � as • W „ o-cmc D5 €o�`T"o�O6000;ac°"_ §�£ - LEI ~�u fr i o: CO _ „'� "O°« €oao�5Q5`o b. ._ d2 Da 6Sav" �r „ ^E �< QLLJ `„a cc °°aco`5 � dSYJo �� Ln a ._ c c Ld J Wo°gig "Q" z€;ate€�€„'T� .8 ; z �s „8 ..� „ •o dx83 -g._ v w m Ce£o€ �2fv's r8 X55 „boNaoDoS:aaS. v �gx � Ln h�„ � €� &:gkg�a oaa o O W dgD3��€oW"� CL �£ a,v �aW�. <-� h<� Soos sass« aD va' ss€� w �s _S�v_ � ;8 e� °s oma; cu!}Insa�sa°Dwop�D sylnsa�}oa�o ! Jo} aD s}DW,oy aU}o o}P-puoys uo!s�Bn uopna.{ �Oy.C1!I!y!suotl sau DU aWnssD 100x1 naoelDVm asDEuntl.f uoy loa- ,C sIVl}O f92 190 05!595554 C 515 5 1 q aPow ss Pa!N RUD }u°a�ox,DN „}otl ao!}oo.ld s0u!.1aau!Cu3 soxal„ ayy Fq P-1—oou.1 P'.PUo}s s;V}}o s n yl f145[4a 2 2524ZC2Z21Z 26101!1 N3WIV�JSIa ;��y9 r1f z i 1 Z o w g H O a �Er o �pD € aEpWOUOE b zz kfr _0¢3 }O z 822'K6 6 aHIM - 1s; � =� Y 8 Qtia Z W cm fYl & �a� a F--g=° ' g 8 fi t% U < a hi a�� � U002 WHO � � SPUN Ln C o+ z` F 58 jig ° M Aga stn° z EJ JO 4 0- �' S a`"� &�'- ._ J. �o Iwo w cmohd $- a._ ao a =oa> av_V S8-1: � ''€' �o - �h � a fi °gig ";Isis O 0 ' ° •--68` ""gk 8Fbhyg�mason & 3; - d g� all 1110100- - Naitif u 5 rM SwU > w2 5r- €x fi - v n n _ of soof ° *�•�� `2 0: �€ V of db Mill h"Jkb Via •"3 £o of "w ? �° .5k f � ab fig ate` h` as Y$o--pg"x-_ _h�voh 5° S _ -��`oEo o F �r _-bfi'm� q °°° fi ( ) ` z Sc Fe ofi•-aFo<ot 5o_ N ag b ._`g5 u - g` v mo 'c b' ci �.g _S4oghI°;3" m a v �aN --- h a cv .� as O°�v `^xo vii ga WWI � � a3 hi, z 5 ma v8v� a +c wga g' 6da�0-�cosgbg� 9' oS s O 6 ct T.E. U " v+ �x a e s• v O >_0 N ba °Q h 'kh o *9 5 c �L «v m Y 1.Yv o v `w ag v �_ §' sog S c°`may o<<v 21—fitI 11 MOao!'. � oo Q ° � off• ss °' balai" g! «° _ t og "- €� a E� a Sh«_ as ho `hob wQL ys fr,a � go3yghaa a o �o ° o it s 2ef J° wh a gg°g" @gg=W xblw:EL. wxhL 011 B � � z II � c RF 5= xyo°h � a°&Wo o• FEho og zu ag w v wMP W :1q,,, gw«5,v'«n°°- �E8x 3 x`a F 9 >k gvEw 11 =�_� �� $ sada€a a =h x;01=1 �.'° a>5""'IQ v" h° -� 'fog "5g� kF HE `b_ ^frx=°g� mgo;Y; Ji d` u 3m ria ohs !, aall _ ws v g ora Ca 1111 [ u gi - r o.o o c`t C o r 4'�- _ �,o ♦° i cog 0 t€� .a rx ,3 e _11 °So 1 b5 " I`og °gw- IN MAIN- `zl A S« "N F5£g`z111 oc"v�ov ... % .s =5•`-'Uv.€vU�'g _ "§_ voa`gg" =gv£a-° Eg`_oN ° %owzr " y '�a °� 6 _ MAP.