Loading...
HomeMy WebLinkAboutContract 34165CITY SECRETAllf v . 0.0.E. FILE ) ~. ~lTY SECRETARY/J1 '/' CONTRACT NO.~ D, General Conlract Document. CONTRACTOR'S BONDING CO. & Spcci(iu.tiona CONSTRUCTION'S COPY .~ for c alMSe~WRUCTION, WATER AND SANITARY SEWER REPLACEMENT . 200-4 CIP CONTRACT 7 ...) . PROJECT NO. 0020 UNIT I -WATER PROJECT NO. P26-4 541200 605170002083 UNIT I -SEWER PROJECT NO. P27-4 541200 705170002083 UNIT II -STREET PROJECT NO. C200 541200 205400002083 D.O.E. NO. ..(..(16, ·4"'17, .and "4573 DOE No. -4573 IDA WAY -HILLSIDE A VENUE TO S. HUGHES A VENUE DOE No. -4-416 S. HUGHES A VE. -IDA WAY TO M. L . KING, JR. FREEWAY (US 287) DOE No. 4573 SUN VALLEY DRIVE -E. LOOP 820 TO KAY DRIVE DOE No . -4417 CANBERRA COURT -THANNISCH A VENUE TO BERRYHILL DRIVE CH,,\RLES R. BOSWELL CITY MANAGER FORTWORTH ~ MIKE MONCRIEF MAYOR A. DOUGLAS RADEMAKER. P.E. MARC A. 01T ASSISTANT CITY MANAGER DIRECI"OR, DEPARTMENT OF ENGINEERWG ROBERT D. GOODE, P.E. DIRECTOR. DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS S. FRANK CRUMB, P.E. DIRECTOR. WATER DEPARTMENT P,..parec! B,.: ID.A WAY, S. HUGHES A VE., CANBERRA Cf. R\ \{ SUN V AILEY DRIVE IUII PAQJll EJES INCORPORATED mua•D• ~ ----.-.. ""--·~ NII-.... . ... ~----........ .,_ ...... ....... ~ .......... ... ---;J_ .. ·~ L~e'.t\, t. .. >····~···-? .. ~\ . ,-•: ~ :•I , ................................. , ~ EDWIN B. JONES ~ , .. ·:············ .. ········ .. ·:···, I -,i·. 82682 :·Q;--' ',-P.·-. . .. ..;,:' 1f.,..;J 1c [NS~~··,~ \ Ss ...... -·c~'u - \~,'ONAL ~---~ ~ ,-... z:,:o, ~l,_M" Print M&C COUNCIL ACTION: Approved on 9/26/2006 -Ordinance No. 17216-09-2006 DATE: CODE : 9/26/2006 C REFERENCE NO.: C-21742 LOG NAME: PUBLIC TYPE: NON-CONSENT HEARING: 301DAWAY00020 NO SUBJECT : Authorize Execution of Contract with Jackson Construction , Ltd., for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Ida Way, Sun Valley Drive , South Hughes Avenue and Canberra Court (Project No . 00020) and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $702 ,543 .54 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $341 ,518 .57 and Sewer Capital Projects Fund in the amount of $361 ,024 .97 ; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $341 ,518 .57 and the Sewer Capital Projects Fund in the amount of $361 ,024 .97 , from available funds; and 3. Authorize the City Manager to execute a contract with Jackson Construction , Ltd ., in the amount of $1,532 ,155 .25 for Pavement Reconstruction and Water and Sanitary Sewer Replacement on Ida Way (Hillside Avenue to South Hughes Avenue}, Sun Valley Drive , (East Loop 820 to Kay Drive}, South Hughes Avenue (Ida Way to M.L.K . Freeway) and Canberra Court (Thannisch Avenue to Berryhill Drive). DISCUSSION: On September 21 , 2004 , (M&C C-20281) the C ity Council authorized the City Manager to execute a n engineering agreement with LopezGarcia Group for the design of portions of Ida Way , Sun Va iley Drive , South Hughes Avenue and Canberra Court (DOE 4573) which consists of pavement reconstruction . The 2004 Capital Improvement Program (CIP) includes funds for pavement reconstruction of Ida Way (Hillside Avenue to South Hughes Avenue) and Sun Valley Drive (East Loop 820 to Kay Drive). The 1998 Capital Improvement Program approved funds (M&C G-1727 4) for the reconstruction of South Hughes Avenue (Ida Way to MLK Freeway}, in COUNCIL DISTRICT 5 , from the follow ing source: $120 ,000-Funds made available by the City Council approved deletion of the reconstruction funds for Amanda Avenue from the 1998 Capital Improvement Program . The 1998 Capital Improvement Program approved funds (M&C G-14275) fo r the reconstruction of Canberra Court (Thannisch Avenue to Berryhill Drive}, in COUNCIL DISTRICT 8 , from the following sources : , $188 ,000 -Funds made available by the Council approved deletion of funds for reconstruction of Sylvania Avenue from the 1998 Capital Improvement Program. $244,000 Council District 8 Undesignated Funds $ 66,000 CDBG Funds $498 ,000 Tota l Street improvements include pavement reconstruction , construction of standard concrete curb and gutter, driveway approaches and sidewalks as indicated on the plans. The Water Department has determined that severely deteriorated water and sanitary sewer lines should be replaced prior to street reconstruction. The project was advertised for bid on May 18 and 25 , 2006 . On June 22 , 2006 , the following bids were received : Bidders Jackson Construction , Ltd . McClendon Construction Co., Inc. Stabile & Winn , Inc. Time of Completion : 150 Working Days Bids were received on two alternates: Alternate "A" {Concrete). $1,490,460.25 $1 ,514 ,184 .75 $1 ,551 .763 .70 Alternate "B" {ASP-halt). No Bid No Bid No Bid Alternate "A" Alternate "B" {Concrere) (Asghalt) +Sidewalk +Sidewalk $1,532, 155.25 No Bid $1,539 ,201 .75 No Bid $1 ,576,780.70 No Bid • Alternate "A" consists of a 6-inch concrete pavement over 6-inch lime stabilized subgrade with 7- inch concrete curb. • Alternate "B" consists of a 6-inch hot mix asphalt concrete (HMAC) pavement over 8-inch lime stabilized subgrade with 7-inch concrete curb and 18-inch gutter. After rev iew i ng all bid proposals, staff recommends Alternate A (Concrete) + Sidewalk. The construction of sidewalks is recommended for the improvement in the respective neighborhoods . Funding in the amount of $69,146.54 is included for associated water and sewer project management, construction survey, material testing and inspection (water $37,086.57 and sewer $32,059 .97). The contingency funds to cover change orders total $30,162.00 (water $14,497.00 and sewer $15,665.00 ). Funding in the amount of $87,619.00 is required for associated paving and drainage construction survey, project management, pre-construction, material testing, inspection and project close out (Ida Way and Sun Valley Drive $29,065.00, South Hughes Avenue $13,978.00 and Canberra Court $44,576.00 ). The contingency fund for possible change orders for paving and drainage improvements is $27,867.00 (Ida Way and Sun Valley Drive $9,279.00, South Hughes $4,437.00, Canberra Court $14,151.00). M/WBE -Jackson Construction, Ltd., is in compliance with the City's M/WBE Ordinance by committing to 10 percent M/WBE participation and documenting good faith effort. Jackson Construction, Ltd., identified several subcontracting and supplier opportunities. However, the M/WBE's contacted in the areas identified did not submit the lowest bid. The City's goal on this project is 26 percent. This project is located in COUNCIL DISTRICTS 5 and 8 Maps,;:o 93A1 93L and 785 . FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval and completion of recommendation 1, and the adoption of the attached appropriation ordinance , funds will be available in the current capital budgets , as appropriated , of the Water Capital Projects Fund , the Sewer Capital Projects Fund and the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1&2 P264 472045 6051700020ZZ $341 ,518.57 1)PE45 538070 0609020 1&2)P274 472045 7051700020ZZ $361 ,024 .97 1 PE45 538070 0709020 2 P264 531350 605170002020 $480 .00 3 P264 541200 605170002083 2 P264 531350 605170002031 $431 .86 3)P274 541200 705170002083 2)P264 531350 605170002032 $2 ,826 .71 3C200 541200 205400002083 2 P264 531350 605170002033 $1 ,011 .00 3)GR76 541210 020206845800 2)P264 531350 605170002052 $7 ,186 .00 3)GS67 541200 020670406270 2 P264 541200 605170002083 $304,432 .00 3)C111 541200 020111040627 2 P264 531350 605170002084 $3,593 .00 3)C115 541200 020115040627 2)P264 531350 605170002085 $21 ,558 .00 3)C115 541200 020115040626 2 P274 531350 705170002020 $546.00 2)P274 531350 705170002031 $643 .07 2 P274 531350 705170002032 $2,309 .90 2 P274 531350 705170002033 $364 .00 2 P274 533010 705170002052 $6,266 .00 2 P274 541200 705170002083 $328 ,965 .00 2 P274 531350 705170002084 $3,133 .00 2 P274 531350 705170002085 $18 ,798.00 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Additional Information Contact: A. Douglas Rademaker (6157) Richard Argomaniz (8653) ATTACHMENTS 301daWay00020.doc $341 ,518.57 361 024.97 $289,935.00 313 300 .00 $309,315 .25 66 000.00 72 516.00 $171,895 .00 $161,284 .00 $147,910.00 JUN-12-2006 MON 10:42 AM CITY F. W. ENGINEERING FAX NO. 817 871 7854 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. l 2004 CIP CONTRACT 7 Street Reconstruction, Water and Sewer Replacement for Ida Way (Hillside Ave. to S. Hughes Ave.) Sun Valley Drive (E. Loop 820 to Kay Or.) S. Hughes Avenue (Ida Way to MLK Freeway) Canberra Court (Thannisch Ave. to Berryhill Dr.) Project No. 00020 DOE No . 4573 , 4416, 4417 RELEASE DATE: JlUle 12, 2006 BIDS RECEIVED: June 15 , 2006 INFORMATION TO BIDDERS: P. 02 The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the "NOTICE TO BIDDERS", revise the bid opening date to Thursday, June 22 1 2006. 2. ln the M/WBE "SPECIAL INSTRUCTIONS FOR BIDDERS" the project goals have been revised . 26 % For the Concrete Paving Alternate 25 % For the Asphalt Paving Alternate See attached form. A signed copy of this Addendum No. 1 should be included in the sealed bid envelope at the time of the bid submittal. Failure to acknowledge the receipt of this Addendum could cause the bidder to be considered NON~RESPONSIVE resulting in disqualification. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the seali:d envelope. RECErPT ACKNOWLEDGED : A. Douglas Rademaker, P.E. Director, Department of Engineering By:~~at~ CompanyW,rha::iekfilJ\~Y Address:~\\~ MJY)l.)~. ·~~~~= City ~{~ ~te:liu~ll°( Telephone:~\.] · S J~-3~- JUN-12 -2006 MON 10:42 AM CIT Y F. W. ENGINEERING FAX NO. 817 871 7854 FORT WORTl:I w 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 la $25,000 or more, the MJWBE goal is applicable. If the total dollar value of the contract Is less than $25 ,000, the M/WBE oat is not a licable. POLICY STATEMENT P. 03 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on th is project is Concrete Paving 26 % / Asphalt Paving 25 % (Basa bid applies to Parks and Community Service:.). of the total bid 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. SUBMITIAL 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 . Th&'~--~.u.~td~Wioo 1n'~·ti>:~~-~~°':#~~d~t::#~~:~a~,M,,:hl ~·:~ .. :~t·~.~i1 ~-... . ~:th§fffio:;Ol&:l~c~4Y~Jllf_:d~tat!M . ~.~ ~te<k .... ,fiix~~~oPY.:wffl:n.otlJ'-~ctP.tad ; 1. Subcontractor utllization Form , if goal is met or exceeded: 2. Good Faith Effort and Subcontractor utilization Form , if participation is less than stated oal: 3. Good Faith Effort and Subconttactor Utilization Form , if no M/WBE artici ation: 4. Prime Contractor Waiver Form, if you will erform all subcontractin su lier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed oal. rece ived by 5:00 p .m., five (5) City business days after the bid o enin date, exclusive of the bid o nin date . received by 5 :00 p.m., five (5) City business days after the bid opening date , exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid o nin date , exclusive of the bid o enin date . received by 5:00 p.m ., five (5) City business days after the bid o enin date, exclusive of the bid o nin date . received by 5:00 p.m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID Bi;ING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104, Rev. 11/11/05 CITY OF FORT WORTH, TEXAS DEPARTMENT OF ENGINEERING ADDENDUM No.2 For Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7, Project No. 00020 Ida Way -Hillside Ave. To 5. Hughes Ave. (DOE No. 4573) S. Hughes Avenue -Ida Way To M. L. King, Jr. Freeway (US 287) (DOE No. 4416) Sun Valley Drive -E. Loop 820 To Kay Dr. (DOE No. 4573) Canberra Court-Thannisch Ave. To Berryhill Dr. (DOE No. 4417) (*) Unit I -Water Project No. P264 541200 605170002083 Unit I -Sewer Project No. P274 541200 705170002083 Unit II -Street Project No. C200 541200 205400002083 D.O.E. No. 4573, 4416, and 4417 (*) Canberra: DOE No. 4417 C115 541200 020 115 040 627 C.D. Undesignated GS67 541200 020 67 040 627 C.D. Undesignated C111 541200 020 111 040 627 C.D.B.G . GR76 541200 020 206 845 800 (**) RELEASE DATE: June 14, 2006 BIDS RECEIVED: June 22, 2006 Bidders are hereby informed of the following changes to the plans , specifications and contract documents for the project. Bidders must acknowledge receipt ofthis Addendum below and on the Proposal, Section A, page A-25 . SECTION A-BID PROPOSAL The Proposal in the Specification book is to be replaced in its entirety by a new Proposal -attach ed. The following changes are included in the new Proposal: Summary Sheets -Summary sheets for the Concrete and Asphalt alternates are provided on pages A-23 and A-24 of the new Proposal. References to these sheets have been changed throughout the Proposal. Pre-Bid Items -Pre-bid items with established unit prices have been added to the Proposal which include Adjust Water Valves, Adjust Water Meters , Adjust Manholes, Topsoil, Miscellaneous Utility Adjustments, and Project Signs. Brick Mail Boxes -Pay items for removal and replacement of brick mail boxes is provided. Brick mail boxes shall be removed and replaced to a condition equal to or better than the existing mail boxes at the unit prices bid by the Contractor and as directed by the Owner's Resident Project Representative . Fence Relocations -Pay items are provided for the removal and replacement of 4 ' high chain link fence, 5 ' foot high chain link fence , 4' high wrought iron fence, and 4' high wooden picket fences . Existing fences shall be removed, (and set-back temporarily if necessary), and new fences constructed to a condition equal to or better than the existing fences as directed by the Owner's Resident Project Representative. 06-14-06 This item shall include the removal and reconstruction of the existing fences at the locations shown on the plans or where deemed necessary by the Owner's Resident Project Representative . The Contractor shall exercise caution in removing and salvaging the materials so they may be used in reconstructing the fences, if possible. The re-constructed fences shall be equal in every way, or superior, to the fences removed. The Contractor shall be responsible for keeping livestock within the fenced areas during Addendum No. 2 1 of2 construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to remove the fences, construct temporary set-back fences (if necessary), and construct the new fences at the locations directed by the Owner's Resident Project Representative, complete-in-place. Sidewalk Alternate -4' wide concrete sidewalks shall be included with both the Base Bid (Concrete street) and Alternate "A" (Asphalt street) for Canberra Court. 4 ' wide concrete sidewalks shall be provided as Alternates "B" (Concrete) and "C" (Asphalt) for Ida Way, Sun Valley and S. Hughes streets as indicated on the Summary Sheets, pages A-23 and A-24 of the Proposal. The Owner reserves the right to award the project with or without concrete sidewalks based on the total amounts bid for the various alternates provided in the Proposal. Completion Time -The established project completion time is 150 "working" days (not calendar days), as noted on page A-25 of the Proposal. Please acknowledge receipt of this addendum by placing a signed copy of the same into your proposal at the time of bidding. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non- responsive. Receipt Acknowledged: Department of Engineering A Douglas Rademaker, P.E. Director Byo#~ ::f#lt:;;~ Department of Engineering, Consulting Services .J Compan~{1n~1 ~. Address 5(1 i Joo 111 ~ . City~ )ruJh State: ] /p f (9 Telephone: &{J .57 J. ·3303 06-14-06 Addendum No . 2 2 of2 Gener ... ! Contract Document.. & Speci(iCAlioau for STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT 2004 CIP CONTRACT 7 PROJECT NO. 0020 UNIT I -WATER PROJECT NO. P264 541200 605170002083 UNIT I -SEWER PROJECT NO. P274 541200 705170002083 UNIT II -STREET PROJECT NO. C200 541200 205400002083 D.O.E. NO. 4416, 4417, and 4573 DOE No. 4573 IDA WAY -HILLSIDE A VENUE TO S. HUGHES A VENUE DOE No. 4416 S. HUGHES A VE. -IDA WAY TO M. L. KING, JR. FREEWAY <US 287) OOE No. 4573 SUN VALLEY DRIVE -E. LOOP 820 TO KAY DRIVE DOE No. 4417 CANBERRA COURT -THANNISCH A VENUE TO BERRYHILL DRIVE CHARLES R. BOSWELL CITY MANAGER FORTWORTH ~ MJKE MONCRIEF MAYOR A. DOUGLAS RADEMAKER, P.E. MARC A. 01T ASSIST ANT CITY MANAGER DIRECTOR. DEPARTMENT OF ENGINEE!illl'G RORERT D. GOODE, P.E. DIRECTOR. DEPARTMENT OF TRANSPORTATION & PUBLIC WORKS S. FRANK CRUMB, P.E. DIRECTOR. WATER DEPARTMENT Prcpued Br: IDA WAY, S. HUGHES A VE, CANBERRA CT. SUN VALLEY DRIVE UWIIEllllllllJ ___ _ EJES INCORPORATED TABLE OF CONTENTS UNIT 1-WATER DEPARTMENT UNIT 2-TRANSPORTATION & PUBLIC WORKS DEPARTMENT SECTION A UNITS I & 11: WATER DEPARTMENT & TRANSPORTATION / PUBLIC WORKS SECTION B NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS FORT WORTH M/WBE BID FORMS -FOR CONCRETE FORT WORTH M/WBE BID FORMS -FOR ASPHALT BID PROPOSAL VENDORS COMPLIANCE TO STATE LAW UNIT I: WATER DEPARTMENT SECTION C SPECIAL INSTRUCTIONS TO BIDDERS (WATER) PART C -GENERAL CONDITIONS PART C1 -SUPPLIMENTARY CONDITIONS TO PART C GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS PART E-MATERIAL SPECIFICATIONS UNIT II: TRANSPORTATION/ PUBLIC WORKS SECTION D SPECIAL INSTRUCTIONS TO BIDDERS (TPW) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES UNITS I & II: WATER DEPARTMENT & TRANSPORTATION / PUBLIC WORKS 05/03/06 CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CONTRACT CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS PUBLIC FACILITIES AND IMPROVEMENTS, CDBG CONSTRUCTION GUIDELINES 1 OF 2 APPENDICES UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS APPENDIX A -STANDARD FIGURES AND DETAILS APPENDIX B -TxDOT PERMITS APPENDIX C -GEOTECHNICAL REPORT APPENDIX D -TEMPORARY RIGHT OF ENTRY 05/03/06 2 OF 2 SECTION A UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS FORT WORTH M/WBE POLICY BID PROPOSAL VENDORS COMPLIANCE TO STATE LAW SECTION A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SECTION A NOTICE TO BIDDERS Sealed proposals for the following: FOR: Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7 • Ida Way-Hillside Ave. To S. Hughes Ave. (DOE No. 4573) • S. Hughes Avenue -Ida Way To M. L. King, Jr. Freeway (US 287) (DOE No. 4416) • Sun Valley Drive -E. Loop 820 To Kay Dr. (DOE No. 4573) • Canberra Court-Thannisch Ave. To Berryhill Dr. (DOE No. 4417) (*) Project No. 00020 Unit I-Water Project No. P264 541200 605170002083 Unit I-Sewer Project No. P274 541200 705170002983 Unit II -Street Project No. C200 541200 205400002083 D.O.E. No. 4573, 4416, and 4417 (*) Canberra : DOE No. 4417 C115 541200 020 115 040 627 C.D. Undesignated GS67 541200 020 67 040 627 C.D . Undesignated C111541200020 111040627 C.D .B.G. GR76 541200 020 206 845 800 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 ., June 15, 2006, and then publicly opened and read aloud at 2:00 p.m . in the Council Chambers . Plans, General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 . for a non-refundable fee of sixty dollars ($60 .00) per set.. These documents contain additional information for prospective bidders . A pre-bid meeting will be held on June 7, 2006, beginning at 2:00 p.m. in the TPW Conference Room 293. Bidders are encouraged to review the project plans and specifications prior to the pre-bid conference and be prepared to actively participate in the conference. Bidders' questions will be answered at the pre-bid conference. The major work will consist of the following: UNIT I: WATER AND SANITARY SEWER REPLACEMENTS !p~r(A -:-=-sanitary',Sewer lin?R~f>!ac emeots 3,100 LF 8'.' SANITARY s ·EWER Part ·B -Water Line Replacements .2,400 LF 8" WATER PIPE UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Pa~rtC1 .--:-Street ·Re.constru¢tion; co·ncrete 'Basebid Ti,:foo sv a" co0 NCRETE, PAVEMENT · · · Part C2 -Street Reconstruction, Asphalt Alternate "A" 13,600 SY 6" H.M.A.C. PAVEMENT Part p -Drainage Improvements 100 LF 21" RCP LGGROUP No. 204148 .00 A-NTB(1) SECTION A NOTICE TO BIDDERS For additional information, please contact Mr. Richard Argomaniz, P.E., Project Manager, City of Fort Worth -Department of Engineering at 817/392-8653; and/or Mr. Richard Albin, P.E., Project Manager, LOPEZGARCIA GROUP at 817/390-1060 . Advertising Dates: May 18; ·2006 May 25, 2006 LGGROUP No . 204148 .00 A-NTB(2) SECTION A COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : FOR: Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7 • Ida Way -Hillside Ave. To S. Hughes Ave. (DOE No. 4573) • S. Hughes Avenue -Ida Way To M. L. King, Jr. Freeway (US 287) (DOE No. 4416) • Sun Valley Drive -E. Loop 820 To Kay Dr. (DOE No. 4573) • Canberra Court-Thannisch Ave. To Berryhill Dr. (DOE No. 4417) (*) Project No. 00020 Unit I-Water Project No. P264 541200 605170002083 Unit I-Sewer Project No. P274 541200 705170002083 Unit II-Street Project No. C200 541200 205400002083 D.O.E. No. 4573, 4416, and 4417 (*) Canberra: DOE No. 4417 C 115 541200 020 115 040 627 C .D . Undesignated GS67 541200 020 67 040 627 C.D . Undesignated C111 541200 020 111 040 627 C.D.B.G. GR76 541200 020 206 845 800 (**) 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., June 15, 2006 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans , General Contract Documents and Specifications for this project may be obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas 76102 for a non-refundable fee of sixty dollars ($60 .00) per set .. These documents contain additional information for prospective bidders. All bidders will be required to comply with Provis ion 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. 7 400 (Fort Worth City Code Sections 13-A- 221 through 13-A-29) prohibiting discrimination in their employment practices . A pre-bid meeting will be held on June 7, 2006, beginning at 2:00 p.m. in the TPW Conference Room 293. Bidders are encouraged to review the project plans and specifications prior to the pre-bid conference and be prepared to actively participate in the conference. Bidders' questions will be answered at the pre-bid conference. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work will consist of the following : UNIT I: WATER AND SANITARY SEWER REPLACEMENTS UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS LGGROUP No . 204148.00 A-CNTB (1) 13,565 SY 8709 LF 226 SY SECTION A COMPREHENSIVE NOTICE TO BIDDERS "LIME STABILIZED SUBGRADE 6" H.M.A.C. PAVEMENT 7" CONCRETE CURB & 18" GUTIER 7" CONCRETE VALLEY GUTIER Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General Contract Documents and Specifications. The number of working days is as follows : 150 working days. The City reserves the right to reject any and/or all bids and waive any and/or all formalities . AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of contract , if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form(s). Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the fonns included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. SUBMISSION OF BID AND AWARD OF CONTRACT This document is designed as a single construction contract. The proposal has been separated into two sections, Unit I -Sanitary Sewer Line Replacements and Water Line Replacements , and Unit II -Street Reconstruction and Drainage Improvements. Award of contract, if made, shall be to the responsive bidder for BOTH sections. The prospective bidder must submit their bid for the TWO sections and complete the Bid Summary on Page B-13. The City reserves the right to award the contract to the responsible low bidder for Unit I, and Unit II (Basebid Concrete, or Alternate "A" Asphalt). In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive. (**) A portion of the Canberra Court paving is being funded by Community Development Block Grant (C .D.B.G .) funds . The Contractor shall comply with all the provisions of "Public Facilities and Improvements, CDBG Construction Guidelines· as covered in Section D of these specifications for all construction work and other activities associated with Canberra Court. Bidders are advised that the City of Fort Worth has not yet acquired all necessary TxDOT permits for construction of water line and paving work within the TxDOT rights-of-way on l.H. 820 and U .S . 287 as shown in the Plans . Bidders are LGGROUP No. 204148 .00 A-CNTB (2) SECTION A COMPREHENSIVE NOTICE TO BIDDERS hereby notified that the City anticipates obtaining the necessary TxDOT permits before construction starts or sometime during the scheduled contract completion period . The contractor is instructed to perform all other work not within TxDOT rights-of-ways prior to obtaining the TxDOT permits. The Contractor may be eligible for an extension of contract completion time cause by delays in obtaining the TxDOT permits, but the Contractor is not eligible for extra compensation due to these delays without written approval by the City. The City also reserves the right to delete any or all portions of the work within TxDOT rights-of-way, without extra compensation to the Contractor, if all the necessary permits have not been obtained during the contract completion period . The Contractor shall be prepared to commence construction without all executed TxDOT permits and shall submit a schedule to the City on how construction will proceed in the other areas of the project that do not require permits for work within the TxDOT rights-of-ways. Copies of un-executed TxDOT permit forms are provided in Appendix "Bn of these specifications for reference. The managing department for this project is the Department of Engineering. For additional information, please contact Mr. Richard Argomaniz, P.E., Project Manager, City of Fort Worth - Department of Engineering at 817 /392-8653; and/or Mr. Richard Albin, P. E .. Project Manager, LOPEZGARCIA GROUP at 817/390-1060. CHARLES R. BOSWELL CITY MANAGER Advertising Dates: ·. a1 May 25 1 2006 LGGROUP No. 204148 .00 Bye ~ j) feJohnson, P .E., Manager, If/ { Department of Engineering, Consultant Services A-CNTB (3) GLORIA PEARSON CITY SECRETARY SECTION A FORT WORTH M/WBE POLICY -CONCRETE :r->RT WORTH . ---., •w• ~ City of Fort Worth 0 6-29-06 P03 : 0 3 1 N Minority and Women Business Enterprise Specifications SPECIAL INSTRUCT:ONS FOR BIDDER~ APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. lfthe 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 requ irements :;ind regulations stated in the City's current Minority and Women Business Enterprise Ord inance apply to this bid . M/WBE PROJECT GOALS ·he City's M/WBE goal on this project is --=2-=-6 __ % of the total bid (Concrete). -:OMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more , bidders are required to comply wit~ the intent of the City's M/WBE Ordinance by 0 ;ther of ttie following : Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; Waiver documentation, or; Joint Venture. ~'JBMITTAL OF REQUIRED DOCUMENTATION · e applicable documents must be received by the Managing Department, within the following times allocated , in order or the entire bid to be cons idered responsive to the specifications . The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall t evidence that the City received the documentation in the time allocated . A faxed copy will not be accepted . 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid 1 t or exceeded: opening date, exclusive of the bid opening date . - Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Jtilization Form, if participation is less than opening date , exclusive of the bid opening date . ~-·ed goal : I. 3ood Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid ir.fization Form , if no M/WBE participation : opening date , exclusive of the bid opening date . .. Prime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City business days after the bid E orm all subcontractinQ/supplier work : opening date , exclusive of the bid opening date . - oint Venture Form , if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid >_met or exceed goal. open ing date , exclusive of the bid opening date. :AILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11/11/0!> City of Fort Worth o6 _29 -06 P03:03 IN ATTACHMENT 1A Pa ge 1 of 4 Subcontractors/Suppliers Utilization Form I :;~iME COMPANY NAME: Jackson Construction, L t d. PROJECT NAME : 2004 CIP Contract 7 -Ida Way, S. Hughes Avenue, Sun Valley Drive, and Canberra Court (Concrete Pavement) City's M/WBE Project Goal: 26% Prime's M/WBE ProjectUtilization: 1 0 % L C~eck ar~l ica-ble block to describe prime M/W/DBE X NON -M/W/DBE BID DATE 6 -2 2-0 6 PROJECT NUMBER: D.O.E. # 4573 -Ida Way, Sun Valley 4416 -S. Hughes Ave. 417-Canberra Ct. Identify all subcontractors/suppliers you will use on this project I'-' 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 , 1J 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 J utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional I and/or knowing misrepres~ntation 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 geograph ic 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 I'-payment from the prime contractor to a subcontractor is considered 1st 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 do ing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minor ity or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterpr ise (DBE) is synonymous with Minority/Women Bus iness Enterprise (M/WBE). '~ If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators, and receive full M/WBE credit. The ~ M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the fees and commissions earned by the M/V'{BE as outlined in the lease aQreement. ATTACHMENT 1A Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority, Women and non-M/WBEs . Please list M/W BE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER (check one) 0 Company Name N n Detail Subcontracting Detail Supplies C T Dollar Amt. Address T T X M Work Purchased Telephone/Fax I M w R D w E B B C 0 B R E E A T E J/M Materials , Inc. P . 0 . Box 496 Alvord , Texas 76225 800-856-8733 940-427-2789 1 X Rock $ 18 ,865 .00 J/M Materials , Inc. P . 0 . Box 496 Alvord , Texas 76225 800-856-8733 940-427-2789 1 X Sand $ 10,715 .00 J/M Materials , Inc. P. 0 . Bo x 496 Alvord , Texas 76225 800-856-8733 Hauling by Dump 940-427-2789 1 X Truck $ 31,750.00 Hanson Pipe & Products P . 0 . Box 120001 Dallas , Texas 75312 214-525-5898 X Manholes $ 10,345 .00 Crossroads, LLP 2809 N. Beach Street Fort Worth , Texas 76111 817-759-1199 817-759-1135 X Traffic Control $ 30 ,000.00 Texas Water Products , Inc. P . 0 . Box 8543 Fort Worth , Texas 76124 8 17-457-9988 817 -654 -2 004 1 X Pipe & Fittings $ 93 ,592 .00 Southern Star P. 0. Box 961094 Fort Worth , Texas 76161 972-621-0345 X Concrete Redi-mix $ 285 ,200 .00 Reynolds Asphalt P . 0 . Box 370 Euless , Texas 76039 817-267-3131 817-267 -1878 X HMAC $ 21 ,320 .00 Certification N SUBCONTRACTOR/SUPPLIER (check one) o ATIACHMENT 1A Company Name N n Detail Subcontracting Detail Supplies C T Dollar Amt. Address T T X M Work Purchased Telephone/Fax I M w R D w E B B C 0 B R E E A T E United Site Services P. 0 . Box 2273 Mansfield , Texas 76063 817-226-0700 817-226-0702 X Portable Toilets $ 700 .00 Tren Tech Company 828 Howell Drive Coppell , Texas 75019 972-304-2171 972-304-2171 X Trench Safety Design $ 500 .00 Texas Contractors Supply P. 0 . Box 2455 Fort Worth , Texas 76113 817-332-4117 Miscellaneous 817-429-2852 X Materials $ 5 ,366 .00 Barnsco P . 0 . Box 541087 Dallas , Texas 75354 214-352-9091 214-352-7568 X Steel/Rebar $ 23 ,570.00 Beall P. 0 . Box 849873 Dallas , Texas 75284 817 -835-4000 X Lime $ 18 ,092 .00 Magnum Manhole & Undergrd. 3828 Caval ier Drive Garland , Texas 214-687-2293 \ 972 -276-5318 X TV Inspect ion $ 4 ,600 .00 Magnum Manhole & Undergrd. 3828 Cavalier Drive Garland , Texas 214-687-2293 \ Interior Manhole 972-276-5318 X Coating $ 900 .00 G & G Saw & Seal 4008 Forest Lawn Balch Springs , Texas 75180 214-882-0200 X Joint Sealing $ 21 ,000 .00 0 al Dollar Amount of M/WBE Subcontracto 1·s/S uppl iers I Dollar Amount of Non-MllN BE Subcontractors/Suppliers - AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ 1 60 ,4 22 .00 41 6 ,093 .00 5 7 6 ,5 1 5 .00 ,~TTAC HMENT 1A Page 4 of 4 =~ Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval = the Minority and Women Business Enterprise Office Manager or designee through the submittal of a ~ ,uest for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of ract and may result in debarment in accord w ith the procedures outl i ned in the ordinance. The contractor ,all submit a detailed explanation of how the requested change/addition or deletion will affect the committed i fBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . 3 affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request , plete and accurate information regarding actual work performed by all· subcontractors , including MW/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or i: 1mination of any books , records and files held by their company. The bidder agrees to allow the · 1sm1s~1on of interviews with owners , principals , officers , employees and applicable ubcontractors/suppliers/contractors participating on the contract that will substantiate the actual work ,r 1ormed by the M/W/DB.E(s) on this contract , by an authorized officer or employee of the City . Any 1 !ntional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment ·om C ity work for a period of not less than three (3) years and for initiating action under Federal, State or .ocal laws concerning false statements. Any fa i lure to comply with this ordinance and create a material ,1 ach of contract may result in a determination of an irresponsible Offerer and barred from participating in work for a period of time not less than one (1) year. Troy L. Jac k so n itl e Printed Signature Vic e -Pre si dent of JC I Par tne rs , Inc., Ge ne ra l Par t ner Contact Name/Title (if different) Jackso n Con s tructi o n, Ltd. ompany Name 5 11 2 Sun Va ll ey Driv e ddress Fort Wor th, Texas 7 6 1 19 ity/State/Zip 8 1 7 -5 7 2 -3303 Telephone and/or Fax E-mail Address 6 -29 -06 Date 8 17-4 78 -0 44 3 ' r! r t '!I I ' II 1 11 I , l I it I I I I 'i , , i i ! I, '11: Ii . I I , I ! 'f '1 I; I /' Re v . 5/30/03 : I- ORTWORTH ATIA CHM ENT 18 Pa ge 1 of 1 1 1 ... ......... , . ., City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check appli cable block to desc ribe Jackson Co n s t r u c t io n, L t d. prime -I M/W/DBE I X I NON-M/W/DB E PROJECT NAME: 2004 CIP Contract 7 -Ida Way, S . Hughes Avenue , Sun Valley Drive, Canberra Court BID DATE ( Concrete Pavement) 6 -22 -06 City 's M/WBE Project Goal : PROJECT NUMBER: 26% D .O.E. # 4573 -Ida Way, Sun Valley Drive 4416 -S. Hughes Avenue, 4417 -Canberra Court If both answers to this form are YES , do not comp lete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be comp leted and a detailed explanation provided , if applicable . If the answe r to either question is NO , then you must complete ATTACHMENT 1C. This form is only applicable if .bmh answers are yes . Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m ., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this proj ect, this is your normal business practice and provide an operational profile of your business . XIX NO j Will you perform this entire contract without suppliers? · YES I If yes, please prov ide a detailed explanation that proves based on the size and scope of th is project, , th is is your normal business practice and provide an inventory profile of your business . :X IX NO ! The bidder further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/WBE(s) on th is contract , the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books , records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City . Any intentional and/or know ing misrep resentation of facts will be grounds for terminating the contract or debarment from City work for a pe riod of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply w ith this ordinance creates a material breach of contract may result in a determinat ion of an irresponsible offeror and barred from participating in City work for a per iod of time not less than one ( 1) year. ~~Z~-4&<,1 Troy L. Jackso n Printed S ig nature Vice -P r e si d ent of JC I P art n ers , I nc ., Gen e ra l Part n er T itle J a c k s on Co n st ru c ti on , Ltd. Company Name 5 11 2 Sun Va ll ey D r Address Fo r t Wor t h, Texas 761 1 9 City/State/Zip Contact Name (if different) 8 17-572 -3303 8 1 7 -47 8 -0 4 43 Phone Number Fax Number Email Address 6 -29 -06 Date Rev . 5/30/03 I I I I ~ PRIME <.;GMP ANY NAME : City o f Fo rt Worth G o od Faith Effort Form ATTACHMENT 1C Page 1 of 3 Ch ec k applic ab le block to d escri be Ja c kson Construction , Ltd. prime I MIW/DBE f~ PROJECT NAME: NO N-M/W/DBE 2004 CIP Contract 7 -Ida Way, S. Hughes Avenue, Sun Valley Drive , Canberra Court BID DATE (Concrete Pavment) 6-22-06 City's M/WBE Project Goal : PROJECT NUMBER: 26% D.O.E. # -4573 -Ida Way , Sun Valley Driv e 4416 -S. Hughes Aven ue, 441 7 -Canbe rra Court If you have failed to secure M/WBE participation and you have subcontracting arid/or supplier opportunities or if your DBE participation i s less th~n the City 's project goal , you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misr epresentation the facts or intentional discrimination by the bidder. Failure to complete this fotm, in its entirety with supporting documentation, arid rece ived by the Managing Department on or before 5:00 p.m . five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportuniti es List of Supplier Opportunities Interior Manhole Coating Manholes ! Joint Sealing Pipe & Fittings Traffic Control Sand Portable Toilets Rock Trench Safetv Design Hauling by Dump Truck TV Insoection HMAC Concrete Redi-Mix Lime Steel/Rebar I I l I. I I I I; 11\ 11 I l ' r [ { .... ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. X 4 14_06 __ Yes Date of Listing __ , ___ / No 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? _X_Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? X __ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? _x __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Company Name 10 Point FnviroI1IIE11t Ch.rtcwn Traffic Cont (Pl ease use a dd"f I h t "f , 1ona s ee s, , necessary, an d tt h) a ac . Telephone Contact Person :tl. 972 .402.9, 10 ~cus long ~01 817 .924.Li 524 Roosevelt furrell Scope of Work Silt Fence Traffic Control Reason for Rejection Work done with cwn f01p es er Incanplete quote and h:i than others gh , I . I · 1 SECTION A PROPOSAL TO: Mr. Charles R. Boswell City Manager Fort Worth , Texas FOR: Street Reconstruction, Water and Sanitary Sewer Replacement 2004 CIP Contract 7 Project No. 00020 Unit 1-Water Project No. P264 541200 605170002083 Unit 1-Sewer Project No. P274 541200 705170002083 Unit II -Street Project No. C200 541200 205400002083 D.O.E . No.4573,4416,4417 Pursuant to the foregoing "NOT ICE TO BIDDERS ", the undersigned has thoroughly examined the plans , specifications and contract documents and the site, understands the amount of work to be done and hereby proposes to do all the work, furnish all the labor, equipment and materials to fully complete all the work as provided in the plans, specifications and contract documents and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth . Upon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish a Performance Bond , a Maintenance Bond and a Payment Bond , approved by the City of Fort Worth, for performing and completing said construction work within the time specified for the following sum, to wit: UNIT I: WATER AND SANITARY SEWER REPLACEMENTS Part A -Sanitary Sewer Replacements ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST TOTAL NO. WRITTEN IN WORDS COST 2 . 3065 LF 8" PVC Sanitary Sewer Pipe by Open Cut Method (~ Depths) , J1 yJ {~ -YU,V\.J.J Dollars and ti'.C Cents per Linear Foot 3. 85 EA 4:' ?anj tary Sewer Sf)rvice Tap -~\ • Dollars and Cents per Each LGGROUP Project No. 204148 .00 A-1 SECTION A PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACEMENTS Part A -Sanitary Sewer Replacements ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITTEN IN WORDS 4. 11 EA Standard 4' Diameter Sanitary Sewer Manhole (0-6' Depth) £.~w;/ ML Dollacs an~ 00 Genis per Each 5 . 3 VF Added Depth for Standard 4' Diameter Sanitary ,,ter Manhole >6' ~Q YIJJvVl)M_l Dollars and QQ] I (fl) ' Cents per Vertical Foot 6. 11 EA fuight Sanitary Sewer Manhole Inserts JJtI.r-Dollars and 'U> I lni Cents per Each 7 . 9 EA Con~rete Collar fd.t:lry Sewer Manhole f\ \rG • Vl LA..V\ Dollars and 00" / I I/IJ Cents per Each 8 . 11 EA Vacuum Test Sanitary Sewer Manhole ~~ Dollars Cents per Each 9. 6 VF Interior Manhole Coating for Standard 4' Diameter 1T;:~~::r:x: Dollars and 00 / 11m Cents per Vertical Foot 10 . 6 EA Remove Existing Sr itarzewer Manhole ~ ' \r),uVt [\l Dollacs and O I (D2. Cents per Each 11. 5 CY Abandon Existing Sanitary Sewer Line and Pressure fu with Flowable Fill L Ji. -Vt U V\~ Dollars and '~ ( 1.11 2 -ents per Cubic Yard LGGROUP Project No. 204148 .00 A-2 UNIT COST TOTAL COST $ \.ioo® $ \q ,ioo<J?J $ 2DD CJD $ koo ffD $ tfo ITT) $ 44-0 0() $ foolfb $~,Goo 00 $ 'li)lfD $ iio<fb $ zoo lfb $ LzooVb $ 3x)om $ l, ~00 lfl) $ 4oouv $ Z,000 01 SECTION A PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACEMENTS Part A -Sanitary Sewer Replacements ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITTEN IN WORDS 12. 5 LF C[r~te Encasement C7oxfvt-Dollars and cro1,~ Cents per Linear Foot 13. 3065 LF Tren C")afety System for Excavations Over 5' Depth ~ Dollars and DCYI 11n\ Cents per Linear Foot I 14. 85 EA Two-Way Cleanout uanitary Sewer Service Line ITwovwndht1 ~ Dollars and 00 / 1:,-Cents pe_r _E~ ~. 15. 3065 LF Pre-Construction TV Inspection of Existing Sanitary se;z;; Dollars and Oil ( 1110 Cents per Linear Foot 16. 3065 LF Post Construction TV Inspection of New Sanitary Sewer Pipe C)~ Dollars and OC I I irn Cents per Linear Foot 17. 1 EA Exploratory Excavati~Hole) Twc~ta Dollars and OUlttID Cents per Each 18. 3906 LF Temp . Pavement Repair per Fig . 2000-1C (2" H.M.A.9 . and 6" Flex. Base) 11u~ Dollars and ntJlum Cents per Linear Foot 19. 735 LF Perm. Pavement Repair per Fig. 2000-1 (2" H.M.A.C. and 8" ?:27 Cone .) an~ Dollars Cents per Linear Foot ---,- LGGROUP Project No . 204148.00 A-3 UNIT COST TOTAL COST $ ~Dill) $ 300<fl) $ \ ut) $ 3 Jj,[f; O'"D $2(})V1) $2J ,Zf[)UD $ ll5l) $~,\~~ $ \ 01) $ 3/0(cf;Yb $ 2,00061) $2/Wtr;) $ \3 U1) $B)n~'1 $ ~DITT) $ %,loo® SANITARY SEWER REPLACEMENTS SECTION A PROPOSAL TOTAL AMOUNT OF BID FOR PART A: TRANSFER TOTAL AMOUNT BID FOR PART A TO BID SUMMARY, ITEM 1, ON PAGES A-23 and A-24 . * Type of Pipe Used: PVC Pipe (SDR-35, Per El-25, 6 -15 inch) PVC Pipe (SDR-26, Per El-25, 6 -15 inch) PVC Pipe (PS-46, Per El-27, 6 -15 inch) PVC Pipe (Composite Pipe, Per El -29 , 8 -15 inch) PVC Pipe (Corrugated Pipe, Per El-31, 6 -15 inch) LGGROUP Project No. 204148 .00 A-4 / SECTION A PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACEMENTS P rt B W t L" R I t a -a er me ep acemen s ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITIEN IN WORDS 1. 33 LF 6" PV~ DR 14 Waj.er Pipe (All Depths} mu~-~ Dolla,s and ==IN Cents per Linear Foot 2 . 2391 LF 8" P\{C DR 14 Water Pipe (All Depths) WJJ:x · ~\ft Dollars and D fi'I (i di\ Cents per Linear Foot l 3. 672 LF ~vc DR 14 Water Pipe (All Depths} .~ Dollars and 0111i1m Cents per Linear Foot 4 . 3 EA 6" Gate Valve w/Cast Iron Box and Lid E1~-hund~1l Dollars and ( J cJO / 1 11) Cents per Each 5. 10 EA 8" Gate Valve w/Cast Iron Box.and Lid ~,v:i_. hiArJ~J-~ Dollara and OI) I 11ro Cents per Ea 6 . 1 EA 1 O" Gate Valve w/Cast Iron Box ~nd Lid h\lJ&Wy\:,VWJrrd ~"·" and VO I LIi\--Cents per Each 7. 2 TN Cast Iron/Ductile lro;:;:;r Tuw .-tfuru-Dollars and trO / W) Cents per Ton 8 . 25 EA Class "A" Plastic Meter Box.(Single Head Service) C)n,e.hµajr e4 ~ Dollars and oVI t ""---' Cents pe h LGGROUP Project No. 204148.00 A-5 UNIT COST TOTAL COST $ 3f;6D $ l, lf;!;.Lm $ 3rJD $i3~~~ $~ru $ tiDoo $<mouo $ 2, ifrovD $ qg)UD $ q,~a)UP $l,%l)Ob $ l ,~B)U} $ 3 )3l>D ® $ ~lwrD $ lB)OD $8/I.!d)n> SECTION A PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACEMENTS P B W L" R I t art -ater me ep acemen s ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITTEN IN WORDS 9 . 59 EA 1" Services Tap to Mair1 'Two· nurdMJ.-h~ Dollars and ut> lt lrb Cents e.:} Each 10 . 1070 LF 1" Copper Service Line from Main to Meter, Including Setting Meter Box 1\.u.~ Dollars and ~Cents per Linear Foot 11. 1 EA Class "B" Plastic Meter Box (Single Head Service) 'Two,~AJ.~ Dollars and 00 ( t 1/lZ Cents per ch 12 . 1 EA 2" Single Head Service Tap to Main ~@ ·llitvrl (e4 ·itt1J Dollars and Q!,1{ 1 tro Cents per ch 13. 1 LF 2" Copper Service Line from Main to Meter, Including Setti~g Meter Box tj ~ \r{ V\,,U. rJ ( Dollars and 00 l I lru Cents per Linear Foot 14. 26 EA Class "C" Plastic Meter :jx (Bullhead Service) TWO · h,u_ V'd. re Dollars and 00 I < Ill) Cents per Each 15. 26 EA Multiple Service Branches for 1" Copper Service -ifwo· nu ndAJ · ~ ltC~vt .fuo11ars and OD I I IJl) Cents pir Each 16. 790 LF 3/4" Copper Service Line on Private Property by a Licensed Plumber r(tl\--, Dollars and OU I tlA.. Cents per Linear Foot LGGROUP Project No. 204148 .00 A-6 UNIT COST TOTAL COST $2g)Ub $ \f,1fi)ij $ ~Ul) $82,\ ODVD $L1;t)UD $ 2r;J:)UD $15DG'D $ '7ffi (ff) $5oouo $Goo<n) $2.DD U7J $G,ZDo 01 $21G (fl) $1 JSDlrl $(0(!)) $ ,,qoo~ SECTION A PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACEMENTS P B W L" R I t art -ater me ep1acemen s ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITTEN IN WORDS 17. 2 EA 1 112:· Single Head;:;i_e Tap to Main h \I:, " bnd Dollars and @/11m Cents per Each 18. 55 LF 1 1 /2 " Copper Service Line from Main to Meter, Including Setting Meter Box ~~mi Dolla rs Cents per Linear Foot 19 . 40 EA ~oca te Exis;:i;;;r:ox [\9 .VU.L Dollars and l&l>[ llrD Cents per Each 20 . 2 EA Remove and Salvage r sting Fire Hydrant h ~ ~Jl( Dolla rs and 0 0'/ l (f\) Cents per Each 21 . 2 EA Standa~~'-6 " Depth) Two· Dollars and uo l!ru Cents per Each 22 . 2 VF StanQard Fire Hydran:Jarrel and Stem Extension h \f€ . Vl,l,l vJ fe Dollars and <JJ I tl{l) Cents per Vertical Foot 23 . 2 LF Trench Safety for Excavations >5' Depth C)rvu Dollars and ®I ( rn Cents per Linear Foot 24 . 3426 LF Temp . Pavement Repair per Fig 2000-1 C (2" H.M.~.C. and 6" Flex . Base .) ~,h;tu,rv-Dollars and !fl) I I ILi/ Cents per Linear Foot 25 . 30 LF Perm . Pavement Repair per Fig 2000-1 (2" H.M.A.C . and 8" 2:27 Cone .) , fu~-~ Dollars and OU Ill!,... _., Cents per Linear Foot LGGROUP Project No . 204148 .00 A-7 UNIT COST TOTAL COST $501/'b $1,DDO JV $ L{-o"b $l,WOvv $\OD® $ ~,00001) $:Goo® $ l ,OD0uV $ 210lDOD $4,01))01) $ SOD® $ l, DOD (ll) $ l tro $2((1) $13 {fl) $l}tG3iw $tlfb $L3£DlfU SECTION A PROPOSAL UNIT I: WATER AND SANITARY SEWER REPLACEMENTS P rt B W t L" R I t a -a er me ep acemen s ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITTEN IN WORDS 26. 1 LS Provide 2" Temporary Water Service lfwe~~%&1rcf Dollars and -HA,..., Cents per Lump Sum 27. 5 LF Concrete Encasement aP·~lnJ Dollars Cents per Linear Foot 28 . 5 LF ~~~~ Dollars and OU 11 ~) -Cents per Linear Foot 29 . 1 EA Exploratory Excavation (D-H~ f~kuwl Dollars an ~nts per Each WATER LINE REPLACEMENTS TOTAL AMOUNT OF BID FOR PART B: UNIT COST TOTAL COST $ ~ 01J[) ITT) $ 2-q, 00') ({J) $ <Jl)rfD $~Ill) $ Lk;"'ut) $ vs;{fl) $ l /iDOtm $ Lioo (fJ) TRANSFER TOTAL AMOUNT BID FOR PART B TO BID SUMMARY, ITEM 2, ON PAGES A-23 and A-24. LGGROUP Project No. 204148 .00 A-8 SECTION A PROPOSAL UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C1a -Ida Way and Sun Valley Street Reconstruction {Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST TOTAL COST NO. WRITTEN IN WORDS 1. 989 CY Unclas~ified Street Excavation 8~ Dollars $ i.57) $ g)Lt()brfJ and r;,n Cents per Cubic Yard ~ • V V 2. 2761 LF Remove Existing Concrete Curb and Gutter D~ Dollars $1.1£ $41~5)1:i and 16"' .~LinearFoot ~ MJ.t-e~ u V 3. 1011 SY Remove Existing Concrete Sidewalk , Leadwalks, and Dri ~y~ $ £® $S{)fh(JD \. \r{; Dollars and QO 11 0) Cents per Square Yard 4 . 5204 SY Construct 6" Re inforced Concrete Pavement Tulktt~ -(fYlL Dollars $31 .sv $ lloJ,q20 ® and • r;;..r. Cents per Square Yard -1 /l/j\- I V LJ 5 . 2890 LF Construct 7" Attached Concrete Curb o~ Dollars $ \ Ul) $ 2,iqo&V and -»-.,0 Cents per Linear Foot 6 . 4083 SF Construct 4" Re inforced Concrete Sidewalks and Ra~sV{J Dollars $601) $20.+iuo and AL<) Cents per Square Foot 7 . 5464 SF fi~truct 6" Re inforced Concrete Driveway \IV Dollars $0£0 $?/),DflDC and =ti ~ Cents per Square Foot 8. 5598 SY 6" Lime Stabilization ~~ Dollars $ 3mJ $1~,7q~ and -C.U) Cents per Square Yard LGGROUP Project No . 204148 .00 A -9 SECTION A PROPOSAL UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C1a -Ida Wav and Sun Vallev Street Reconstruction (Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST NO. WRITTEN IN WORDS 9. 76 TN D e for Stabilization @ 27 #/SY Y\-{. ltlu~J vcJ -~ Dollars $llotro and ~M..{) Cents per Ton 10 . 520 SY Asphalt Roadway Transition T Wt~· ~ Dollars and == Cents per Square Yard $ l5UD 11 . 4 EA Adjust Water Valve to Proposed Grade Two-Hundred Dollars $ 200 .00 and 00 Cents per Each 12 . 24 EA Adjust Water Meter Box to Proposed Grade Th irtv-Five Dollars $ 35 .00 and 00 Cents per Each 13 . 6 EA Adjust Sanitary Sewer Manhole to Proposed Grad e Three-Hundred-Fiftv Dollars $ 350 .00 and 00 Cents per Each 14 . 7014 LF Silicon Joint Seal (Concrete Pavement) LJVU:-Dollars $ I ~ and vkt~ Cents per Linear Feet V V {) 15 . 126 CY Topsoil Fourteen Dollars $14.00 and 00 Cents per Cubic Yard 16 . 1 LS Miscellaneous Utility Adjustments Three-Thousand-Five-Hundred Dollars $3,500 .00 and 00 Cents per Lump Sum LGGROUP Project No. 204148.00 A-10 TOTAL COST $ i,Jtii'V $13,~U)) $ 800 .00 $ 840 .00 $2,100.00 $ lo,qi , Ul) $1 ,764 .00 $3,500.00 ITEM NO. 17. 18 . 19. 20 . 21 22 23 QTY. UNIT 4 EA 2 EA 140 LF 240 LF 60 LF 40 LF 1 LS SECTION A PROPOSAL DESCRIPTION OF ITEM WITH UNIT COST WRITTEN IN WORDS Project Designation Signs Two-Hundred Dollars and 00 Cents per Each Remove and Replace Brick Mailbox ---r~~~J~ Dollars and _AIU) Cents per Each Remove and Replace Wrought Iron Fence with Brick Posts . rT\'\I~ -~ Dollars and === Cents per Linear Foot Remove. and Replace 4' High Chain Link Fence ~l~ Dollars and ~ Cents per Linear Foot Remove and Replace 5 ' High Chain Link Fence J~ Dollars Cents per Linear Foot Remoye and Replace 4' Wooden Picket Fence h ~4'\..._;:::, Dollars and =Vi{) Cents per Linear Foot Storm Water Pollutio ~on Plan ~~ Dollars and -MA) -~..-Cents per Lump Sum 1. BASIC PAVEMENT RECONSTRUCTION ITEMS (Sum of Items 1 through 3, +7, + 10 through 13, + 15 through 23) = UNIT COST TOTAL COST $ 200.00 $ 800 .00 $1, 21YD [{\) $2,1{®£/l) $ 2G® $ 3,5CO<fl) $ lgUl) $ ~,~ov() $20 ((1) $1,200u?> $ \_Glib $ loOOlfb $ 8,0UDro $ g I (5lJl) l!1J $ ____ ~_____.lo ,~4 o ____ q ._2 ~- TRANSFER TOTAL TO PAGE A-12, (Item 2, next page) 2. CONCRETE PAVEMENT ITEMS (BASE BID) (Sum of Items 4 + 5 + 8 + 9 + 14) = TOT AL CONCRETE STREET RECONSTRUCTION TOTAL AMOUNT OF BID FOR PART C1a (1.+2.) LGGROUP Project No . 204148 .00 A-11 SECTION A PROPOSAL TRANSFER TOTAL AMOUNT BID FOR IDAWAY AND SUN VALLEY CONCRETE PAVING PART C1a TO BID SUMMARY, ITEM 4, ON PAGE A-23. 3. CONCRETE SIDEWALKS AND RAMPS (Item 6.) TRANSFER TOTAL AMOUNT FOR SIDEWALKS AND RAMPS TO BID SUMM ON PAGES A-23 AND A-24 UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMEN Part C2a -Ida Wa and Sun Valle Street Reconstruction -As ITEM NO. 24. 25 . 26. 27. 28. QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST WRITTEN IN WORDS 4522 SY 6" HMAC Street Pavement and 2890 LF 7" Concrete Curb and 18" Coner e Gutter Dollars and 65 SY and 5598 SY Dollars are Yard 102 TN Dollars Cents per Ton 1. STREET RECONSTRUCTION -AL TERNA TE "A" (ASPHALT PAVEMENT ITEMS) (Sum of Items 24 through 28) 2. BASIC PAVEMENT RECONSTRUCTION ITEMS (From Page A-11, previous page) (Sum of Items 1 through 3, +7, + 10 through 13, + 15 through 23) = LGGROUP Project No . 204148 .00 A-12 TOTAL COST $ $ $ $ $ $ $ $ $ $ $ __ ~0~·ifb __ $_i ~_, Lt_oq_. z_~_ SECTION A PROPOSAL TOTAL AMOUNT BID -ASPHALT PAVEMENT ALTERNATE "A" (1. + 2.) = TRANSFER TOTAL AMOUNT BID FOR IDAWAY AND SUN VALLEY ASPHALT PAVING PART C2a TO BID SUMMARY, ITEM 4, ON PAGE A-24. LGGROUP Project No. 204148.00 A-13 SECTION A PROPOSAL UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C1 b -South Hu ~hes Street Reconstruction (Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST NO. WRITTEN IN WORDS 1. 431 CY Unclassified Street Excavation ~~ Dollars $ q U\) and __M.{) Cents per Cubic Yard 2. 2391 LF Remove Existing Concrete Curb and Gutter 0 ¥\..t, Dollars $ \~i;- and , ~ ~ents per Linear Foot 3. 307 SY Remove Existing Concrete Sidewalk , Leadwalks, and Driveways $£Ob t='tw Dollars and ...Mi} Cents per Square Yard 4 . 2401 SY Construct 6" Reinforced Concrete Pavement -' (;}'LL, Dollars an ~ fuScents per Square Yard $3l.ZG 5. 2391 LF Construct 7" Attached Concrete Curb 0/IU'.../ Dollars $1 lfb and _At() Cents per Linear Foot 6 . 4256 SF Construct 4" Reinforced Concrete Sidewalk and R~~ Dollars $but) and ....M.{,) Cents per Square Foot 7. 2443 SF Construct 6" Reinforced Concrete Driveway fj"fill h~ Dollars $ and ~_Cents per Square Foot V V V 8. 2587 SY 6" Lime Stabilization Tu~ Dollars $3r.Jb and ~ Cents per Square Yard LGGROUP Project No. 204148 .00 A-14 TOTAL COST $3g1qw $4,1z+2 " $ l,55f}1b $1fJ,05/2t5 $2,5q I Vb $21,ZiD(J{) $18,~8051 $1 /7(ol @ , SECTION A PROPOSAL UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C1 b South Hughes Street Reconstruction (Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITTEN IN WORDS 9. 35 TN Lime for Stabilization @ 27 #/SY Oru ,VU,Lvd~-~ Dollars }./t-0 . and Cents per Ton 10 . 39 SY Asphalt Roadway Transition Tw~ •~vv Dollars and == Cents per Square Yard 11. 5 EA Adjust Water Valve to Proposed Grade Two-Hundred Dollars a nd 00 Cents per Each 12 . 9 EA Adjust W ater Meter Box to Proposed Grade Thirty-Five Dollars and 00 Cents per Each 13 . 3 EA Adj ust Sanitary Sew er Manhole to Proposed Grade Three-Hundred-Fiftv Dollars and 00 Cents per Each 14 . 1612 LF Silicon Joint Seal (Concrete Pavement) CJ JtlV Dollars and J:i~ Cents per Linear Feet vvu 15. 186 CY Topsoil Fourteen Dollars and 00 Cents per Cubic Yard 16 . 1 LS Miscellaneous Utility Adjustments Fifteen-Hundred Dollars and 00 Cents per Lump Sum LGGROUP Project No . 204148.00 A-15 UNIT COST TOTAL COST $ll0Ul) $3;i0(/t) $ 2-f;ob $ q1;uo $ 200 .00 $1,000 .00 $ 35.00 $ 315.00 $ 350.00 $1 ,050 .00 $ I G) $ 2,i r~ vv $14.00 $2,604 .00 $1,500.00 $1 ,500 .00 ITEM NO. 17. 18. 19. QTY. UNIT 2 EA 1 EA 1 LS SECTION A PROPOSAL DESCRIPTION OF ITEM WITH UNIT COST WRITTEN IN WORDS Project Designation Signs Two-Hundred Dollars and 00 Cents per Each Remove and Replace Brick Mailbox ~lrtuvJAul Dollars and • .Atlll Cents per Each Storm Water Pollution Prevention Plan 1Mu -~0L Dollars and AM) Cents per Lump Sum 1. BASIC PAVEMENT RECONSTRUCTION ITEMS (Sum of Items 1 through 3, +7, + 10 through 13, + 15 through 19) = TRANSFER TOTAL TO PAGE A-17, (Item 2, next page) UNIT COST TOTAL COST $ 200 .00 $ 400.00 $ l,3UbVb $ l, 3lIDllU $ ,3, ITTJl) lfl) $ 3)JU,/1) 2. CONCRETE PAVEMENT ITEMS (BASE BID) (Sum of Items 4 + 5 + 8 + 9 + 14) = $_0_L ~_Gl_. 2_1i_ TOT AL CONCRETE STREET RECONSTRUCTION TOTAL AMOUNT OF BID FOR PART C1b (1.+2.) $ ____ l_l ............. &, _(o5""--"-0 _· UV __ TRANSFER TOTAL AMOUNT BID FOR SOUTH HUGHES CONCRETE PAVING PART C1b TO BID SUMMARY, ITEM 5, ON PAGE A-23. 3. CONCRETE SIDEWALKS AND RAMPS (Item 6.) TRANSFER TOTAL AMOUNT FOR SIDEWALKS AND RAMPS TO BID SUMMARY, ITEM 12., ON PAGES A-23 AND A-24 LGGROUP Project No. 204148.00 A -16 SECTION A PROPOSAL UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C2b South Hughes Street Reconstruction -(Asphalt Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST NO. WRITTEN IN WORDS 20. 2070 SY 6" HMAC Street Pavement / Dollars and Cents per Square Ya rd / 21 . 2391 LF 7" Concrete Curb and 1 B" Concret~ D ars 0) and Cents per Linear oot .r\ '\. 22 .. 37 SY 7" Concrete Va lle y Gutter / ~ \ J Dollars $ and Ce f per Square Yard 23 . 2587 SY B" Ume Stabm,ai Dollars $ and I Cents per Square Yard I 24. 47 TN Lime for Sta i£1ization @ 36 #/SY Dollars $ and Cents per Ton TOTAL COST $ $ $ $ $ 1. STREET RECONSTRUCTION -ALTERNATE A (ASPHALT PAVEMENT ITEMS) (Sum of Items 20 through 24) $ __ ~0_· ([]_)'---_ 2. BASIC PAVEMENT RECONSTRUCTION ITEMS (From Page A-15, previous page) (Sum of Items 1 through 3 , +7, + 10 through 13, + 15 through 19) = TOTAL AMOUNT BID -ASPHALT PAVEMENT ALTERNATE "A" (1. + 2 .) = TRANSFER TOTAL AMOUNT BID FOR SOUTH HUGHES ASPHALT PAVING PART C2b TO BID SUMMARY, ITEM 5, ON PAGE A-24. LGGROUP Project No . 