- °. �;'�Fo�gS r�=vag§a o5 !� o �o x - o 9sce € _ + � 6 f `r°,fia_ a e€ ��y€ '"a a .S ao8�8+°«aoo»o`ac"`pgacooEa Q s}; uwJ;eui+I nsaJ sae'U Jo a}Inset}O.JJoOuI Joi JO s}OwJol Jay+o d o%pJDpuD{s sly+to Z M_.I. b5i9Z5IsoOUXJdaOCLC945C6[£Au.;°R}uDJJp.x ON }ptl aDl}DDJd eul Jeau;eu3 s°%a j• ay}RQ 1a 1J Oe sl pJODUD+6sly+ [IfZZIZ Zfi IA IGI' tl3rvIOlJSID 919161 "s �a I— cnOf a Dt� fi" cg it, NW U y s gip g b al„o zoo m & u LD Q - �• o z 0 d g u > ` O z „€ _ �'cogv oag €> ss ww «5g `££gvo, vh 8 o z iz y$�E z 2, g w ->�V ° a \ m 00 gee - �� "fig � $h.,� ��g���n � :�gg•��_gg�•� � psi € va ofio r_8 g�3cg '055885' Q � M e m h e 9 2'z g� ® `€ — — _ E�a -~c w it O k a r m _ l_ i i i 7 T p 0m0 oo o N OMvI°n "604„ b�D. <<r Ewa"gy S`ooE .`o°sem^ firOt00NOM�� ON _ -�o�+ 6*. on 0 0 0 0 0 0 �- �«>}�D.._.- r°-ab�ncv�n�6 g*•-� m vN NaN O�Dn Nnromvp o« I M N 1p v N N N N O 1(1 O N O ° 0 o n E x €'a 8 0 ° v v y N N N 0 0 0 0 0 0 = h h y h� I « � - nM O N v - b�` � i� 3 g•« I .I. ��m �rv�� o > $ k t�£D a g I!�— .5 Aga vv " 8 r ? °� g> z i�ti✓ �M r„ "s_ ovb'saDB� g5 � aE == `h oga Pa- zm a . 'Svsgk& `=15 I A ws�� sd g ���# -ho oVygvo Q 'Ev S$k"_ _ o8b'a v55a8g� 5 „ _ _gD was = Ngr segs=v .T Rt ow �axv;5 «Rt w' N coo a Sc° aN �gBo „a5 w - dRDM!anoJt anoaD eDuots!p .ec > >r o o.°°, °„? fh o v'v > .. 0 O s� W m ^ m o z w I� LL N moi E5 —�E � = o a6n sl WOu{ 6u,k lnsaJ sa6oU S JO so lnsaJ y°aaJaos! Jo; Jo syowJo; Jay}o O}pJDpeD}6 5!V};0 9190966BS,LF99BBb5 52515 aV}Jo}R}!I!O!suotlasaJ 100x1 tcVM ssotlJnC Rub Jo; 100x1 f0 Pow ! pul>I Bb Y bSbbb Fe Zbib06 fBf f F6—1 ISFuoV{o ACUD JOM ON „lOtl O!lODJd 6Uj-8ul6u3 coxal„ 8Vy,(0 pauJ 5 ! pJopu is s•V}{O asn aVl LI[ [E20Z•2i9Z 62 bZFZ 2 2 2618 IL1 tl3WIV"IJ510 ;D�y Bls lri[iz i.i — E91.tl1JEEIE0513n1tF - - U w So 6� o ofiev�o��v ° �v s'a�$e oeh � s ads L) a F- s d Z €sa�sro €-go gg§y o gs a w vog� �og 8w8 55 "• ��� �� w � z0 " E Las k'e. b"fi 8 5� k 0 LLI U CL u as C,4 4 T.'-E ® 077 w gs scc=G ofififififi' O / .. �sfi' Sow gg 2 O 71, O - - ' * ' ri0i N oav,hyT u�Qa ® ® ° a fic N 8�a 3fi3 _P6 a .b. a gr a e � sfi most= v•��Qg�°�m y°� fi T v Is --SE El e a � sL sov = awQsa'gosg oaafi�» 1 ,� / �!rj w t m .og~ o� fi°c�°` •3 '§o.s CL a y v swab ba+Pfio Epg,cpfi„ ae�� �b�o a a -€ u6 a oC vfr 5wp8w5o�Ng ry v ._o_ Eo J - U 0' +- 0 L T 0 � O90 b- U1 O a na �7J g j o g.w fio8; rv'E .y+ zv5(auic= c I a ,NE zzz Nj c« w yb' n E u t o W v!