204148.00 A-17 SECTION A PROPOSAL UNIT 11: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C1c-Canberra Court Street Reconstruction (Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST NO. WRITIEN IN WORDS 1. 1366 CY Unclassified Street Excavation 8,~ Dollars $i .GO and CM Fl Ar Cents per Cubic Yard V V U 2 . 3923 LF Remove Existing Concrete Curb and Gutter n~ Dollars $1. GD and J.:... l-'v7I" Cents per Linear Foot V V V 3 . 2237 SY Remove Existing Concrete Sidewalk , Leadwalks, and Driveways $ _G""(Jb t1\rt'J Dollars and VL{) Cents per Square Yard 4. 7640 SY Construct 6" Reinforced Concrete Pavement ~~ Dollars $ 50 (fl) Cents per Square Yard 5. 3923 LF Construct 7" Attached Concrete Curb C)vt,(_/ Dollars $ l lfD and M.{) Cents per Linear Foot 6. 14,377 SF Construct 4" Reinforced Concrete Sidewalk and R~~ Dollars $f;{flj and A.I) Cents per Square Foot 7. 5760 SF Construct 6" Reinforced Concrete Driveway h~ Dollars $ ~50 and ~~ Cents per Square Foot 8 . 8192 SY 6" Lime Stabilization J}t~ Dollars $ 3(11) Cents per Square Yard LGGROUP Project No . 204148.00 A-18 TOTAL COST $ l \ I lol \ ifb $s~i+@ $\ LliGl1 $ 22q, 2J)O(fb $ 3,q23 {/2) $1L~ZGl5 $3 1,lo2D~ $2tf E1tovo SECTION A PROPOSAL UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C1c Canberra Court Street Reconstruction (Concrete Pavement) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST NO. WRITIEN IN WORDS 9. 111 TN Lime for Stabilization @ 27 #/SY DV\Q ·\tuty\dAd~ Dollars 4!.Q • and Cents per Ton 10. 135 SY Asphalt Roadway Transition T~-~ Dollars and_ ents per Square Yard 11 . 3 EA Provide and Install Standard Dead-End Barricade ~-~ Dollars and == ~r Each 12. 2 EA Adjust Water Valve to Proposed Grade Two-Hundred Dollars and 00 Cents per Each 13. 19 EA Adjust Water Meter Box to Proposed Grade Thicty-Five Dollars and 00 Cents per Each 14. 5 EA Adjust Sanitary Sewer Manhole to Proposed Grade Three-Hundred-Fiftv Dollars and 00 Cents per Each 15. 8341 LF Silicon Joint Seal (Concrete Pavement) o~ Dollars and ~ Cents per Linear Feet 16. 186 CY Topsoil Fourteen Dollars and 00 Cents per Cubic Yard 17. 1 LS Miscellaneous Utility Adjustments Five-Thousand Dollars and 00 Cents per Lump Sum LGGROUP Project No. 204148.00 A-19 UNIT COST TOTAL COST $l(DUb $ \ L,ll O VD $ l!]fb $3,375(/0 $ Llf;® $1 F° $ 200 .00 $ 400 .00 $ 35 .00 $ 665 .00 $ 350.00 $1,750 .00 $I.ED $12,!;l/57) $ 14.00 $2,604.00 $5,000.00 $5,000.00 .. ITEM NO. 18. 19. 20. 21. 22. QTY. UNIT 2 EA 3 EA 380 LF 290 LF 1 LS SECTION A PROPOSAL DESCRIPTION OF ITEM WITH UNIT COST WRITIEN IN WORDS Project Designation Signs Two-Hundred Dollars and 00 Cents per Each T~od ;~ ~a~B;:rlbox Dollars and -..M-0 Cents per Each r=igh Chain Link Fence ~ Dollars and 4<.C Cents per Linear Foot Remove and Replace 5' High Chain Link Fence ~~ -iwo Dona" and_ Cents per Linear Foot Storm Water Pollution Pre;.;/_ion Plan ~ ~&:t Dollars and -W} Cents per Lump Sum UNIT COST TOTAL COST $ 200 .0 0 $ 400.00 $ I J 2(5() Ul) $ 3, lffi) Ul) $lqifb $1,220 Vb $ 221/b $~,3~Ub $1)Wbt{lj $ 3/0VDn 1. BASIC PAVEMENT RECONSTRUCTION ITEMS(*) (Sum of Items 1 through 3, +6, +7, + 10 through 14, ( 1 _/ . r1r11 I CJ \ + 16 through 22) = $ \S)lj), l · I 1 , ~ U TRANSFER TOT AL TO PAGE A-21, (Item 2, next page) 2. CONCRETE PAVEMENT ITEMS (BASE BID) (Sum of Items 4 + 5 + 8 + 9 + 15) = TOT AL CONCRETE STREET RECONSTRUCTION TOTAL AMOUNT OF BID FOR PART C1c (1.+2.) TRANSFER TOTAL AMOUNT BID FOR CANBERRA COURT CONCRETE PAVING PART C1c TO BID SUMMARY, ITEM 6, ON PAGE A-23. (*) Note: Basic Pavement (above) for Canberra includes Sidewalks, Item No. 6 LGGROUP Project No . 204148.00 A-20 SECTION A PROPOSAL UNIT 11: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part C2c Canberra Court Street Reconstruction -As halt Pavement ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST TOTAL COST NO. WRITTEN IN WORDS 23 . 6590 SY 6" HMAC Street Pavement Dollars $ $ Cents per Square Yard 24 3923 LF 7" Concre Curb and 18" Concrete Gutter $ $ and 25. 124 SY 7" Concrete Valley Gutter $ and 26 . 8192 SY 8" Lime Stabilization Dollars $ $ and Cents per Square Yard 27. 148 TN Lime for Stabilization @ 36 #/SY Dollars $ $ and Cents per Ton 1. STREET RECONSTRUCTION -ALTERNATE A {ASPHALT PAVEMENT ITEMS) {Sum of Items 23 through 27) $ __ o_.tJD __ 2. BASIC PAVEMENT RECONSTRUCTION ITEMS {From Page A-20, previous page) {Sum of Items 1 through 3, +6, +7, + 10 through 14, + 16 through 22) = $ TOT AL AMOUNT BID -ASPHALT PAVEMENT ALTERNATE "A" (1. + 2.) = $_\_loG ____ , 1_1 _~. _Q)_ TRANSFER TOTAL AMOUNT BID FOR CANBERRA COURT ASPHALT PAVEMENT PART C2c TO BID SUMMARY, ITEM 6, ON PAGE A-24. LGGROUP Project No. 204148 .00 A -21 .. SECTION A PROPOSAL UNIT 11: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS Part D -Drainage Improvements (Canberra Court) ITEM QTY. UNIT DESCRIPTION OF ITEM WITH UNIT COST UNIT COST NO. WRITIEN IN WORDS 1. 70 LF Remove Existing 18" RCP f l ~ Dollars and ==== Cents per Linear Foot $ l;-w 2. 1 EA Remove Existing 5' Curb Inlet f(M\ruuJJt,e J-t ~ Dollars and .Ai\.{) Cents per ch $ i{g)ul> 3 . 1 EA Rem9ve Existing 10' Curb Inlet h \,e . ~;vtL-Dollars $foow and -AA.I ) Cents per Each 4. 48 LF Class 11121 " R.C .P. Complete in Place ~ Dollars and • ~ Cents per Linear Foot $ ryD (/[) 5. 38 LF Class 111 .24" R .C .P . Complete in Place an~R Dollars $ zouv Cents per Linear Foot 6. 2 EA Construct S~nlet l1v\_u . $ 3,[Wl)w Dollars and .!Ul1 Cents per Each 7. 300 LF Proposed 6" Pipe Subdrain $Z7b1 Tw~·~Dollars and == Cents per Linear Foot DRAINAGE IMPROVEMENTS TOTAL AMOUNT OF BID FOR PART D TOTAL COST $ \ D!JDUO 1 $~UV $r;ooU1J $ 3 /3 (oO C11J $ 3 1 oi{-0 vV :,.:l $(o)000- $~) (Y[)LIV TRANSFER TOTAL AMOUNT BID FOR PART D TO BID SUMMARY, ITEM 7, ON PAGES A-23 and A-24. LGGROUP Project No . 204148 .00 A-22 SECTION A PROPOSAL BID SUMMARY CONCRETE PAVING ALTERNATE (BASE BID) UNIT I: WATER AND SANITARY SEWER REPLACEMENTS 1. TOT AL AMOUNT BID FOR SECTION A = (SANITARY SEWER REPLACEMENTS) (P. A-4) 2. TOT AL AMOUNT BID FOR SECTION B = (WATER LINE REPLACEMENTS) (P. A-8) 3. TOTAL AMOUNT BID FOR UNIT I= (1.+2.) UNIT II: STREET RECONSTRUCTION AND DRAINAGE IMPROVEMENTS 4. TOT AL AMOUNT BID FOR SECTION C1a= {Ida Way and Sun Valley Concrete) (P. A-11) 5. TOT AL AMOUNT BID FOR SECTION C1 b= (S. Hughes Avenue Concrete) (P . A-16) 6. TOTAL AMOUNT BID FOR SECTION C1c= (Canberra Court Concrete) (P. A-20) 7. TOTAL AMOUNT BID FOR SECTION D = (Canberra Court Drainage) (P. A-22) 8. TOTAL AMOUNT BID (6.+7.)= (Canberra Court Paving and Drainage) 9. TOTAL AMOUNT BID FOR UNIT II= (4.+5.+8.) = * (CONCRETE STREET ALTERNATE) 10. TOTAL AMOUNT BID (UNITS I AND 11) = (3.+9.) 11. Ida Way & Sun Valley Sidewalk Alt. (P. A-12) = 12. S. Hughes Sidewalk Alternate (P. A-16) = 13. Total Sidewalk Alternate (11.+12.) = * (CONCRETE STREET +SIDEWALK) 14. ALTERNATE "B" (10.+13.) = $ 31 0 ;800·00 $ lZ9 ,qB~·Ou $ wD5}25G ·OO / $ 2~i l goo.20 $ 'Zlo I lo SO .oo $ 44-q) 1qf;.oa $ 22 ,S-OO ·OO $ ~ ri I I (ogr;-. 0 C) $ 2i1, 2Z_G . z0 $ Lt+go ,%0 .2~ $ 20 ,Lf/0, 00 $ 21,zio -oo $ 4 \ 1 lo q 0£, //D $ l ,G3Z, \00 .zq- * THESE TOTALS TO BE READ AT THE BID OPENING LGGROUP Project No . 204148.00 A-23 SECTION A PROPOSAL ASPHALT PAVING ALTERNATE "A" UNIT I: WATER AND SANITARY SEWER REPLACEMENTS 1. TOTAL AMOUNT BID FOR SECTION A= $ ________ _ (SANITARY SEWER REPLACEMENTS) (P . A-4) 2. TOTAL AMOUNT BID FOR SECTION B = $_ (WATER LINE REPLACEMENTS) (P. A ) UNIT II: STREET R C NST CTION AND DRAINAGE IMPRO E ENT 4. TOT AL AMOUNT BID F R S ION tJa= (Ida Way and Sun Valley sphalt) (P. A-3) 5. TOT AL AMOUNT BID FOR SECTION 1 b (S. Hughes Avenue Asphalt) (P. A-17) 6. TOT AL AMOUNT BID FOR SECTION C1 c= (Canberra Court Asphalt) (P. A-21) 7. TOT AL AMOUNT BID FOR SECTION D = (Canberra Court Drainage) (P. A-22) 8. TOTAL AMOUNT BID (6.+7.)= (Canberra Court Paving and Drainage) 9. TOTAL AMOUNT BID FOR UNIT II= (4.+5.+8.) * {ASPHALT STREET ALTERNATE) $_ $ _________ _ $ _________ _ 10. TOTAL AMOUNT BID (UNITS I AND II)= (3.+9.) $" ________ _ 11. Ida Way & Sun Valley Sidewalk Alt. (P. A-12) = $ _________ _ 12. S. Hughes Sidewalk Alternate (P. A-16) = $----"=--~---- 13. Total Sidewalk Alternate (11.+12.) = $ _________ _ * {ASPHALT STREET+ SIDEWALK) 14. ALTERNATE "C" (10 .+13.) = $ _________ _ * THESE TOTALS TO BE READ AT THE BID OPENING LGGROUP Project No . 204148.00 A-24 SECTION A PROPOSAL Within ten (10) days of notification from the City , the undersigned will execute t he formal contract and will deliver an approved surety bond and such other bonds as required by the Contract Documents , for th e faithful performance of the Contract. The attached bid surety, in the amount of 5% of the total amount bid , is to become the property of the City of Fort Worth, Texas, in the event the contract and bond , or bonds, are not executed and delivered within the time above set forth , as liquidated damages for the delay and additiona l work caused, thereby . The undersigned bidder, certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractors , or employment agency , in either furnishing or referring employee applicants to the undersigned , are not discriminated aga inst as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400 . The Bidder agrees to begin construction 10 calendar days after issue of the work order, and to complete construction w ithin 150 working days as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable ) [ 1 A. [ 1 [ 1 ~ The principal place of business of our company is in the State of ________ _ Non-resident bidders in the State of , our principal place of business , are required to be percent lower than resident bidders by state law. A copy of the statute is attached . Non-resident bidders in the State of __________ , our principal place of business , are not required to underbid resident bidders. The principal place of business of our company, our parent company , or majority owner, is in the State of Texas . Receipt is acknowledged of the following Addenda : Addendum No . 1 _j/fJ:,____,_....,._ _____ _ Addendum No.2 -~+----H------- AddendumNo .3 ________ _ (SEAL) If Bidder is a Corporation Telephone No . &/] · 5 7 :J · 3JQJ LGGROUP Project No . 204148 .00 A-25 SECTION A VENDORS COMPLIANCE TO STATE LAW - VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (our-of-state contractors whose corporate office or principal place of business are outside of the state of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or ·non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders . B . Our principal place of business or corporate offices are in the State of Texas __ . PROJECT: Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7 • Ida Way-Hillside Ave. To 5. Hughes Ave. {DOE No. 4573) • 5. Hughes Avenue -Ida Way To M. L. King, Jr. Freeway (US 287) (DOE No. 4416) • Sun Valley Drive -E. Loop 820 To Kay Dr. (DOE No. 4573) • Canberra Court-Thannisch Ave. To Berryhill Dr. (DOE No. 4417) {*) Project No. 00020 Unit I-Water Project No. P264 541200 605170002083 Unit I -Sewer Project No. P274 541200 705170002083 Unit II -Street Project No. C200 541200 205400002083 D.O.E. No. 4573, 4416, and 4417 (*) Canberra : DOE No . 4417 C115 541200 020 115 040 627 C.D . Undesignated GS67 541200 020 67 040 627 C.D. Undesignated C111 541200 020 111 040 627 C.D.B.G . GR76 541200 020 206 845 800 Page 1 of 2 VENDOR COMPLIANCE TO STATE LAW BIDDER: By : ____________ _ Company Name (Please Print) Signature: __________ _ City State ZIP Title: ------------ (Please Print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION Page 2 of 2 SECTION B UNIT I: WATER DEPARTMENT SPECIAL INSTRUCTIONS TO BIDDERS (WATER) PART C -GENERAL CONDITIONS PART C1 -SUPPLEMENTARY CONDITIONS TO PART C GENERAL PART D SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS PART E-MATERIAL SPECIFICATIONS - SECTION B SPECIAL INSTRUCTIONS TO BIDDERS (WATER) - SECTIONB SPECIAL INSTRUCTIONS TO BIDDERS (WATER) I. 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 exp erience 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 independe nt 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 proj ect, it must reflect the experience of the firm seeking qualification in work of both the sam e nature and technical level as · that of the project for wh ich bids are to be received. c) The Director of the Water Department shall be the sole judge as to th e acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of th e 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 demons trate experience and/or expertise. t) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received . Failure to notify shall not be a waiver of any necessary prequalification. 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount ofnot less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (IO) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond , a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3 .7. LGGROUP No. 204148 .00 A-S1TB(1) 4 . WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions ofD-3 Right to Audit pertain to this inspection. ( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located . "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. 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 LGGROUP No. 204148.00 A-SITB(2) privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced 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 AD A'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 Ord,inance No. 15530, the City of Fort Worth lias goaJs for the participation of minority business ~~te~rises and women.business e_nterprises in Cityc~ntracts. A copy_ofthe Ordin~ce'c.µi .,be obtamed from the Office of the City Secretary. The bidder shall subrrnt the MBE/WBE UTILIZATION FORM, SUBCONTRACTOIVSUPPLIER UTILIZATION FORM, PRIME t .. ~ ' J -· • . • • CONTRACTOR W AIYER FORM and/or the GOOD"F AITH EFFORT FORM ("with -.!) • • r' ·.c.:.·•, • ' ,' ,-,. ',,c'·-':' -'· ·. Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documi::ntation mustJ:,e r~c eived by the managing department no later than ~·:00 p.m., five(~) City business days ~ftf r:ihe :b1d ciht ning date . The bidder shall obtain a rec~ipt froth t;he appropriate employee of the aj'a:iiaging , d~pt1rtment to whom delivery was made. Such receipt shall be evidence that the docuinen,tation was received by the City. Failure to comply shall.reil(Jej;;the bid non-respon~ive. p[6ii' request, Contractor agrees to provide· the·~~er complete arid , accµrate infori:ti"ajj 9~r~g ~rdiµg "'" ' • • ( • ' . •, ', • . ' ,.,.~, •n.r' • r \ !_ < . ,• . \_• -'•,i,_,,;~'4-,J~>' Jc_)' actual.work performed by a MinorityBusineSs Enterprise (MBE) and/or ~oineU"busiriess enterprise .... , • . . -. ~-.-' ~-. --~_., • -~-i.-~-,,*:.;::,-,\, .. tf,i,."•' "~ >· .~E) on the contract and paym~nt .thereof., Go11~~tor further agrees to p~:rm~t ~y;,~u~! ~dl!)r ~amination of any books, .records or files in its'poss ession that will subsUintiate _the"~c tuaFw ork ~-. • • ~ • . ' '-... ··,'" .. , ' ~, ', : .• "·.~·· ,,..,. . ··"· ··:$_\"·_.f, . . ~rfprrµed by an MBE and/or .WBE .• The misrepresentation of facts (()ther. than a negligen~ IQ:· ~.·t·-!" •; . . . _•,_ '., • .,.-. ,.., _· : ·, ·•._• "' . !.7' . > :t:.. ;' ~ .,, mj~representation) and/or commission of fraud by the· Contractor will be grounds for t ~fmination;of ,W.~contract and/or initiating action wider appropriate~Federal, State or l~cal la~s ori r~in,ances f efutmg to false statements. Further, any .such riiisrep'resentation of(acts'{other.than a'ii,egli gent rt-. ~· .. ·.! . ' . -,, ,, .... ',"··· ,' " .· :">.d "' . . ',·-.;--c~...-:i;~ '4,;<. '.;c:...· ,.. .. misfepresentation) and/or commission of fraud will result in the Contrac'tor being detenriined)o be t~:';>-,f_~ •_ -'. ,:_• ~-~: .· . , _,_,\ , , ;_ '-< .. ;"l.l)t-w-";'l-f,•\. • ·•• ip:j~ponsible and barred from participating in City w.ork for a period oqime of not le~ tl!~ri. @'e~ (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 . LGGROUP No. 204148.00 A-S1TB(3) c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed. e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city 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. LGGROUP No . 204148.00 A-SITB(4) - SECTION B PART C -GENERAL CONDITIONS PART C1 -SUPPLEMENTARY CONDITIO""S TO PART C GENERAL - - - - - - - - - . . NOTE: The foilowing revisions to Item CG-6.12 CONmACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS shall replace, to its entirety, that which is currentlY.· shown on Pages C6-6 (8) to C6-6 (10) herei~. · CS-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify Cit'/s engineer and architect, and their personnei at the project site for Cor:t,actor's sole negligence. In addition, Contract~r covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, ,ts.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 aJleged 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 injurv, damage or death is caused. in whole or in piirt. bv the negliaence or alleoed negligence of Owner. its officers. servants. or employees. Contractor lik~wise 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 dame.~~. loss c:- di.:..struct icn ~J -property .the Owner ~.~:.::. ::;; :.·v, .. J ,c: µci"formance cf any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part ::·,, the negliaence or alleaed neglioence of Owner. its officers. servants or emoloyees. · ;,, u~e e\lent Owner receives a writt~n claim for damages against · the Contractor or its subcontractors prior to final payment, final payment shall not be made until Ccmractor either (a) submits to Owner satisfactory evidence ~h:.:.~ the clai m has been settled and/or a release frcr, the claimant involved. or (b) provides Owner with a le~er from Contractcr's liability insurance carrier tr.Zit the claim has been reierred to the insurar:ca 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 outstanclr:g as a result of work periormed under a City Contract. · · - - - - - - - - - ·-. - - - - Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-)..20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1. 32 C2-2 C2-2.l C2-2.2 C2-2.3 C2-2.4 C2-2.5 C2-2.6 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS DEFINITIONS Definition of Terms Contract Documents Notice to Bidders Proposal Bidder General Conditions Special Conditions Specifications Bond Contract Plans City City Council Mayor City Manager City Attorney Director of Public Works Director, City Water Department Engineer Contractor Sureties The Work or Project Working Day Calendar Day Legal Holiday Abbrev i ations Change Order Paved Streets and Alleys Unpaved Streets and Alleys City Streets Roadway Gravel Street INTERPRETATION AND PREPARATION OF PROPOSAL Proposal Form Interpretation of Quantities Examination of Contra~t Documents and Site Submitting of Proposal Rejection of Proposals Bid Security ( 1 ) Cl-1 Cl) Cl-1 (1) Cl-1 (2) Cl-1 (2) Cl-1 ( 2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (.3) ci-1 C3> Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 ( 4) Cl-1 C 4) Cl-1 (4) Cl-1 (4) Cl-1 C 4) Cl-1 C 4) Cl-1 (4) Cl-1 ( 5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 ( 6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 C 3) C2-2 ( 3) C2-2 C 3) ; ,. ' C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.ll C2-2.12 C3-3 C3-3.l C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3.7 C3-3.8 C3-3.9 C3-3.10 C3-3.ll C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4.6 C4-4.7 ·cs-s C5-5.l C5-5.2 C5-5.3 C5-5.4 C5-5.5 C5-5.6 C5-5.7 cs-s.s C5-5.9 CS-5.10 C5-5.ll CS-5.12 C5-5.13 C5-5.14 C5-5.15 CS-5.16 CS-5.17 C5-5.18 Delivery of Proposal Withdrawing Proposals Telegraphic Modification of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AWARD AND EXECUTION OF DOCUMENTS Consideration of Proposals Minority Business Enterpise Women-Owned Business Enterprise compliance Equal , Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contract9r's Obligations Weekly Payroll Contractor's Contract Administratioh Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operations Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of Inspectors Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Cleanup Final Inspection " . "' ., ( 2 ) C2-2 (4) C2-2 (4) C2-2 C4) C2-2 C4) C2-2 C4) C2-2 (5) C3-3 Cl) C3-3 (l} C3-3 Cl} C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 C 4) C3-3 (4) C3-3 (4) C3-3 (4) C3-3 (7} C3-3 (7) C3-3 C 7) C3-3 (8) C4-4 Cl) C4-4 Cl) C4-4 ( 1) C4-4 (2) C4-4 (2) C4-4 C 3) C4-4 C 4) C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 C5-5 CS-5 cs-s CS-5 cs-s CS-5 CS-5 C 1 > ( 1) ( 2) ( 2 ) ( 3) ( 3 ) ( 3 ) ( 4 ) ( 5 ) ( 5) ( 5) ( 6) ( 6 ) ( 7) ( 7 ) ( 8 ) ( 8) ( 9 ) 'c• , .: - - - - - - - - - -- - - CG-6 C6-6 •. 1 C6-6.2 CG-6.3 CG-6.4 C6-6.5 C6-6.6 C6-6.7 CG-6.8 CG-6.9 C6-6.10 C6-6.ll C6-6.12 C6-6.13 C6-6.14 C6-6.15 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7.l C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 C7-7.9 C7-7.10 C7-7.ll C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 C8-8 C8-8.l C8-8.2 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials and Processes Sanitary Provisions Public Safety and Convenience Privileges of Contractor in Streets, Alleys, and Right-of-Way . Railway Crossings Barricades, Warnings and Watchmen Use of Explosives, Drop Weight, etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment of Relocation of Public Utilities, etc. Temporary Sewer Drain Connections Arrangement and Charges of Water Furnished b y City Use of a se.-~tion of Portion of the Work Contractor's Responsibility for Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales .Tax PROSECUTION AND PROGRESS Subletting Assignment of Contract Prosecution of the Work Limitations of Operations Character of Workman and Equipment Work Schedule Time of Commencement and Completion Extension of time of Completion Delays Time of Completion Suspension by Court Order Temporary Suspension Termination of Contract due to Nat'ional Emergency Suspension of Abandonment of the Work and Annulment of Contract Fulfillment of Contract Termination for Convenience of the Onwer Safety Methods and Practices MEASUREMENT AND PAYMENT Measurement of Quantities unit Prices ( 3) C6-6 (1) CG-6 (1) C6-6 ( 1) C6-6 ( 2) C6-6 (2) C6-6 (3) C6-6 ( 4) C6-6 (4) C6-6 ( 5) CG-6 < 6 > C6-6 (8) CG-6 ( 8) C6-6 (10) C6-6 (10) CG-6 ( 10) C6-6 Cll) C6-6 ( 11) C6-6 ( 11) C6-6 (12) C6-6 (12) C6-6 (12) C7-7 Cl) C7-7 Cl) C7-7 Cl> C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (4) C7-7 (4) C7-7 (4) C7-7 (5) C7-7 (6) C7-7 (6) C7-7 (7) C7-7 (7) C7-7 (9) C7-7 (10) C7-7 (13) C8-8 (1) C8-8 (1) ,; •. .+ •, . , . ., ' ' !\ ,, ' ~- > > L ,, · . " ' CB-8.3 CB-8.4 CB-8.5 C8-8.6 C8-8.7 C8-8.8 C8-8.9 C8-8.10 C8-8.ll C8-8.12 CS-8.13 _, Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment ~ Adquacy of Design General Guaranty Subsidiary. Work Miscellaneous Placement of Material Record Documents f ' ' ' . ' '. 'i' ' . t . ( 4) .~ '• :,. ,. CB-8 C8-8 C8-8 C8-8 C8-8 C8-8 C8-8 C8-8 C8-8 CS-8 C8-8 ' . -. ( 1 ) ( 1) ( 2) ( 3 ) ( 3) ( 3 ) ( 4 ) ( 4) ( 5 ) ( 5) ( 5) - - - - - - - - - - -.. ..... - - - - PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 .. DEFINITIONS Cl-1.l 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: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects· and include the following items: b. 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 El-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F -BONDS {Sample) White PART G -CONTRACT (Sample) White 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 PARr D -SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) -~· t . . • Cl-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. Cl-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. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-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 req~irements 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. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. - 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, construct i on, 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. Cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by tne Contractor for the prompt and Cl-1 (2) - - -- - - - - - -- - - - faithful performance of the contract and include the following: a. b. c. d. Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Mairitenarice Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) Cl-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. Cl-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, in~luding 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. Cl-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. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 (3) -,.,~' f, ... '· t . ~ f . t ·. ,.. ) . .. ,,. ' "'i ', . . ' ' ' " Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed off i cial of the City of Fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT~ The duly appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents~ Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, .agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, pa.rtnership, company, firm, association, or corporation, entering in t o a contract with the Owner for the execution of the work~ acting directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, or others under contract with the principal contractor, supplying labor and materials or only labor, for work at the site of the project. Cl-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 en t ire 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. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, .and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less th a n seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A cale ndar day is any day of the week or month, no days being excepted. Cl-1.25 LEGAL HOLIDAYSi Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for · observance by City employees as fol l ows: ·i Cl-1 ( 4) A :r t .. 't· .. ', l . "' - - - - - - - - 1. 2. 3. 4. s. 6. 7. 8. 9. New Year's Day M. L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Fourth Friday in November December 25 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. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in .Contract Documents, the intent and meaning shall be as follows: AASHTO - ASCE LAW ASTM AWWA ASA HI Asph. - Ave. Blvd. - CI CL GI Lin. lb. MH Max. American Association of MGD State Highway Transportation Officials American Society of Civil ·Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron Center Line Galvanized Iron Linear or Lineal Pound Manhole Maximum Cl -1 (5) -Million Gallons Per Day CFS -Cubic Foot per Second Min. -Minimum Mono.-Monolithic % -Percentum R -Radius I.D. -Inside Diameter O.D. -Outside Diameter Elev.-Elevation F -Fahrenheit C -Centigrade In. -Inch Ft. -Foot St. -Street CY -Cubic Yard Yd. -Yard SY -Square Yard L.F. -Linear Foot D.I. -Ductile Iron >, '• ' . ' .. ·i ' \ ; . ' j. "(i ' ' \. 1• ; .I t . ' t 't- ,, 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 wh ,i ch was not specifically included in the scope of the project on which bids were submitte4. 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 ite~s in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. 2. 3. 4. 5. Any type of asphaltic concrete with or without separate base material. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. Brick, with or without separate base material. Concrete, with or without separate base material. Ariy combination of the above. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface 1s any area except those defined above for "Paved Streets and Alleys." Cl-1.30 CITY STREETS: A city street is defined as that area between the .right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: parallel lines two (4') feet back of exists. The roadway is defined as the area between (2') feet back of the curb lines or four the average edge of pavement where no curb Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any i~proveme nt was made. ' ,· Cl-1 (6) ' • ., ' - - - ...... - - - SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTIONC2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l 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 Cl) 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 nat~re and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5) years prior to the date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he · has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in , the proposal C2-2 ( 1) ... ' ·' r '·• ,,• forms or other parts of the Contract Documents will be considered as approximat~ 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 requi~ed for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigatio~s, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the ' ' C2-2(2) .. .)\ ,. " ,· - - - Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for whi6h he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given, and the proposal must ·be signed by a member of the firm, association, or partnership, or by a person duly authorized. If a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration · of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bids, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after the .official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it 1s 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 a~ 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 Bidde~s." 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 OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening ti.me. 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." ~11 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.ll IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, addit f ons, or conditions not called for, unauthorized alternate bids, or irreg ula r iti es of any kind. However, the C2-2(4) '"'· - - - - - -- ... - Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irreguiarity which cannot b e 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. b. c. d. e. f. g. h. Reasons for believing that collusion exists among bidders. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. 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. The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder havihg performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiries as the Owner may see fit to make. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. The bidder not filing with the Owner, one week in advance of the hour of the openihg of proposals the following: 1. 2. 3. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions. 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. 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 th e requirements stated herein, shall be set a~ide and not opehed. C2-2(5) - - - 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 waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman-owned Business Enterprise {WBE) on the contract and the payment therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, re·cords, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. ~ny material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1) ' , ' , The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided ~ssistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his of f ice 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 orr which the proposals were opened. The Owner reserves the right to C3-3 :S AWARD OF CONTRACT: w1thholdfinal action on the not to exceed forty-five proposals, and in no event inv~stigations have been proposed awardee .. _ proposals for a reasonable time, (45) days after the date of opening will an award be made until after made as to the responsibility of the 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 di3posed 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 o f 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 prritection of the Owner and all other persons against damage by r e ason of negligence of the Contractor, or improper e xecution of the work or t h e use of inf e rior ma terials. This performance C3-3 (2 ) - - - -. b. c. d. 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 a~d elfect until provisions as above stipulated are accomplished and final -payment is made on the project by the City. 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 CS-8.10. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of tha contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for Ln the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. 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 Own.er. 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 e~ecute said bonds and contract within ten (10) days, the proposal securi t y 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 writin~ to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution .of the contract. C3-3.ll 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. b. c. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this ~ontract, Workers' Compensation Insuran6e on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. · COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall rnaintaiti during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each oc6urrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occur r ence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: · L Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed adjacent to same). 4. Damage to und e rground utilities for $500,000. C3-3 (5) ,, . ' e. f. g. 5. 6. Builder's risk (where above-ground structures are involved). Contractual Liability (covers all indemnification requirements of Co~tract). 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 i~surance in an amo~nt not less than $100,000. 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. 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. LOCAL AGENT FOR I~SURANCE AND BONDING: The insurance and bondihg 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 othet claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and ent e rs into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational busin e ss office within the Fort Worth-Dallas metropolitan ar e a. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project S uperintendent) 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 b e empowered, thus delegated and directed, to s ettle all material, labor or other expenditures, all claims against the work or any other C3-3 (7) ' . ,. • J .... , ~ " ' ;. ., .. . ' 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 shail 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 representati~e 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 hereJnunder sha l l be exclusively in Tarrant County, Texas. '' ,l C3-3 (8) " ~ t ' t •'t , ,, ' !• - SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.l 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. 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 ·Adderida. 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 writt e n 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 b e made for any changes in anticipated profits nor shall such changes be considered as C4-4 Cl) " waiving or invalidating any cond it ions or provisions of the Contract Docume nts. Variations in qu a nti t ies of sanitary sewer pipes in depth categories, shall be interpr e ted h e rein as applying to the overall quantities or sanitary s e wer pipe in each pipe size, but not to the va:cious 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 oc 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 Or der" 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. b. c. Unit bid price previously approved. An agreed l u mp sum. The actual reasonable cost of Cl) labor, (2) rental of equipment used on the extra work for the time so used at ~ssociated General Contractors of run e rica current equipment rental rates; (3) materials entering permanently into the project, an d (4) actual cost of insurance, bonds, and so c ial security as determined by the Owner, plus a f ixed fee to be agreed upon bu t not to e~ceed 10% of the actual cost of such ex t ra work. The fixed f e e is not to include any additional profit to the Contractor for rental o f equipment own e d by him and used for th e extra work. Th e f e e shall be full and complete compensation to cover the cost of sup e rint e ndence, ov e rh e ad, other profit, general and all other e xp e ns e not included in (1), (2), (3), and .(4) above. T he Contractor shall keep accurat e cost reco r d s o n th e f orm and i n the me thod C4-4 ( 2) I'°',. f . ' -· suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been 'approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a diff~rence 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 CS) dais before the time for making the first estimat~ after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls crivering 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 r e sult 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 ov e rhead, ripple or impact cost, or any other effect on changed or unchanged work as a r e s~lt or the change or extra work. C4-4.6 SCHEDOLE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to tne Owner ~nd receive the Owner's approval thereof, a "Sch e dule of Operations," showing by a straight line m~thod the date of commenci~g and f inishi~g each of the major element s of the contract. Ther e shall b e al s o shown t h e e s timat e d monthly cost of wor k f or whi ch est ima t 8 s ar e to be exp ected. The r~ C4-4 (3) '· shall be presented also a composi~e graph showing the anticipated progress o f 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 sched~le 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) aetwork diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each parti a l 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 ~ontract requireme nts. The following guidelines shall be adher e d to in pr e paring the construction schedule: a. Milestone dates ·and final project completion dates shall be developed to conform to time constraints, sequencing r e quirements 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 submi t tal activities ar e exc e ptions to this guide line. C4-4 (4) r- c. Durations shall be in calendar days and normal holidays and we ather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner . . f. Thirty days shall be used for submittal review unless otherwise _specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trad e s or subcontracts, the construction schedule shall indicat e the following procurements, construction and pr e acceptance activities and events in their logical sequ e nc e for equipment and mat ~rials. 1. Preparation and t r ansmittal of submittals. 2. Submittal revi e w periods. 3. Shop fabrication a nd delivery. 4. Erection o r installat i on. 5. Transmi t tal of manufactur e r's operation and maintenance instructions. 6. Installed equipme nt and mat ~rials testing. 7. Owner's ope r a to r instruc t ion (i f applicable). \;' 8. Final inspe c tion. C::4-4 (5) ". ·~ t 1 : . •, • l• ,, ' . f ' ' .. . I i :; 1 ,· " 9. Operational testing. !, lJ 10. Final inspection. If it 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 ttie proposed plan not acceptable, he may r~quire 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 det?rmination by the Owner that the Contractor is failing to prosecute the work with su~h diligence as will insure its completion within the time specified. : ? ,, ' ' ·_, ...... I , I ·1i ; ' ' •' '' ,\ <:4-4 ( 6 ) ,, : ~ ,.. >, l? '< '' . ,, " •" , , •' PART C -GENERAL CONDITIONS CS-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-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 furhished, 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 apd Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5 (1) i. ., '/ CS-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 this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other pqrtions 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. CS-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendE;nt 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 9roject site of a representative of the Contractor to CS-5 (2) adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the .project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a conqition 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 faii 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 plansi the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-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 constructe~, well heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged by the elements. CS-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with a~l 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 custom~ry 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 establis~ed for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to femove 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. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City lnspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or l~ck of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any ins~ructions 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. CS-5 (4) ·- CS-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 acc e ptable, the uncovering or removing and replacirig 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 .. CS-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 consider e d 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 unauthoriz e d 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 constiiute acceptance of such works. CS-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 equipme nt specified, and if Contractor wishes to furnish or use a propos e d substitute, he shall, prior to the preconstruction conf e r e nc e , make written application to ENGINEER for approva l of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by th e general design, be similar and of equal substance to that specif i ed and be s u ited to the same use and capable of performing the same function as that specified: and identifying all variations of the proposed C S -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 sue~ 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. CS-5.12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materi~ls or e~uipment 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 collecti_ng 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. CS-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 CS-5 (6) . , ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure · will not be considered sufficient basis for claims for additional compensation· for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and service lines. Verification of existing utilities, structures and service lines shall include notification of all u~ility companies at least forty eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of existing utilities-and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Wat2r Department's Distribution Division as to location, time, and schedule of service interruption. C5-5 ( 7) ' ~ ,, b. 2. Notify each customer personally through responsible personnel as to time and schedule of the interrup~ion of their servibe, 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 betwe~n the hours of and This inconyenience will be as short as possible. Thank you, Contractor Address Phone 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. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site duiing 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 a f ter 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 Co~tractor 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. CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (9) - PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.l LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such eriactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his su~eties 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 d~sign, 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 furnish e d the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6 (1) ' ' CG-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of ·garbage and waste as will tend to prevent the inception and spread of infectious ~r contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences .for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept in a clean and sanitary coridition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. CG-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 cau~e 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 Ehgineer at any l ·ocation, the Cont.ractor 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 acc~ss to all fire hydrants, fire alarm boxes, police call boxes, water valves, C6-6 (2) - - - - - gas valves, or manho l es in the v i cinity. 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, shali 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 tempoiary 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, mat e rials, ·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 int e rfere with the use of spaces that may be designated to be l e ft free and unobstructed and so as not to inconve n i enc e occupants of adjacent property. If the street is occu p ied by railway t r acks, the work shall be C 6-6 (3) t ' ,,. 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 cont~act, 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 rai_lway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. CG-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 maincained 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 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 salar~es 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. CG-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, t~e ut~ost ~are 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 th e 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 ciaimant. 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 pl~inly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided o 't her wise, the Contractor sh a 11 clear a 11 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) } <.t ' n - - - - - - - - - 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, be 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 encduntered and removed during construction of this project shall be restored to the original or a better than orig1nal 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 ~asement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6-6 (7) . . proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner ,to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6.ll 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 exclus i ve 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 Contra·ctor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any an all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of Whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in part, by alleged negligence on the part of officers, agents, servants, employees, contractors, subcontractors, licensees and invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers agents, servants and employees for property damage or loss, and/or personal i njuries, including death, to any and all persons of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents employees, contractors, subcontractors, licensees and invitees, whether or not caused, C6-6 {8) - - - - - - - in whole or in part, by alleged negligence of officers, agents, servants, employees, contractors, subcontractors, licensees or invitees of t~e 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 fi~al inspection, unless the Contractor shall submit writien 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-da:y 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 Cl) above is period, the Director shall the Contractor be made. time within the six month that the final payment met at any time within the six month recommend that the final payment to If condition (2) above is met at any period, the Director may recommend to the Contractor be made. At the C6-6 (9) expiration of the six mo .nth 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 th,at in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details ' and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shali be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the performance of this contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expens~, 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 connecti9ns 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 GOnnection 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-l.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into us~ upon the written oider of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, .and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) .. thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor _shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 CH) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be sub j ect to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texa~ 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 dedicat e d to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 CH) of the Texas limited Sales, Excise, and Use Tax Act, the Contractor can probably be e x e mpted in the same ma n n er state d 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 C6-6 (13) ( - - - - - - - - - - ...... - PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.l SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There s~all 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 stat~d 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 intil 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 workm e n who ar e .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 ~f 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 Cl-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 fo l lowing requirements are met: a. b. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Eng i neer no later than the proceeding Thursday. · -Any work to be done on the projec t 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 e xtra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Lega l Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desire s . C7-7 (3) ·J ,._, ( . . •. ;. ~ • } C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within ~he 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 ~hole 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 ~ill 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 b e cause of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be p ,l , ., .. '" 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 in c reased by Change Order. C7-7.9 DELAYS: The Contr3ctor shall receive no compensation for delays or hindrances to th e wor k, except when direct and unavoidable extra cost t o t h e Contractor is caused by the failure of the City to provid e 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 'iorce until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will req·uire to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract _is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 C7-7 (5) , ' $ 500,001 to $1,000,001 to $2,000,001 and over $1,000,000 $2,000,000 inclusive$ inclusive$ 315.00 420.00 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation~ and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.ll SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts bf 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. C?-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 r~ason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. I .f it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in sue~ 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 structLires where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the ~ontrol of and without the fa u 1 t or neg 1 i gen c e 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 Coritractor 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 res~med. 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 th~ City of Fort ~orth. 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: Whenev~r, 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 obtain~ble. 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 6f the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not oE limitation, may be considered grounds for suspension or ·cancellation: a. Failure of the Contractor to commence work operations within the time sp e cified in the Wark Order issued by th e Owner. ~7-7 (7) ' . ' 'r ,,. . b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the wo r k w~thin 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 h as 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 ord~rs 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 th~ 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 credit~r or for any other purpose. j. If the Contractor shall for any cau se 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 Sur e ti e s. When work is susoended for any cau se or caus e s, or when the contract is can;elled, the Contractor shall discontinue the work or such part thereof as the Own e r shall designate, whereupon the Sureties may, at th e ir option, a ssum e the contract or that portion thereof which th e Own e r has ordered the Contractor to discontinue, and may p e rfo r m th e s ame o r may, with the written C7-7 (8) ' ; - - - - -- - - - - consent of the Ownec, 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 ta discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such ~vent 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 woJld have been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notic~ 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 sec t ion, 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 no t 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 pr~vide<l in any bond or bonds or by law, ~hen all the work and 311 sections or parts of the project covered by th8 Contra c t Documents have C7-7 (9) F 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. B. 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 terminat i on 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 up6n which such termination becomes effective. R~ceipt 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 shali 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. 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 subcontr~c~s to the extent that they relate to the performanc~ of work terminated by the notice of termination; 4. transfer title to the Owner and ~eliver in the manner, at th2 times, and to the extent, if any, dir~cted by the Engineer: '• C7-7 (10) ·- -. - -- - - C. a. b. the fabricated or unfabricated pacts, work in process, completed work, supplies and other mat e rial produced as a part 6f, or acquir e d in connection with the performance of, the work terminited by the notice of termination; and 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 ~ay 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 bas 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 guality, 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, w{thin 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. TERMINATION CLAIM: Within 60 days after notice of terminat~on, the Contractor shall submit his terminati6n claim to the Engineer in t~e form and with the certification prescribed by the Engineer. Unless one oi more extensions i~ writing ar a granted by the Own e r upon requ e st of th ~ Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shalt be conclusively deemed wai~~a. C7-7 (11) '· D. . ' E. F. G. J. ' ~ ,, AMOUNTS: Subject to the provisions of I t em C7-7.16(C), the Con~ractor and Owner may agree u p on the whole or any part of the amount or amounts to be paid to the ·Contractbr by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall n~ver 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 t he Contractor in the event of failure of the Contractor by ' reason of the termination of work pursuant to this section, shall be de e med to limi t, 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. 