�E'IEI E1 E �•s =v'�om waaP c� ou a a a -Z- ppb „_ o cd+g•a° o o d g a=o- N._ + 6fi € �h - a H°p a .oz...oz o Q�°€' 8 ws' a w„� "F” ~ CL v 3 8° -€€soli 5a z o :g k=v rkoe €w 305 - 3 udj am a a �I"� z 8 -� dvsSt�rf �« d C o w 0. ` z = - v-FLg oom� o v« S'a fio v6�6 aaa3 = LL J F 0 Q €bg °�fis 53'am'" v�E_ g`tl«h d a o gap o ^ 14c s{I WOE;DU!{InsaJ saEpwop Jo s{InsaJ}paJJopul JO;�°s}oWJO} JaV+o 0{pJDpUD{s S!q};o SJanUODnay}JD;RlI I!QISUOtl6aJ OU Sis1nSSD 100X1 na09}pyM isOOJntl l.UD Jo; 100X1 Rq spow 8 [92919 BS 59 i96 Z IS S 1 A..y0 F}UOJJOM DN }DV iD!{pOJ Ou Ou3 soxal, ay}Xq psuJ oO pa!N Bbl6919beb 6 1160 NOME f[[E d !Jaau! s! pJDpuO}s 6!y{;O asn 41 IC 62 L 2 bZ Z2212 Z6IB ILI F131VI VlJS]➢ J]V 9lslticlzlllDls s L 9 b c y l i 3 Z oil 8g fi fi UO �� =og o „gw Wfi = o z ¢ -' Lzj 2 All �w fi�E >58 Ly 1c p w o g A34 gg as r s`3 Sfififififiy op _ il IN 1 11111 vi 16 B 5 8w a� g o5 ` Y twit 1g T p N G 'b0 Vgfin` H H w FIT .xo a` �o � g�v � +6�0•�8 g�O= nHM oUIN IN vwio� WAMIN N�� a WIN o W w--_•� 030. v M 4 " Awa WIN o n ��«yyE� =�w �`obw€ oIPPR,`o o A p N W 2 _ °' ' IM HIM a !� LL m ON so VIM R9 1 a g og a as age a w w ;w s" ..j o- mMull 1 fi � =- - o z .0-91.5 ._ 11h*_H 3 - c y Hf k `€v Sia°� i1QU a 8'-€w_tI . WS G b�� gow€> = �Sv Q o �� � o'Eg �o gHIS38 L v _ dt og •'Sa'�g8�d�'g 6 b a ? y�S'sly «I N y'���� - "g Ogg, 'flags�$° kq� Iry a X95:Wff° - --_-_ - - as ;. Bu!}I�s2J sa6Pw°a J°s+l ncaJ}2aJJo°u! Jo;J eyowJ°1 Jay}o°+PJPpupys sl4y to �upubonR}uoJJOMRy!I!q!suoticaJ Ou aun86o 100x1 o ndos+PyM aeotlJntl Ruo Jo;100X1 Rq appw s! pu,s! e195�soY4 Gs DOSS b5 2515 5 °N '„}2tl 2°!+POJd Cu!Jaau!Ou3 s xal� ay}Rq pawano0 s! pJPpu, 8!y+to 28x1 ayl ZCi'oE--3o.e�ze Y6 B[L[9C f[ LL 2LZ3Zi2b2f 12 2618 IL1 �03A't1d5I4a512A3'IS Z N F ° 00 O Z ❑ I'� 5 R 9 ❑ ❑ o c ❑ ^o� ak U W e Qr vQ o 0 o ; oo `oR� a `o o o o g LU ❑ ❑ - o °° v ; ; M �avr 5 O Z Q ? ° r, t Q < cr H O O ° + 00 C ~ _ I yxew N y o o o oo —jy Egg' ~ N 8 o o o a�❑ I_ oom o ~ U � Ntle F— wT o &8a— > o Ld ❑❑ -.1111 I. W +� -� o -'+�- ❑ ❑ n OEN Z w z ° � W a. 3 �d ZeY � Zx sg s o W U N .