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 th e termination of work pursuant to this section the Owner shall determine, on the basis of information availabl e 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. DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted {a) all unliquidated advance or ot h er 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 Cc) 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 p r ovisio n s of this clau ~e, and not otherwise recover e d by or credited to the Owner. ADJUSTMENT: If the t er mination her e unde r be partial, prior to t he s e t t lement of th e t er minated portion of this c ontract, the Contractor may f i le with th e Engin ee r a r e quest in writing for an C7-7 (12) .. ,' ' ' > . ' ,r - - - - - - - -- ..... - - - H. equitable adjustment of the price or prices specified in the contract relating to the continued portion of the ~on~ract (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. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may hav~ 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 ~ork 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 CB-8 MEASUREMENT AND PAYMENT SECTION CB-8 MEASUREMENT AND PAYMENT CS-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. CS-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, ai herein provided, in full payment for fuinishing 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 CS-5.14) for all risks of whatever description connected with the prosecuti9n 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 e~uipment 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 t~e one year guaranty period after final accept~nce. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the th e 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) ...... 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 ariy previous estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. ca-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will ini~iate 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 for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of th~ 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 estimat e , less previous payments and any sum that hav e b e en deducted or retained ·under the provisions of the Cont r act 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 esti~ate 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 -0r 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. CS-8.9 ADEQUACY OF DESIGN: It is understood that the Own e r believes it has employed competent Engineers and designers t o prepare the Contract Documents and all modifications of t h e 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 sa i d 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 entir e occupancy or use of the premises by the Owner shall cons t itut e an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in r e spect to any express warranti e s or respons i bility f or faul t y mat e rials or workmanship. The Contractor s hall re me dy a ny de f e cts o r d amag e s in the work and C8-8 (4) I • K ' ' •; - - - -- - - - - pay for any damage to other work resulting therefrom which shall appear within a p e r i od 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.ll 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 th~ price bid in the Proposal, for each bid item. Surfac e '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 mat e rial will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for misc e llaneous placement of material shall be in accordance with the Gen e ral 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) - - - - - - ....... - - - A. B. C. D. SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS 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. C8-8.5 PARTIAL ESTIMATES AND RET AINA GE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below.· Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.l l of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.l l INSURANCE: Page C3-3 (6): Delete subparagraph . "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. F. 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 hannless 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 iniury. damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold hannless 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 iniury 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. . ., INCREASED OR DECREASED QUANTITIES : Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise p aragraph C4-4.3 INCREASED OR . DECREASED QUANTITIES to read as follows: The Owper 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 a11owance 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 10/24/02 Pg. 2 - - - - G. C3-3.l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" . a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. . h. Workers' compensation insurance policy(s) covering employees employed on the project shall be. endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i . City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance Revised 10/24i02 Pg. 3 J 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: I. 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 CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the . work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. 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· which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of obse:rved defects with reasonable promptness. Revised 10/24/02 Pg.4 ·- - - - - - J. Any reference to any ;;horter 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 . 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 WITI-iDRA WING PROPOSALS: Proposals actu ally 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 confinnation 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: 1. Page C3-3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to read: Revised l0/24i02 Pg. 5 . ' L. 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. l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.l l INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -G~neral Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8. l 4 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 subcontr?ctor, 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: 1. 50 copies and under -IO cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter I • Revised 10/24/02 Pg.6 ,., ' ' - - - - - M . N. 0. P. 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. l O 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. 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. 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. 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 Revised 10/24/02 Pg. 7 'c ' . . , . 'tr ~ ~ .. .. ., . 1 ~·· 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. . '· ' "'«1 f ' ' ,. ,, '· ·' ' ' ' .. .. , 'I Revised Pg. 8 10/24/02 t ·""""" ' .,,,. , '. ' r SECTION B PART D -SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS D-41 D-42 D-43 D-44 D-45 D-46 D-47 D-48 D-49 D-50 D-51 10/27/04 PART D -SPECIAL CONDITIONS GENERAL .......................................................................................................................... 3 COORDINATION MEETING .............................................................................................. 5 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ..................... 5 COORDINATION WITH FORT WORTH WATER DEPARTMENT ..................................... 7 CROSSING OF EXISTING UTILITIES ............................................................................... 7 EXISTING UTILITIES AND IMPRQVEM_ENTS .................................................................. 8 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................ 8 TRAFFIC CONTROL ............................................................. ~ ........................................... 9 DETOURS ............................................................................................................. : ........... 9 EXAMINATION OF SITE ................................................................................................ 9 ZONING COMPLIANCE ............................................................................................... 10 WATER FOR CONSTRUCTION .................................................................................. 10 WASTE MATERIAL .............................. : ....................................................................... 10 PROJECT CLEANUP AND FINAL ACCEPTANCE ....................................... : .............. 10 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ................................. 10 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................ 11 BID QUANTITIES ......................................................................................................... 11 CUTTING OF CONCRETE .......................................................................................... 11 PROJECT DESIGNATION SIGN ................................................................................. 11 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ............................... : ...... 12 MISCELLANEOUS PLACEMENT OF MATERIAL.. ...................................................... 12 CRUSHED LIMESTONE BACKFILL ............................................................................ 12 2 :27 CONCRETE ......................................................................................................... 13 TRENCH EXCAVATION, BAG~F;iU . .'.'.;~·AND Co'MPAGT:i0N ................................ : ........ 13 TRENCH PAVEMENT (PERMANENT'):REPA'IR :(E2~11})_F'QR,'UTILITY ClJTS ............ 14 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................ 15 SANITARY SEWER MANHOLES ................................................................................ 16 SANITARY SEWER SERVICES .................................................................................. 19 REMOVAL SALVAGE. AND ABANDONMENT OF EXISTING FACILITIES ................ 20 DETECTABLE WARNING TAPES ............................................................. : ................. 22 PIPE CLEANING ................................................................................... : ...................... 22 DISPOSAL OF SPOIUFILL MATERIAL ....................................................................... 22 MECHANICS AND MATERIALMEN'S LIEN ................................................................. 23 SUBSTITUTIONS ................................................................................................. : ...... 23 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .......... : .. 23 VACUUM TESTING OF SANITARY SEWER MANHOLES .......................................... 26 BYPASS PUMPING ........................................................................ '. ............................ 27 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .......... 28 SAMPLES AND QUALITY CONTROL TESTING ......................................................... 29 TEMPORARY EROSION /SEDIMENT.~ANd WATER POLtUTION -CONTROL (FOR DISTURB_ED AREAS LESS TH.t.N 1 ;~CRE:) .............. ~ ......................................... : ....... 30 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ......................... 31 PROTECTION OF TREES, PLANTS AND SOIL. ......................................................... 31 SITE RESTORATION ................................................................................................... 32 CITY OF FORT WORTH STANDARD PRODUCT LIST ......................... : .................... 32 TOPSOIL SODDING, SEEDING & HYDROMULCHING ............................................. 32 CONFINED SPACE ENTRY PROGRAM ..................................................................... 37 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................ 37 EXCAVATION NEAR TREES (WHERE fDENTIFIED 6r~fTHE PLANS) ...................... 38 · CONCRETE ENCASEMENT OF SEWER PIPE. .......................................................... 38 CLAY DAM ....................................................... : ........................................................... 39 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. 39 SC-1 PART D -SPECIAL CONDITIONS D-52 INSTALLATION OF WATER FACILITIES .................................................................... 39 52.1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................ 39 52.2 Blocking .... : .................................................................................................................. 39 52.3 Type of Casing Pipe ..................................................................................................... 39 52.4 Tie-Ins .......................................................................................................................... 40 52.5 Connection of Existing Mains ........................................................................ .' ............. .40 52.6 Valve Cut-Ins ............................................................................................................... 40 52.7 Water Services ............................................................................................................. 41 52.8 2-lnch Temporary Service Line .................................................................................... 43 52.9 'Purging and Sterilization of Water Lines ....................................................................... 44 52 .10 Work Near Pressure Plane Boundaries ........................................................................ 44 52.11 Water Sample Station ................................................................................................. .44 52.12 Ductile Iron and Gray Iron Fittings ................................................................................ 45 D-53 SPRINKLING FOR DUST CONTROL. ........................................................................ .45 D-54 DEWATERING ............................................................................................................. 45 .D-55 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................ .45 D-56 TREE PRUNING .......................................................................................................... 45 D-57 TREE REMOVAL ......................................................................................................... 46 D-58 TEST HOLES ............................................................................................................... 47 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................ 47 TRAFFIC BUTIONS .................................................................................................... 48 SANITARY SEWER SERVICE CLEANOUTS .............................................................. 48 TEMPORARY PAVEMENT REPAIR ............................................................................ 48 CONSTRUCTION STAKES ......................................................................................... 48 EASEMENTS AND PERMITS ...................................................................................... 49 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................ 49 WAGE RATES ............................................................................................................ 50 REMOVAL AND DISPOSAL OF ASBEST0S CEMENT PIPE ..................................... 50 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER !fHAN .1 ACRE) ............................................................................................................ 51 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS .................................................................................... 52 D-70 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD ................................................. 53 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ..................................................... 53 D-72 AIR POLLUTION WATCH DAYS ..................................................................................... 54 'D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .......................................... 54 10/2.7/04 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. FOR: Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7 Ida Way -Hillside Avenue To S. Hughes Avenue · S. Hughes Avenue -Ida Way To M. L. King, Jr. Freeway (US 287) Sun Valley Drive -E. Loop 820 To Kay Drive Canberra Court-Thannisch Avenue To Berryhill Drive Project No. 00020 Unit I -Water Project No. P264 541200 605170002083 Unit 1-Sewer Project No. P274 541200 705170002083 Unit 11-Street Project No. C200 541200 205400002083 D.O.E.No.4573,4416,4417 0 ·~·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 GeneraLContract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, · or identification include therein as specifying, referring or implying product control, performance, quality,· or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current . Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published . specifications, except as modified by these Special Provisions: 10/27/04 SC-3 PART D -SPECIAL CONDITIONS 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents . A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth , Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the _ Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth , Texas 76102. B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot _be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing , addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud , the proposals for which non -considera tion 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. 10/27104 SC-4 PART D -SPECIAL CONDITIONS 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: L: 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. 8. 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. ,.::.:. ·, q. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all · persons providing services on the project; and 10/27/04 SC-5 PART D -SPECIAL CONDITIONS 1. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known,, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory 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. 10/27/04 SC-6 PART D -SPECIAL CONDITIONS 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J .. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes 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. 10/27/04 SC-7 PART D -SPECIAL CONDITIONS Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subs idiary 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 Pla ns, 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. 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 atithorized by l he applicable uti JJty · compa_ny} 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 Owriers 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 p ipe under shallow bury conditions. It will be the responsibility of the Contractor fo 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 . 10/27/04 SC-8 PART D -SPECIAL CONDITIONS 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 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 C ity. If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division , (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal , and no other compensation will be allowed. D-9 DETOURS The contractor shall prosecute hi s 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 10/27/04 SC-9 PART D -SPECIAL CONDITIONS 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 The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up, shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of ·the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The pjntractor shall n .ot 10/27/04 SC-10 - - PART D -SPECIAL CONDITIONS commence ~itti -~ater andtor sani !~IY s~w,~r install~tion unm such til]l~Jhat Jhe survey cut-sheets have been,received from the City inspe~tor< D-16 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE),who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased . Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All _sawing shall be subsidiary to the unit cost of the respective item . D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 · ( dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs ; project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective pa int or coloring on the barricades. Barricade signs shall be in 10/27/04 SC-11 PART D -SPECIAL CONDITIONS accordance with Figure 30, except that they shall be 1'-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 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 reinfo rcing steel ori 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 a~tual amount used for the pr9ject. 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 . 10/27/04 SC-12 PART D -SPECIAL CONDITIONS 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 required to support the pipe with an improved trer:ich bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. · 2 . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils ill 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: 10/27/04 Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 SC-13 PART D -SPECIAL CONDITIONS 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. 0698) 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 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 include<;J in the pri~ bid per linear foot of water and sewer pipe / Ty~""B" backfill ,~lic1II be paid for at a pre~bid unit price of $15.00 per ctibic yard. D-25 T8ENCH PAVEMENT 1(PERM~NE~T) 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 10/27/04 SC-14 PART D -SPECIAL CONDITIONS gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall. nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date . A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction . This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS All PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S . Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES -A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom1is 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. 10/27/04 SC-15 PART D -SPECIAL CONDITIONS D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incid.entals necessary for the installation and removal of trench safety systems . 0-27 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 E 1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction . 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E 100-4 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 elevat ion 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 10/27/04 and covers stiall 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 SC-16 PART D -SPECIAL CONDITIONS areas specifically designated on the plans . Certain teed Ductile Iron Manhole Lids and Frames are ac9eptable 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 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. 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 shri nking, 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 . 8. 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 10!21104 SC-17 PART D -SPECIAL CONDITIONS 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 hydraul ic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames , a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones , or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1 /8 inch below the finished elevation . Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal , to a minimum of 14 mils dry film thickness. 4 . The exterior surface of all pre -cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 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. 10/27/04 SC-18 PART D -SPECIAL CONDITIONS Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D-.28 SANITARY SEWER SERVICES . Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case·-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an · expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the 'Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four ( 4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill; saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. · B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line . If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the ---replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as · shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations ( shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route . All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and 10127/04 SC-19 PART D -SPECIAL CONDITIONS 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 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. 10127/04 SC-20 PART D -SPECIAL CONDITIONS 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. 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. 10127/04 SC-21 PART D -SPECIAL CONDITIONS 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 facilitfes 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. 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 2Y2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below 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 10127104 SC-22 - - PART D -SPECIAL CONDITIONS ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies . No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory 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 naine 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 SJ,.\NITARY 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 10/27/04 SC-23 PART D -SPECIAL CONDITIONS to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in .. diameter around the outer periphery to ensure removal .of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole , the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort 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 DRA INS 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. 10/27/04 SC-24 PART D -SPECIAL CONDITIONS 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 televis ion 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 su itable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew . The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. . Measurement for location of sewer service taps shall .be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera . The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstanc~s. 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 connectio~s. 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 replaye~t 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 ca .lendar 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 10127104 SC-25 PART D -SPECIAL CONDITIONS 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. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving ~he TV Camera, under all circumstances, when it becomes lodged during inspection, s~all 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. 0-36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. 10/27/04 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 SC-26 PART D -SPECIAL CONDITIONS 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-lnch Dia. 60-lnch Dia. (FT.) Manhole Manhole Oto 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 30' 74 sec . 98 sec. For Each 5 sec. 6 sec. Additional 2' 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 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 b~ 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 10/27/04 SC-27 PART D -SPECIAL CONDITIONS to discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement of the sewer line . D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in e ither 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. 10/2.7/04 When manually operated winches are used to pull the television camera through the li ne, 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 be ing inspected . SC-28 PART D -SPECIAL CONDITIONS 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City . 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 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 lineaf 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. 