� D m a w w o a < °o o J a a Y sm o h`E8fi `ofi E �4° Z W ¢ _oog"a C g8 y`ou 8 $6b Cy'',9 H 00 z W_ m S W N�'�Or- G` .-`wenn ° «r- aOC N '—' W Y z o a w 8c�vr=ov. s •g` -1e •� �wEk O J gg °w g ��z=„ S `088888_ co -o V O p o V O V O O °�e° O �O,L-I_p0° O O O O oo Oo v p0 Op u o o oo oc o° o0 o a�o ° o° p 0 0 0 - 00 00 0 ro o ? n p o 0 o uo - o 00 0 ° ooa cp a r ° e o S o ryo To o To�F 1..0 U �opotl M o O ° .. o Too T o0p Io �° >o oR of o oo p p o r W ny°a °rT ✓ o�o ✓ o ° ; w ° w - = G ° °° O O r O Fp O Z Yo o 0 a o ° r° ° r° p po0. o ° o p� 3 0° o 0 V 0�o o _ " 3 ° •O pt°I o o] O = o 00 D +° °000p o a w Z ^I O O° > r°OI Ir ip a >• O 3 o po; O S a a °o O ? O a o o 1 o° n Li.l xO W e w o 0 } o G O o ° .V. O O O ° r 0 6 ❑O O T ❑ °p❑ TOO O T o oo o H " W O J T ? °T r° z J Z /� a O O O ti 00 Io 0. 00 y p 4 o O L`f O p O O U'°lJ O I- ° VV I o VV VVII Z ik O C o D g 3 it Z N w — a U CL = z `b o1 v12 10 w w w a d II, ! E o o 8 R R y_� a 3 � 3 o 2o m 4E y x Is-r- s}! woJ; u.d sa600wOps Jo a}1ns0J}paJJOOu� Jo; Jo s_O XJ Jay{p O{pJ°puap}s s!V} }O (�—�-- dn000°aU}JO}•f}!I!Q!6Uotl68J u a10 84 100%1 Os}oym asptl Jntl n JO}o oQ .0 l C929.9�965B5L 9 5515 SZS.S S !s.CuO}O�C{UO—ON '.}atl ap!yppJd 6U!Jdd°!6U3 cp%a l„ aV}Al paUJanp6Usi pJ°pup}8 8aV}p;p a -LU abilb9rv56 bb Cb Z61Y p66t Bf lt9i SC>C f FiCOC62dZ1L9Zcy bZ�Z221Z•Z6 18111 tl3WItllJS]❑ o91si - i s s- :i3io�, 6 t 5 4r-=--=-----=---111 wIrfi N 5 -,&E _ _ ?O` F- W v da: - PIA n _J w 03 OL m� cs LA > ek N mas Imo. m� y W cepa x' CDa_ cc :�� Al — - bK m aLAaha N ry �—• P � O N x �777� xN via a �mm RH o 1818- Moo Baa nn F box 5s§� oX Q FavwoP g IER 0�6 g Lis W Q (�,�nn o� Oo �� P - �i I N ��a �y.=_fig �:�� •g'k€�'°� N�6���k O LJ nN NN ZX fi�cyEfi �fi�0 O�gw�'N�, Y �0 aP �_ KELSbRhsE mom_ N N - �.._�I' ; EloEg3�' •asn s+I woJ;Oul}InsaJ 6a6Dwpp J s+InsaJ}oaJJppul uolsJenuoo aU+Jo} ON -.,0V suotlseJ Du eun Jo}Jo,Au}JoU}o o+pJopuD}s s!V};o .CUD}D R}UDJJDx. 6a0 100%1 'J3ACo6}pICM COtlJntl,CUD J0;100X1Cq apDW CI pUl% 9 190 6 BEL 9EESbS EZEIE 6 N '„}ov apl}ooJd OulJaau l0u3 sD%al, ay}Fq pau1an.5 sl pJDpup}a sly};o asn eql is aCSbbZf Y2bIY b6 L[9ESE[[ tl3Witl'I�SI° z t sz IZ Z6lalll t°JV 9151b IF IZ 111016 B 2 9 E Y C 2 1 U3AYldEl4 513A31