10/27/04 SC-29 PART D -SPECIAL CONDITIONS B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. · C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipmeni conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 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 materia~ 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 1mpoundment. 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 pr~vent 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 borro~ to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 10/27/04 SC-30 PART D -SPECIAL CONDITIONS 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structure? shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream . Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling , debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. 0-41 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. 0-42 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 f~atures 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. 10/27/04 SC-31 PART D -SPECIAL CONDITIONS To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding . 1. TOPSOIL 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. 10/27/04 SC-32 PART D -SPECIAL CONDITIONS The sod shall be . free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn . Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a . Spot Sodding Furrows parallel to the curb line or sidewalk lines , twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) 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 . 10/27/04 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, wh ich, 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. SC-33 PART D -SPECIAL CONDITIONS 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity .and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Oates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total: 100 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 and 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. 10/27/04 SC-34 PART D -SPECIAL CONDITIONS a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed . b. Finishing. Where applicable , the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING : The seed or seed mixture in ·the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section 0-45, 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 0-45, 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 -..yatered 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 1ot21104 SC-35 PART D -SPECIAL CONDITIONS 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 actiieve adequate soil penetration . * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING : If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor· shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS : FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. 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 Agricult ural 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 i~ 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 wili be measured by the square yard in place on the project site . Measurement will be made only on topsoils secured from borrow sources. 10/27/04 SC-36 PART D -SPECIAL CONDITIONS Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating ( except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make, an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 10/27/04 SC-37 PART D -SPECIAL CONDITIONS 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 4. Payment for substantial completion inspection as well as final inspection · shall be subsidiary to the project price . Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED.,ON THE PLANS) 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 perm itted within private property without written permission of the Owner. 4 . Nothing shall be stored over the tree root system within the drip line area of any tree. 5 . Before excavation (off the roadway) within the drip line area of any tree , the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 0.1. 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. 10127/04 SC-38 PART D -SPECIAL CONDITIONS 0-50 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 . 0-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole ), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole ). 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. 0-52 INSTALLATION OF WATER FACILITIES 10/27/04 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 pf 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 SC-39 PART D -SPECIAL CONDITIONS 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 wi th the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers ( centering style) such as manufactured _by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E 1-15 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 ~anitary sewer lines -prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL . CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other 10/21104 SC-40 PART D -SPECIAL CONDITIONS lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection . All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service . Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches .. All materials used shall be as specified in the Material Standards (E1- · 17 & E 1-18) 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 w ith 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 CS-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. 1o;27104 SC-41 PART D -SPECIAL CONDITIONS Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center l ine 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. 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. 10/27/04 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). SC-42 PART D -SPECIAL CONDITIONS 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item( s ). 52.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide . temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance .of service . A 2-inch tapping . saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. · When the temp'orary 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 alt 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 10121104 SC-43 PART D -SPECIAL CONDITIONS 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 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. 10/27/04 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 vauits 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. SC-44 - •· PART D -SPECIAL CONDITIONS PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings : E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E 1-7. 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 E 1-13 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 TheContractor 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 DEE~ 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 10/27/04 SC-45 PART D -SPECIAL CONDITIONS A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". 8. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C . NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long . 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 . Comb ination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings . 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone . 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation . 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection . E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price. D-57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping . Extra caution shall be taken to not disrupt existing utilities both overhead and buried . The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for t ree 10/27/04 SC-46 - - - liiil - PART D -SPECIAL CONDITIONS removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additiona! payment will be allowed. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders . If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 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 ()Otice 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 Pr.oject (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 : 1o;21104 SC-4 7 PART D -SPECIAL CONDITIONS Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place , the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached . A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 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 min imum 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 add itional 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, 10il7/04 SC-48 - - PART D -SPECIAL CONDITIONS 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 preser.ve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed , or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-<;>f-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 pe,rn:f!t.s. any and all costs associated with compliance with the permit(s) includ ing payment for flagmen shall be subsidiary to the bi~}Jjgq1,._'}>ice for· bo[ing Linde F't~~ rai.lroad. 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 10!27104 SC-49 PART D -SPECIAL CONDITIONS contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth , Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. {Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National !;missions Standards ·for .Hazardous Air Polluta!}ts (NES.l-;IA~) 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 (A,9~} 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 ~!1Viroii!lltl!1~L~rot~tr ~gency {EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. {Copy of forms attached) F. 10/27/04 liiii . - PART D -SPECIAL CONDITIONS D-68 STORM WATER POLLUTION PREVENTION (FOR DIST:l:,.IRBED _AREAS GREATE~ T!1AN !.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 a~res (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 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: 10127/04 Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 SC-51 PART D -SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with .three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTiON ACTIVITY -·DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and c.ontinuous 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 10/27/04 SC-52 - - PART D -SPECIAL CONDITIONS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system . Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTAL$ FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder( s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored . On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more ( example: 10% of the work completed in 30% of the stated contract time as 'rnay be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 d~ys from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2 . The Project Manager and the Directors of the Department of Engineering, Water Department, and Department of Transportation and Public Works will be. made aware of the situation . If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. 10127104 SC-53 PART D -SPECIAL CONDITIONS 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p .m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment 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~ 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.QO 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 - • I (To be printed on Contractor's Letterhead) Date: ____ _ DOE No: 3176 PROJECT NAME:Main C1C4B Sanitary Sewer Drainage Area Part 15 MAPSCO LOCATION: 76L LIMITS OF CONST.: West of 9th Avenue along FWWR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX> days Tms IS TO INFORM YOU THAT UNDER .A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN "APPROXIMATELY ,SEVEN ·--DAYS FROM THE DATE OF THIS NOTICE . IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> ·2'" '- AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. PART D -SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rough) Concrete Finisher-Paving Concrete Finisher Helper (Paving) Concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Setter-Structures Laborer-Common Laborer-Utility Mechanic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(< 1 1/2 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(> 1 1/2 CY) Front End Loader (2 1/2 CY & less) Front End Loader (over 2 1/2 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade) Motor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Truck Driver-Single Axle (Light) Truck Driver-Tandem Axle Semi-Trailer Truck Driver-Lowboy/Float Truck Driver-Transit Mix Truck Driver-Winch 10/27/04 SC-56 HOURLY RATE $10.32 $9.75 $9.65 $13.64 $10.16 $9.70 $13 .44 $7.00 $13.44 $10.25 $9.75 $7.64 $8.64 $13.25 $10.13 $7.35 $6.75 . $11.45 $11.09 $10.53 $10.00 $11 .52 $9.94 $9.32 $8.00 $11.00 $12.31 $13.75 $11.00 $9.88 $12.12 $8.02 $10.00 $9.75 $8.00 $10.22 $10.54 $10 .63 $9.80 DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON--------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU BA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT __________ _ (CONTRACTORS S_UPERINTENDENT) (TELEPHONE NUMBER) OR MR. ______________ AT ____________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) · THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ---------------CONTRACTOR F 0 r- 0 ff i C e u 5 a n I y 0 T PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH NOTE: CIRCLE ITEMS THAT ARE AMENDED m D1;"10UTION / RENOVATION NOTIFICATION ·FORM T D H NOTIFICATION# ----------t) Aba!l;!ment Contrector. __________________ TOH License Number:..,__ ______ _ ~J~~one Number: ..._. _________ c_ity_: __ Job Site Phone Numbct; State: .. Zfp : ---- Site Supervisor. TOH License Number._.------------- Site Supcrvis.or: TOH lfcense Number. . .....,,__..,,..._,.._,,,----------Trained On-Sit~ NESHAP lndi...,i dual :. ______________ C.arti~tion Date:. _______ _ Demolition Contractor: __________ .,,,...,,.,,__omce PhOn& Number __ .__ _________ _ Address :. ______________ Cit:.,:.· __________ .State ; _____ ..,Z-ap:. ___ _ 2) Project Consul1ant or Operator: _______________ TOH License Number: _______ _ Ma.ling Address:. ____ -=--_ -,------=--------=:-:-::----=::----::-:----:--:---"--:---------- City:__ S1ate: ____ Zi.p: ____ O.ffice Phone Number:---------- A 3) FacllityO.vner:. ________________________________ _ H Allentlon :-:-:----------------------------------- P Mailing Add r ess:_~-----~--------------------c---,----.,-------~~ A City: State: Zip; Owner Phone Number._( _.}..._ ___ _ 0 -Noto: Tho lnvoi1;0 for the notification fee wll be sent to the owner of the i,uucrtng and U'le billing· addtcs.S for the lnvOica wlU be obtained from the lnrorm~on th.it Is provided In ihl.5 &eetion. N 4} Description or Facility Name=·---------=-~-~----------------- E Physical Address:_----:---:-~--------County: City: Zip; ___ _ S Facil i1Y Phone Numbe~ Facility Contact Person : ____________ _ H Oet;cription of AreafRoom Number:. ____________ ~-------------- A Prior Use: ______________ .FutureUss:'------------------ P Age of Building/Facility: SiZs: Number of Floors· Schoot{K ~ 12): YES a NO 0 T D H D L V f C) I a ti 0 n ? 5) Type of Work: 11 Demolitlon D Renovation (Abatement) o Annual ConsoHda.ted Work wiU be during: Day D E .. ·enill{J D Night -: Phased Ptoj$Cl Description of work schedule:'----------------~~------------ 6) IS this a Public Building? D YES NESHAP-Only facility? 0 YES o NO Federal Faclllty? D YES ~ NO lndustriaJ Site? D YES ONO 0 NO Is Buildihg/Facility C>ccu))ied? LI YES O NO 7) No1ifiaiti0fl Type CHECK ONLY ONE ~ Origlna.l t10 Working Days) :::i Cancellation o Amendment o Emergency/Ordered lf this Is an amendment. which amendmen1 number is this?:._ (Enclose copy of original andJor-last amendment) Han emergency, who did you talk with at TOH? Emergenoy#: ______ _ Date and Hout o( Emeti;ilrtcy (HHIM.M/OD/YY}; - De&CriptiOn of lhe &udden, unexpected event and explanation of how the event caused unsafe conditions or Would c:euse equipment damage {cOO'tputets. machinery. etc. ______________________ _ O 8) Description of procedwes to be foUowed in the event 1hat uncxpcctOd aSbestos is found or priMousfy non.friable Y esbestos matenal becomes aumbled. pulverized. at reduced 1o powder.----~--·--------£ s 9) Was ~m Asbest os surve-J perfooned? YES NO Date: I TOH lnspectOf Uc:eose No: _____ _ G An~ylical Method; D PLM D TEM D Assumed TOH t.:abora tory license No: ------- N · (For TAHPA (publie buiklirig) projects: an assl.fflption must be made by a TOH Uccrised Inspector) 10) Oescrip,ion of planned 11em.011li0n or renovation \Vork, we of me.telllill, and method(s) to be u:sed ... · ------- 11) Desetiption of work practices and en9ineenn9 controfs eo be used to prevent emissions of asbestos at the demoliti~'l/renovation : _____________________________ _ -----·----·--------·---·- 10/27/04 SC-58 PART D -SPECIAL CONDITIONS 12) All appl icab!-0 items in lh8 followi ng table must be completed:. IF ~O ASBESTOS PRESENT CHECK HERE v Approx:im11te amount of Check u11lt of measurement Asbestos-Containing Building M 11 teri.il t-----As;,,;;;;,,b.,.e.,.sto..;..;..s ____ -4 __ .,__...---,,......--,.-.....,._-1 Type ·, .. Pip.9s Surface Area RACM tb be removed RACM NOT remo ved tmectoJ Cate o l non,f ri a bf,e. renHived Exte-r ior Ca1s o I non-friab!e removed Cetea:o . I non-frieble NOI_~mo'.'ed Interior cat o • II t1on~f1iabte remo\·ed Exterio r Cate II non-trie ble remove<! Ca t II non 4rlable NOT remo\·Cd RACM O ff-F a cil i ty Componen: 13) Waste Tra ns po ner Nam e: ~~--------------TDH Lice nse N Jmber: ------Add r-0ss : ___________ Ci ry: ____ ~-=--Stale: _Zip: ___ - Contac.t Person : .Pho<1s Nuri'lber: ..___.__ ________ _ 14) Wasta Di sposal Site Name=·---------,--~------~-------==-----.Addre ss·._. _______________ City: _________ State: ___ Zip: ___ _ Tel ephone : ( ) _ TNRCC Per mit Nu mber:-------- ' 15) For struc tu rally unsound facilities . attach a copy of demolition order and identify Govern ment.al Official below: . Name: . . · Reg istration No:--·------------ -Titl e ,._:----...,,....~-----~--- Deie of order (MMID DJYY) I I Dale order to begin (MMJO D/YY) -~' ~-- 16) Schedu led Dates of Asbestos Aba temem (MM,'DDIYY} Start:--~-~'--Ccmpl ete : --'----='- 17) Scheduled Dala ii Demoli ;ion.1Renovanon (M MlOD/YY) Sl a,rt: l . l Complete :_--=f'--~'----- -, Note: If the &tan dat.e on this nolifieatii;>l'I Cl!li'l rtOt ix, mot, t ho TDH Region al or Local Program office Must be contaclad by phon! prior to th& start data •. Fallum lo do .so iS a viol:i,tion I!) ,acc:ordanc~·to TAHPA. S~ction 295.51. 1 hereb;• certify that ell information I nave pro,..lded Is cot rect. com pllile, and 1rue 10 th e best or my knov,.Jledge . I ac;knO'.v!edge that I am respons ib le !or all aspects of the notification form , in cl udi ng , but not lim itin~. conte nt and submi ssion dates. Th e · ":l.lXimu m p enalty iii $_10 ,001> per day per vto latlo.,. ($~t u.re of 8 uil olfi9 Owne r/ Operator or __ Oeleg-ated Consul tm1/Con traci01}. i WL TO: (Printed Na me) {Dale} ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEAL T l-I PO BOX 143538 AUSTJN , TX ,87 14-3538 P~I: 51~-834:-6600, 1-800-572-5&.8 . . . (Telepho.'1e) {Fax N umoor) ~F:Jxes ::ire not :tr:ccpted" ~ \~"rm APB#5, dated ()_7129/02. ReplaCIJ.S TOH form dat ed 07113/01. Fa, assistance i n completing form, call 1-B00-572-5548 - ·-~k:-·· .. -~. _ _.. __ ----... _.,._ .. _.,., ,s.t .,.~,. 10/27/04 SC-59 DA-1 DA-2 DA-3 . DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA~2 DA-43 DA-44 DA-45 DA-46 DA-47 DA-48 DA-49 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS AWARD OF.CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ................... OMIT PIPELINE REHABILITATION CURED-IN-PLACE PIPE ........................................ OMIT PIPE ENLARGEMENT SYSTEM ............................................................................ OMIT FOLD AND FORM PIPE ......................................................................................... OMIT SLIPLINING ............................................................................................................ OMIT PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. OMIT .TYPE OF CASING PIPE ......................................................................................... OMIT SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ........................................ OMIT PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .............. OMIT MANHOLE REHABILITATION ............................................................................... OMIT SURFACE PREPARATION FOR MANHOLE REHABILITATION .......................... OMIT INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ............ OMIT INTERIOR MANHOLE COATING-QUADEX SYSTEM ......................................... OMIT INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM ....................................... .4 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM .....•................................ ? INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER OMIT INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ................................ OMIT RIGID FIBERGLASS MANHOLE LINERS ............................................................. OMIT PVC LINED CONCRETE WALL RECONSTRUCTION ........................................... OMIT PRESSURE GROUTING ............................................................................................. 10 VACUUM TESTING OF REHABILITATED MANHOLES ....................................... OMIT FIBERGLASS MANHOLES .................................................................................... OMIT LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................... 13 REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 14 REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 14 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ............................................ 14 GRADED CRUSHED STONES ................................................................................... 15 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ........................................................... 15 BUTT JOINTS-MILLED ............................................................................................. 16 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..................................................... 17 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................ 18 NEW 7" CONCRETE VALLEY GUTTER. .................................................................... 18 NEW 4" STANDARD WHEELCHAIR RAMP ............................................................... 19 8" PAVEMENT PULVERIZATION .......................................................................... OMIT REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ..................... OMIT RAISED PAVEMENT MARKERS ................................................................................ 20 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 20 LOADING, TRANSPORTATION, AND DISPOSAL OFCONTAMINATED SOIL. ....... 24 ROCK RIPRAP-GROUT-FILTER FABRIC .............................................................. 25 CONCRETE RIPRAP .............................................................................................. OMIT CONCRETE CYLINDER PIPE AND FITTINGS ...................................................... OMIT CONCRETE PIP-EJFrFiflNGSAND SPECIALS ...................................................... OMIT UNCLASSIFIED STREET EXCAVATION ............................................................... OMIT 6" PERFORATED PIPE SUBDRAIN ...................................................................... OMIT REPLACEMENT OF 4" CONCRETE SIDEWALKS .................................................... 28 RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................ 29 PAVEMENT REPAIR IN PARKING AREA .................................................................. 29 EASEMENTS AND PERMITS ..................................................................................... 29 HIGHWAY REQUIREMENTS ...................................................................................... 30 ASC-1 DA-50 DA-51 DA-52 DA-53 DA-54 DA-55 DA-56 DA-57 DA-58 DA-59 DA-60 DA-61 DA-62 DA-63 DA-64 DA-65 DA-66 DA-67 DA-68 DA-69 DA-70 DA-71 DA-72 DA-73 DA-74 DA-75 DA-76 DA-77 DA-78 DA-79 DA-80 DA-81 DA-82 DA-83 DA-84 DA-85 DA-86 DA-87 DA-88 DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 DA-98 11/02104 PART DA -ADDITIONAL SPECIAL CONDITIONS CONCRETE ENCASEMENT ....................................................................................... 30 CONNECTION TO EXISTING STRUCTURES ............................................................ 30 TURBO METER WITH VAULT AND BYPASS INSTALLATION ............................•.... 30 OPEN FIRE LINE INSTALLATIONS ........................................................................... 30 WATER SAMPLE STATION ........................................................................................ 31 CURB ON CONCRETE PAVEMENT ........................................................................... 31 SHOP DRAWINGS ...................................................................................................... 32 COST BREAKDOWN .................................................................................................. 32 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................. 33 H.M.A.C. MORE THAN 9 INCHES DEEP ...................................................................• 33 ASPHALT DRIVEWAY REPAIR .................................................................................. 33 TOP SOIL .................................................................................................................... 33 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .................. 33 BID QUANTITIES ........................................................................................................ 33 WORK IN HIGHWAY RIGHT OF WAY ........................................................................ 34 CRUSHED LIMESTONE (FLEX-BASE) ................................................................... ~ .. 34 OPTION TO RENEW .............................................................................................. OMIT NON-EXCLUSIVE CONTRACT .............................................................................. OMIT CONCRETE VALLEY GUTTER ................ · .................................................................. 34 TRAFFIC BUTTONS .................................................................................................... 34 PAVEMENT STRIPING ............................................................................................... 35 H.M.A.C. TESTING PROCEDURES ............................................................................ 35 SPECIFICATION REFERENCES .......................................... ._ .............................•.....• 35 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX ........................................................................................................ 35 RESILIENT-SEATED GATE VALVES ......................................................................... 36 EMERGENCY SITUATION, JOB MOVE-IN ........................................................... OMIT 1 %" & 2" COPPER SERVICES .................................................................................. 36 SCOPE OF WORK (UTIL. CUT) ............................................................................. OMIT CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ................................................. OMIT CONTRACT TIME (UTIL. CUT) .............................................................................. OMIT " REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ............ ." ............... OMIT TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT) ................................... : .......... OMIT LIQUIDATED DAMAGES (UTIL. CUT) ............................... ._ .................................. OMIT PAVING REPAIR EDGES (UTIL. CUT) .................................................................. OMIT TRENCH BACKFILL (UTIL. CUT) .......................................................................... OMIT CLEAN-UP (UTIL. CUT) ......................................................................................... OMIT PROPERTY ACCESS (UTIL. CUT) ................................................... : ......... : .......... OMIT SUBMISSION OF BIDS (UTIL. CUT) ..................................................................... OMIT STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ........................................... OMIT CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT} ......................... OMIT 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ......................................................... OMIT ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) ....... OMIT MAINTENANCE BOND (UTIL. CUT) ...................................................................... OMIT BRICK PAVEMENT (UTIL. CUT) ........................................................................... OMIT LIME STABILIZED SUBGRADE (UTIL. CUT) ........................................................ OMIT CEMENT STABILIZED SUBGRADE (UTIL. CUT} ................................................. OMIT REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) .................................... OMIT "QUICK-SET" CONCRETE (UTIL. CUT) ................................................................ OMIT UTILITY ADJUSTMENT (UTIL. CUT) ..................................................................... OMIT ASC-2 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 ,-. 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS STANDARD. CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)OMIT LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ................................. OMIT CONCRETE CURB AND GUTTER (UTIL. CUT) .................................................... OMIT PAYMENT (UTIL. CUT) ......................................................................................... OMIT DEHOLES (MISC. EXT.) ........................................................................................ OMIT CONSTRUCTION LIMITATIONS (MISC. EXT.) ..................................................... OMIT PRESSURE CLEANING AND TESTING (MISC. EXT.) ......................................... OMIT BID QUANTITIES (MISC. EXT.) ............................................................................. OMIT LIFE OF CONTRACT (MISC. EXT.) ....................................................................... OMIT FLOWABLE FILL (MISC. EXT.) ............................................................................. OMIT BRICK PAVEMENT REPAIR (MISC. REPL.) ........................................................ OMIT DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ........................... OMIT WORK ORDER COMPLETION TIME (MISC. REPL.) ............................................ OMIT MOVE IN CHARGES (MISC. REPL.) ..................................................................... OMIT PROJECT SIGNS (MISC. REPL.) .......................................................................... OMIT LIQUIDATED DAMAGES (MISC. REPL.) .............................................................. OMIT TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ........................................... OMIT FIELD OFFICE ....................................................................................................... OMIT TRAFFIC CONTROL PLAN ................................................................................... OMIT COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ............ OMIT ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 OMIT DA-2 OMIT DA-3 OMIT DA-4 OMIT DA-5 OMIT DA-6 OMIT DA-7 OMIT DA-8 OMIT DA-9 OMIT DA-10 OMIT DA-11 OMIT DA-12 OMIT DA-13 OMIT DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 11/02/04 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Scnedule. · lnterior manhole coating shall meet the requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. · 3. Manufacturer's Recommendations 4. Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. Manholes ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a m inimum of one-half (1/2) inch specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating The interior coating shall be a proprietary two component, 100 percent solids, rigid polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification The interior manhole coating material sprayed onto the surface of the manhole shall be a urethane resin -system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows : Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM D-638 ASTM D-790 - ASTM D-790 Long Term Value 5,000 psi 10,000 psi 550 ,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION 1. General 11/02/04 ASC-5 PART DA-ADDITIONAL SPECIAL CONDITIONS Manhole coating shall not be installed until sealing of manhole frame and grade adjustments, or partial manhole replacement when required for the manhole per the Manhole Rehabilitation Schedule, is complete. 2. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. The interior coating shall be applied to the manhole from the bottom of the frame to the bench, down to the top of the trough. · b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1 ) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid , degreaser, or other solvents as needed in order to remove any film or residue on the surface . 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surfa·ce for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM-1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 . D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work . Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower 11102104 ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS portion of a p_articular manhole, if required by Manhole Rehabilitation Work Schedule or required to be done by the Engineer, shall be paid for separately at the Contract Unit Price. DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM A. GENERAL 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed of the Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 11/02104 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating Raven Ultra High-Build epoxy Coating, a two-part epoxy resin syst~m using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Spe.cialty Cement The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsib le for getting approval from Raven Lining systems and/or the grout manufacturers for the use ·of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain cond itions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals . All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 11/02104 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours . 3. Interior Manhole Coating a . Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. ·b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1 ) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION. 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. ASC-8 PART DA -ADDITIONAL SPECIAL CONDITIONS 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). ' 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and . evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. ·· b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 OMIT DA-17 OMIT DA-18 OMIT DA-19 OMIT 11/02104 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-20 PRESSURE GROUTING A. GENERAL 1. · Scope. This Section governs all work, materials and testing required fo r 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 brick, concrete, or fiberglass construction. B. MATERIALS 11/02104 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) 2) 3) 4) 5) Documented service of satisfactory performance in similar usage. Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved . Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. Compressive recovery return to original shape after repeated deformation. The chemical shall be essentially non-toxic in a cured form. ASC-10 1. 2. 3. 4. 11/02104 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 freeze/thaw 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 not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 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. 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. Material Identification: Contractor shall completely identify the types of grout, mortar, sealant, ~nd/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. 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. ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS C. EXECUTION 11102/04 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 Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature!. 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 bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bencMrough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown. 5. Drilling and Injection: 6. a. Injection holes shall be drilled through the manhole wall at locations indicated in the appropriate detail( s ). b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed . d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar for brick and concrete manholes. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water tightness shall be performed by the Contractor in the presence of the Engineer in ASC-12 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 OMIT DA-22 OMIT DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a strtkt the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: 11/02104 Company Telephone Number Southwestern Bell Telephone Texas Utilities Lone Star City of Fort Worth, Street Light and Signal 338-6275 336-9411 Ext. 2121 336-8381 Ext. 6982 871-8100 ASC-13 Contact Person "Hot Line" Mr. Roy Kruger Mr. Jim Bennett Mr. Jim Bob Wakefield PART DA -ADDITIONAL SPECIAL CONDITIONS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C . overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C. "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", .Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion. If the contractor fails to complete the work within fourteen ( 14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 ·Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE 11/02104 ASC-14 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 contracto r will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed , if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site , the same day as excavated, to a suitable dump site . After satisfactory completion of removal as outlined above , the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M .A.C. pavement thickness will not exceed 6". Before .the patch layers are applied , any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process . All applicable provisions of Standard Specification Item Nos. 300 "Asphalts , Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for ail 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 O" DEPTH 5.0' WIDE A. Description 11/02/04 This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The removal and disposal of the milled materials shall be as directed by the Engineer. The milled surface shall provide a smooth surface free from gouges, ridges , oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face the wedge milling ASC-15 PART DA-ADDITIONAL SPECIAL CONDITIONS shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contractor is required to begin the overlay, within five (5) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to a suitable dump site. 8. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other _equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propell~d with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for Ul'.liformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. DA-29 BUTT JOINTS -MILLED A. Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 -Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general -are shown in plan form at the back of this document. 11102104 ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS B. Construction Details Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2". This milled area shall be tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump . C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled . The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work. 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. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. 11/02/04 ASC-17 . PART DA -ADDITIONAL SPECIAL CONDITIONS DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER This item shall include the removal and reconstruction of existing concrete valley gutters at locations to be determined in field: Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. See standard specification Item No. 314, ·Concrete Pavement", Item 312 ·Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". Asphalt base material may be required at times as directed by the Engineer to expedite the work at locations identified in the field. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-32 NEW 7" CONCRETE VALLEY GUTTER This item shall include the construction of concrete valley · gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item No. 314•, Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete•, Item No. 106, •unclassified Street · Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. 11/02104 ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. DA-33 NEW 4" STANDARD WHEELCHAIR RAMP The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer. The removal of existing substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and replacement of existing curb and gutter as required for the installation of new wheelchair ramps shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for laydown curb and gutter are as shown in the Standard Pay limit Detail (WR-1 ). The pay limit will extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk. All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufactures instructions. Concrete stain may be applied after concrete is poured (Product sold by BAER). "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution." The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to compete the work. DA-34 OMIT DA-35 OMIT 11/02/04 ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-36 RAISED PAVEMENT MARKERS All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply. The Contractor shall install standard roadway markers according to city specifications as shown on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications". DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 11/02104 Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c . All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITT ALS ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work ( 1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (Le ., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation , including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation, including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration . C. EXECUTION: 11/02104 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contamini3ted materials are either detected or suspected, the City of Fort Worth and . the Engineer should be notified immediately and the work should proceed in accordance with this section. 2 . SCREENING POTENTIALLY PETROLEUM CONT AMINA TED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. ASC-21 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contaminated soil, the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient conditions or greater on PIO or FID tested soil sample will be considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PIO or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PIO or FID shall be calibrated according to manufactures instructions. d . Water encountered _ during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered. a. The Contractor shall contact the City whenever contamination from any source is suspected. 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards . c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. ASC-22 11/02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation, and Disposal of Contaminated Soil. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated . b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water separator, air stripper or GAC canisters. Contractor shall have his testing laboratory determine . that the oil/water separator treated . discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate prelreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit( s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged into a Contractor supplied ·Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oil/water separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The GGI should be properly calibrated and shquld have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will be full compensation for all labor, equipment, materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the Qity Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 11102/04 ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated grounc:t waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award. Contractor shall be responsible for all landfill costs, including , but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2 . This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed . to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. c~'" PRODUCT: I· 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: 24" Riprap Sieve Size (Square Mesh) 24inch 18inch 12inch 6inch Sieve Size Percent Passing 100 80-90 45-55 0-20 (Square Mesh) Percent Passing 11102104 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS 18" Riprap 18 inch 12inch 6inch 3inch 100 60-85 15-45 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 . 4. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade 8NP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand , or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Standard Square Mesh 3/8 in. (9 .5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No.16(1.18mm) No. 30 (600 um) No. 50 (300 um) No. 100 (150 um) Permissible Limits Percent by Weight, Passing 100 95-100 80-95 55-75 30-60 12-30 2-10 D. EXECUTION: 1. CONSTRUCTION: a. The channel side slope and the toe excavation shall be prepared to the required lines and grades. b . Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before 11102104 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 eac~ joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed . The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length . The Contractor shall adjust the actual length of the geotextile used based on initial installation experience . The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile . Failure to comply shall require replacement of geotextile . The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile . 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the th ickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric . The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore: The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other s.ource, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results . Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and broom ing . The grout shall be used in the 11102104 ASC-27 PART DA -ADDITIONAL SPECIAL CONDITIONS work within a period of one (1) hour after mixing. Retempering of ground will not be permitted . · Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting , all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immed iately 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 OMIT DA-41 OMIT DA-42 OMIT DA-43 OMIT DA-44 OMIT DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing 11/02/04 ASC-28 PART DA -ADDITIONAL SPECIAL CONDITIONS this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION In order to facilitate timely reconstruction of the affected roadway surfaces ( subsequent to water/sewer installation) under the City's roadway maintenance program, it is recommended that the proposed water and/or sanitary sewer improvements be conducted on the project streets based upon the following sequence: 1. "A" Street 2. "B" Street 3. "C" Street 4. "D" Street 5. "E" Street After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all work (including pavement repair) on each of the project streets. Please be advised that the contractor has the option of submitting a different sequence of construction than stated above. The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each street have been submitted to the City. DA-47 PAVEMENT REPAIR IN PARKING AREA The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with crushed limestone base material, compacted and level with the finished adjacent surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement · description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better.. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the 11102104 ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E ( 1500 psi} concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of -the General Contract Documents. Requirements for such encasement are specified in Sections E 1-20 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 E 1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION All combination turbo meter installations will be per attached Figure 33 unless otherwise directed by the Engineer. The contractor shall use Sileo Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved equal unless the vault door is subject to vehicular traffic i.e.: in a street, parking lot, or driveway. The appropriate size turbo meter with strainer and check valve if required will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up these item(s} at the Field Operations Warehouse. Payment for all work, materials, and all necessary appurtenances from bypass tee to bypass tee which are required to provide a complete and functional Combination Turbo Meter Installation complete with Bypass and Concrete Vault shall be included in the price bid for each. DA-53 OPEN FIRE LINE INSTALL.A TIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. 11/02/04 ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up the items at the Field Operations Warehouse . Payment for all work, materials, and all necessary appurtenances from the City side flange coupling adapter to the customer side gate valve and box; including incidental 5 linear feet of pipe, which are required to provide a complete and functional open fire line installation shall be included in the price bid for each. Payment for the City side gate valve or tap valve depending on which is required will be paid for under the appropriate bid item( s ). DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle , gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings , and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified.· INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . 11/02/04 ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concretE3 shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals are not chan9e orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form . 2. Shop drawings shall be submitted for the following items prior to installation: 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: (Project Manager) City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN 11/02104 ASC-32 PART DA -ADDITIONAL SPECIAL CONDITIONS In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications, except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the required thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C . equal to or better than the existing driveway. DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Pu.blic Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows : All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. · DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT .... This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0.001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 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 decrea~ed. 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. 11/02104 ASC-33 PART DA -ADDITIONAL SPECIAL CONDITIONS In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an uemergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew} including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE} Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OMIT DA-67 OMIT DA-68 CONCRETE VALLEY GUTTER This item shall include the repair/replacement of existing concrete valley gutters as directed by the Engineer. The proposed valley gutters will be constructed according to the detail included in these documents as ·well as conforming to Specification Item No. 314 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. The unit price bid for this item shall be full compensation for all materials (including applicable sub-base), labor, equipment and incidentals necessary to .complete the work. DA-69 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 11/02104 ASC-34 PART DA -ADDITIONAL SPECIAL CONDITIONS supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equaL The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete tbe work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing . For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type • "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D'' asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX 11/02/04 ASC-35 PART DA -ADDITIONAL SPECIAL CONDITIONS The relocation and reconnection of sprinkler system control valve and box 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. A minimum of twenty-four (24) hours advance notice shall be given when service interruption will be required. When the relocation is required, separate payment will be allowed for the relocation of sprinkler back-flow preventer or control valve and box. Payment for all work and material such as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler back-flow preventer or control valve and box. All other costs will be included in other appropriate bid item( s ). DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be 1 mechanical joints and be approved on the City of Fort Worth Standard Product list. DA-75 OMIT DA-76 11/z" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service lines and Copper Alloy Couplings: All fittings used for 1 Y:z" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose . Payment for all work and materials associated with 1 Y:z " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 OMIT DA-78 OMIT DA-79 OMIT DA-80 OMIT DA-81 OMIT 11/02104 ASC-36 DA-82 OMIT DA-83 OMIT DA-84 OMIT DA-85 OMIT DA-86 OMIT DA-87 OMIT DA-88 OMIT DA-89 OMIT DA-90 OMIT DA-91 OMIT DA-92 OMIT DA-93 OMIT DA-94 -0MIT DA-95 OMIT DA-96 OMIT DA-97 OMIT DA-98 OMIT DA-99 OMIT PART DA -ADDITIONAL SPECIAL CONDITIONS DA-100 OMIT DA-101 OMIT DA-102 OMIT DA-103 OMIT DA-104 OMIT DA-105 OMIT DA-106 OMIT 11102104 ASC-37 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-107 OMIT DA-108 OMIT DA-109 OMIT . DA-110 OMIT DA-111 OMIT DA-112 OMIT DA-113 OMIT DA-114 OMIT DA-115 OMIT DA-116 OMIT DA-117 OMIT DA-118 OMIT 11102/04 ASC-38 SECTION B PART E-MATERIAL SPECIFICATIONS 8. Manholes in open fieids, unimproved land , or drainage courses shall be at an elevation shown on the drawi ngs or m inimum of 6 inches above grade. E . MEASUREMENT AND PAYMENT The price bid for new manhole installations shail include the cost of join t sealing and payment will be made from the appropriate Bid ltem(s). For existing manhole adjustment and/or sealing , the cost of sealing shall be included in the appropriate bid item and payment will be made for these items. SECTION C UNIT II: TRANSPORTATION/ PUBLIC WORKS SPECIAL INSTRUCTIONS TO BIDDERS (T/PW) SPECIAL PROVISIONS FOR STREET AND STORM DRAIN GENERAL CONSTRUCTION NOTES SECTION C SPECIAL INSTRUCTIONS TO BIDDERS (T/PW) SPECIAL INSTRUCTION TO. BIDDERS . (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier 's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five ( 5%) per cent of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded . To be an acceptable surety on the 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 aqthorized and admitted as a reinsurer in the state of Texas and is the holder of a ce1;tificate 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 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code. In order for a surety to be acceptable to the City, 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. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents . Said bond shall solely be for the protection of the City of Fort Worth . All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. 10/27/04 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6 , of the "Gener.al Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4 . AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting discrimination in employment practices . 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not le ss 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 ~revailing wage rates are included in these contract documents. (b) The contractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection . (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above . ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Section 8 .9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted . 7. FINANCIAL STATEMENT: A current certified financi al statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required , is to be prepared by an independent Public Accountant holding a valid permit is sued by an appropriate State Li censing Agency. 8. INSURANCE: Within ten (IO) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (~odily Injury:$500;000 ea ch person, $1 ,000 ,000 eat h occ urrence ·($2~000 ,000 aggregate limit); Prop'eey Da~age -$250,0QO ,each occurrence). The City reserves the right to request any other in surance coverages as may be required by each individual project. 9 . ADDITIONAL INSURANCE REQUIREMENTS: a . The City , its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies exce pting employer's liability in surance cove rage under Contractor's workers' compensation in surance policy. 10/27/04 2 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 in surance 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. 1. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim . or lawsuit or which could result in a property loss. . · Contractor's liability shall not be limited to the specified amounts of insurance required herein . m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents . 10 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower th an the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. ''Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state . 10/27/04 3 This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its bid to meet specifications . The failure of a nonres ident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals fonhe 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 W AIYER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation 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 that three (3) years. q . AW ARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiriltion of ninety (9Q) daY.s)'re1"rif'the·~t~ ~e ,~EJ riIL~ TJ9:N F(?~, PRIME CONTRACTOR W AIYER FORM; GOOD F AITH'EFFORT FORM, and/or the 'JOJITT' VENTURE ·FORM ("l)ocunientation") as approptjate·is received by the qty;_ The. awaf d of c~ntract, i{~ad~, will be wit.bin ninet)f (90) days after this documentation is recei\Teci, but in nob~ will the ~ -~~ • ~·'· • • ....... • ' -' ... :a ~ •..• t ·~.-:. ..... • ,t -~ ~ . -_ award be.made until all the responsibility of the bidder to whoin it is proposed to award the 'contract ~~~.;-~:Vt -... ""i..# -··· ' .. ' \ •• • _, "' •~ -• • ~ ..... lias ~en venfied. 13. PAYMENT: The Contractor will receive full payment (minµs retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the pians ,ijesk oi'the Department of Engineering Construction Division at (817) 871-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive . 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A . Workers Compensation Insurance Coverage 10/27/04 4 a . Definitions: Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 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 toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b. The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: ( 1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project. 10/27/04 5 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 cove rage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (I) 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 wiring by certified mail or personal delivery, within ten ( I 0) 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 ( l) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J . By signing this contract or providing or causing to be provided a certificate of coverage, 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 fal se or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions . 10/27/04 6 k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity . B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules . This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal 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 worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16 . NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections I3A-2l through l 3A-29), prohibiting discrimination in employment practices. 17 . AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents , or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's 10/27/04 7 alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19 . PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period . b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d . The warranty period shall begin as of the date that the final punch list has been completed. e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city 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. 10/27/04 8 SECTION C SPECIAL PROVISIONS FOR STREET AND STORM DRAIN SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................................................... SP-4 2. AW ARD OF CONTRACT ....................................................................................................................... SP -4 3. PRECONSTRUCTION CONFERENCE .................................................................................................. SP -4 4. EXAMINATION OF SITE ...................................................................................................................... SP-4 5. BID SUBMITIAL .................................................................................................................................... SP-5 6. WATER FOR CONSTRUCTION ............................................................................................................ SP-5 7 . SANITARY FACILITIES FOR WORKMERS ........................................................................................ SP-5 8. PAYMENT ................................................................................................................................................ SP-5 9. SUBSIDIARY WORK .............................................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...................................................................................................................................... SP-5 11 . WAGE RA TES ..................................................................................... , ................................................... SP-5 12. EXISTING UTILITIES ............................................................................................................................. SP-5 13. PARKWAYCONSTRUCTION ............................................................................................................... SP-5 14 . MATERIAL STORAGE ........................................................................................................................... SP-5 15 . PROTECTION OF EXISTING UTILITIES , AND IMPROVEMENTS .......................................................................................................................... SP-6 16 . INCREASE OR DECREASE IN QUANTITIES .................................................................. , ................... SP-6 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .......................................................... SP-6 18 . EQUAL EMPLOYMENT PROVISIONS ............................................................................. : .................. SP-6 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................................................ SP-7 20. FINAL CLEAN UP ................................................................................................................................... SP-8 21. CONTRACTOR'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW ........................ -..................................................................................... .-: ........... SP -8 22. SUBSTITUTIONS .................................................................................................................................... SP-11 23. MECHANICS AND MATERIALSMEN'S LIEN .................................................................................... SP-11 24 . WORK ORDER DELAY ......................................................................................................................... SP-11 25 . WORKING DAYS ................................................................................................................................... SP-11 26 . RIGHT TO ABANDON ............................................................................................................. , ............. SP-11 27. CONSTRUCTION SPECIFICATIONS ................................................................................................... SP-11 28. MAINTENANCE STATEMENT ............................................................................................................ SP-11 29. DELAYS ................................................................................................................................... SP-11 30. DETOURS AND BARRICADES ............................................................................................................ SP-12 31 . DISPOSAL OF SPOIL/FILL MATERIAL .............................................................................................. SP-12 32. QUALITY CONTROL TESTING ........................................................................................................... SP-12 33. PROPERTY ACCESS .............................................................................................................................. SP-13 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................................... SP-13 35. WATER DEPARTMENT PRE-QUALIFICATIONS ............................................................................. SP-13 36 . RIGHT TO AUDIT .................................................................................................................................. SP-13 37. CONSTRUCTION STAKES ................................................................................................................... SP-14 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................. , ........................................................ SP-14 39. -EARLYWARNINGSYSTEMFORCONSTR.l.JCTION ·· : . · ··: · ,·, •. ,· .. , ·::.:·.s-;f;;;t s':'.';-:\,,,9:;§p f4 ~'o: · _. · · · ··· · · ·. · . : . r ·:· .... ·::·:.-·: .. ··:'.~···;::,:: .. ~·--fi't;:::::·:,l :r;·.:~1\;;:};s,>~ >: -AIR POLLUTION WATCH DAYS ......... , ................ : ... , .. , .. ~ .... , .. :.:· .. , .... :., .. ;"·:'""'';.,., ...... 7!' .. , •••• ,t·,···;, ... ,~,· .. :··Sf'..,15 10/27/04 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table <>f Contents CONSTRUCTION ITEMS: 41 . PAY ITEM -UNCLASSIFIED STREET EXCAVATION ...................................................................... SP-15 42 . PAY ITEM -6" REINFORCED CONCRETE PAVEMENT ................................................................... SP-16 43. PAY ITEM-SILICONE JOINT SEALING ............................................................................................. SP-16 44 . PAY ITEM -7" CONCRETE CURB ........................................................................................................ SP-20 45 . PAYITEM-RETAININGWALL ........................................................................................................... SP-20 46. PAY ITEM-REPLACE EXIST. CURB AND GUTTER ......................................................................... SP-20 47. PAY ITEM-HMAC TRANSITION ......................................................................................................... SP-20 48 . PAY ITEM -6" PIPE SUBDRAIN ........................................................................................................... SP-20 49. PAY ITEM -TRENCH SAFETY ............................................................................................................. SP-20 50 . PAY ITEM -8" THICK LIME STABILIZED SUBGRADE AND CEMENT FOR SUBGRADE STABILIZATION ............................................................ : .................... : .............................. SP-21 51. PAY ITEM -6" HMAC PAVEMENT (THICKNESS TOLERANCES AND HMAC TESTING PROCEDURES) .................................................................................................................. SP-21 52 . PAY ITEM -CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADW ALKS, WHEELCHAIR RAMPS AND DRIVEWAYS) ...................................... SP-22 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS, LEADW ALKS AND WHEELCHAIR RAMPS .................................................................. SP-22 54. PAY ITEM -REMOVE EXISTING CURB AND GUTTER ............................................................. " .... SP-22 55 . PAY ITEM -REMOVE EXISTING CURB INLET .................................................... : ............................ SP-22 56. PAY ITEM -6" REINFORCED CONCRETE DRIVEWAY ................................................................... SP-23 57 . PAY ITEM -REMOVE AND CONSTRUCT CONCRETE STEPS ........................................................ SP-23 58. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP ....................................................... : ............................................... SP-23 59. PAY ITEM-REMOVE AND REPLACEFENCE ................................................................................... SP-23 60 . PAY ITEM-STANDARD 7" CURB AND 18" GUTTER ...................................................................... SP-24 61. PAY ITEM -REMOVE AND RECONSTRUCT MAILBOXES/MISCELLANEOUS ........................... SP-24 62 . PAY ITEM -BORROW ........................................................................................................................... SP-24 63. PAY ITEM-CEMENT STABILIZATION .............................................................................................. SP-24 64. PAY ITEM -CEMENT ........................................................................................................................... SP-24 65. PAY ITEM-NEW 7" CONCRETE VALLEY GUTTER ......................... : .............................................. SP-24 66. PAY ITEM -STORM DRAIN INLETS ................................................................................................... SP-25 67 . PAY ITEM -TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN ......................................................................................................... SP-25 68. PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR GREATER THAN 1 ACRE) .................................................................... SP-25 69 . PRE BID ITEM -PROJECT DESIGNATION SIGN ............................................................................... SP-27 70. PRE BID ITEM -UTILITY ADJUSTMENT ........................................................................................... SP-27 71. PRE BID ITEM -TOP SOIL .................................................................................................................... SP-27 72. PRE BID ITEM -ADJUST WATER VAL VE BOX ................................................................................ SP-28 73 . PRE BID ITEM -MANHOLE ADJUSTMENT ....................................................................................... SP-28 74. PRE BID ITEM -ADJUST WATER METER BOX ................................................................................ SP-28 75. NON-PAY ITEM-CLEARING AND GRUBBING ................................................................................ SP-28 76. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ................................................................... SP-28 77 . NON-PAY ITEM-PROTECTION OF TREES, PLANTS AND SOILS ................................................ SP-28 78 . NON-PAY ITEM -CONCRETE COLORED SURF ACE ....................................................................... SP-29 SP-2 79 . 80 . 81. 82. 83 . 84. 85 . 86. 87 . 88 . 89 . 90., 9J .. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents NON-PAY ITE M -PROJECT CLEAN-UP .............................................................................................. SP-29 NON-PAY ITE M -PROJECT SCHE DULE ............................................................................................ SP-29 NON-PAY ITEM -NOTIFICATION OF RESIDENTS .......................................................................... SP-29 NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION .............. SP-29 NON-PAY ITE M -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................................ SP-30 NON-PAY ITEM -WASHED ROCK ...................................................................................................... SP-30 NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ................................................................... SP-30 NON-PAY ITE M -LOCAT ION AND EXPOSURE O F MANHOLES AND WATER VALVES .......................................................................................... SP-30 NON-PAY ITEM -TIE-IN INTO STORM DRAIN STRUCTURE ........................................................ SP-3 l NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ...................................................................... SP-3 l NON-PAY ITEM -: F.E ~ FOR ~TREET y sE PE!™!}:S _A~P, F.-§-~~~ECTIONS ............. , ................ SP-3 l . NON PAY.ITEM ·~ T EMPOR.ARY,EROSION,,$EDJM$Nf;.~ WAT,ER t ' ~ ,: ,' ,, ~.:P OLLUT IQ.N :CONTR'QiAFoi(oi s fIJRB~ttAR¥Xs 'iES~ni~!iAGRE) ~-P~l ·NON PAY ITEM -TRAFF, · · 1c·· cA:o·..:~·oL· ·· : .'{.-;.:--,-::;··"?t11</;·:, L'-:\'· ·· .. · . .,..·.,·· ·,,:-tt~.,~~· \t' < ·.s,·p ::.2 ·. ~ . . _ . _ ... ~. . _ 1"« .J..~. · ... ·•,!'1,.•···--~··"·-···~··:····--~c···i.·•······,•·•,••:.:·!"""'·······~-·-···~··1t···1···~··~·!.!~.._.,.·~····•··..-: ... ,/1 .,,;, . 10/27/04 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7 Project No. 00020 Unit I -Water Project No. P264 541200 605170002083 Unit I -Sewer Project No. P274 541200 705170002083 Unit II -Street Project No. C200 541200 2054000020830 D.O.E. No.4573,4416,4417 PAVING RECONSTRUCTION AND DRAINAGE IMPROVEMENTS: Ida Way -Hillside Ave. To S. Hughes Ave, (DOE No. 4573) S. Hughes Avenue -Ida Way To M.L.KING, Jr. Freeway (US 287), (DOE 4416) Sun Valley Drive -E. Loop 820 To Kay Dr. (DOE No. 4573), and Canberra Court-Thannisch Ave. To Berryhill Dr. (DOE No. 4417) 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the follow ing : Reconstruction of Ida Way, S . Hughes Avenue, Sun Valley Drive and Canberra Court and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. t .~ WARD OF CONTRACT: Sµbm,ls s j9 r;i of_-Biqs :,Unit 1 anq Unitll constitute a package. IMne . · ...... :t, .. .,,.-~ :. J·· ,\,("4:-_, ..... Y. ~. -'--?"""> ..,. • .... ~ t,. ;· ·-· ... _,.,.. ~ ;... .. -• • • 'I -~--\ ' • . • -~ .,.~ . ... ...... Contr: ctor sabm1ts a l:M on both:tlrnU .and Unit.II -and nas the. lowest i:espons1ve proposal price, · -_·1 ~~ lJ,.·:,,,""~---i"'.,..·~I."' -3"· ·q·._ .. ,..,~.,. ,. :i:'-:l't~· ,~·-· ·~ ... k .r ... --,.i,>(", • -·• "-, , ~·- t~ . Cg_o t~~3-l9!~Wi~I ~-~-_tt}.~ ~P8 ~[~nt~~.?f~~~1}i1. bidd~r t<:>J: !h)~;l~oi_~pt _ ·_.:rtJ e. ~<?Atfact~r 9a_ri,..~i t either ~h~J t~.A.9~~!tes nate aqc:1/or. th~ C9ncre.te alternate . The additive alteq1~te must be included in any bicf ., . -~'- B idders are hereby informed that the Qirector of the Depprtment o,f Engin~eri_ng reserves the righ t to evaluate and recommend to the City Council the best bid ;that is considered to be in the best interest of the City . 3 . PRECONSTRUCTION CONFERENCE : The successful Contractor, Engineer, and Cify -City shall --~ • -.• w meet at the call of the Ci!Y, for a preconstruction conference before any of its. work begins on this project. At this time, details of sequencing of the work, contact individuals for each party , request for survey, and pay requests will be covered. Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. As used .herej ri , the.term ~Engineer" shall mean the design engineer who prepared ~D9Ji~~J~dJ h~:pla~·s_, iRecificatiqns ~nd contract documents for· thisj~roject. 4. 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 CQ.QJ;l i[oii~;t g_~t 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 preparation of the Proposal and all unusual <$~ii~ltlo_nt thaf.N~Y1Me rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. During the construction of this project, it is required that all parkways be excavated and shaped including bar ditches at the same time the roadway is excavated . Excess excavation will be SP-4 disposed of at locations approved by the Engineer. Duri ng construction of th is project , the Contractor shall comply with present zoning requ irements of the City of Fort Worth in the use of vacant property for storage purposes . 5. BID SU BM ITT AL: Bidders shall not separate, detach. or remove any portion , segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Department of Engineering. 6 . WATER FOR CONSTRUCTION: Water for construction will be furn ished by the Cont ractor at his own expense. 7 . SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8 . PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified .i n the plans and specifications and approved by the Engineer per actual field measur~ment. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, 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 or work, the cost of which shall be included in the price bid in the Proposal for each bid item/lncl ua 1tig bufiiff>( limited td 's.urfat e 'restoratio n clean'up and relocation of m ail boxes . All objectionable matter required to be removed frotn within the right-of-way and not particularly described under these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsid iary to the other items of the contract. 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7 , "Legal Relations and Responsibilities to the Public" of the "Sta ncl a.rff:Specifi ca'iiohs f cfr\s f reefari'ff'.SJ6rrri"'D ra iri C ons'truction": 11. WAGE RATES: The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements , as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid . (Attached at the end of this section .) 12 . EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Coritractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to prov ide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility Gity due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. 10/2 7/(f4 SP-5 13. PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Department of Engineering . 14. MATERIAL STORAGE : Material shall not be stored on private property unless the Cont@ctor has obtained permission from the property City . 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Cpntrac!or shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or 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. 16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . N<r additional compensation shall be' paid to 'Co ntracfor folerThrs in the ~ . ~.,,,...... "'' • ;.. ., .i,•,· . . -~ ,. . ...~ ·" ... -~ ~ -¥~-:;, qu~~i!i~~-~'F,J n.~I paym~pt will ~e based upon field mea~urements. :~~e,~ity resei;ves t~~Hig'1t ~~ al er~ne:quant1t1es of the work to pe performed or to extend or shorten the improvement~. at an~ "~.<;,; . ~ ""-· ·, .. ...., ~--; ' ,:-,. ·-~ ,I-• f' ' . 'f -,,,... \I' .·,; #,t{.,( • ~ ' ~ •. , ~-_,,.it.J.~~ time·w en "and as found ·to be necessary, and the Contractor shall perform the work as -alt~red, increased Sr decreasecl 'at the unit prices as established 'in the contract .docJ ments. No allowance ~lkb e m~ci~;to_rc3 ny <?.hanRe,s 'in anticipat~d profits or s~ill suc:h cti:~nge§ be '9o~id_e~cLi s wa ivi rfo tifl 1r\y~lidatin'g any conaiti ons ··or provisions of the·contract Documents : \(~!i.~tiJ>r:i f iQ q.uant~ti_es of_ sto_rr,:1 drain pipes in depth cat~~ori~s shall be Ln,terpreted_ herei~ ·.c3~ applying t<ft~e overall quantities of storm drain pipe in each pipe size :bat not to · th~ variou~ d_epth c~tego'ries. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor;;eo~ena nfs)fncfagr e~s tg mc.t emffi~Gity•s"Er\gineer]rici Arcfiitec(:and ff1eiriersonnel atJhe· p~oje6t'sife ·fof Cont~etcff't ~~ ~tfg1i~~l'l$~.:~i:1,9 ~d9lt!cfn ~¢ontracfor·coven ants and~~grees to :1~derrinffy ~~9!ciJ1ari:n1es~:pd~ (l~f~M(at!t~·;:oi.rn expen.se ;, the City, it~ offi.cers , servants. arid empl~yees, -frpn:i ~ aJjd ~gai ~sf ~~" and )ID~c!aims':o r suits .for ,prC>perty loss /property damage, persona! injury,'in~!u9in_g a eatl}1:;a[isi ~g out .of, or-alleged -to arise out of, the work and services to,be performed 'hereunder -by Qontractor; its 'Of'.fi~E!i"s ;.:agents; empl_e>ye~s . subcontractors, licensees or invite~s .. w#Je~/1'!"/'' riot ani,;su'gh •. ~~ . ·t' :·_ ..... '..I'., '· ·~ · · •J. l " • · . 1 • . • _.-.: . '' · ·" ' {!J{J!~tl (ain i ge ·~,:.~~a,thi~,'f.~~se,~, in.whple,,_~f i~ pa.,:t1 ~yJ~e·l1,,eglig_~9 c~_or alleged _. !!~1'9f!'!P.~ 9 ~-C,ty, ,ts 0/fi<?,ers, servants, or employe,es. Contractor hl\~Y".'ISJf cove '!ants -~n_d ~g~~~s~Yfi!:!_~m.~~fy. anct ho\g .. harr_nless !h~ yity from and against a~Y, and ~ll :i,:ij~riesJ9, C_i~'s officers.r seryants and employees and any ·damage, loss or destruction tq property of the City ~r (s'lbg;froni jt{~ perf9rrnance· .of any of t~e Jenn~ and condi~ions of this ~ontrad, yvhether .or; n9t ;.;,-l.·~~-.. -,-~ "1; _,._,,t':i;_c ·., • .-. _ .. ,:. ~-... ,. >' ·'·' -. • ... ~ any_'such Jnjuty.':or cl41jiage Is caused in whole or in part by the negligenc~ or alleged ~\.,:1;:1~~-·-"\•"'c'· , .. ·, , ..., • · ~ ,iegllgence ~f City, its officers, servants or employees. hi tne''everit City receives a written claim for damages against the Contractor or its suocontractors •11<~•-J(";'-'}, \ ... ~,~-'> !'"~ . .,.. _;., .... ,.. '_ • Rr'tirfq'final Qayment, firial payment shall ,not be made_ until Contractor either (a) sub_mits to City ' ' ,·t: : f ; ~-,: »... i: "'-r. --' ' '.·' ;.., . ~ ' . :.i, ' .... ' ' ~.;. • salisfactory'evidence that .the claim has been settled and/or a release from the -claimant involved, er~~Y provJ~~l City witH aJ ej e(f~om Cbr'ltractor:'s liability.insurance ·carrier tl)at th~ claim ·has peen r.~fe r,red .to:the ihsur?ince' .carrier. SP-6 The Director may, if,.deemed .appropriate, refuse to accE:lpt bids on other City of Fort Worth public wo·rk from a corifractor against whom a claim for damages is outstanding as a result of work performed un8er a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12- A-29) prohibiting discrimination in employments practices . The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by 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. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM , M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within fine (5) city business days after bid opening . Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. 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 acts (other than a negligent misrepresentation) and /or the commission 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 statement. Further, any such misrepresentation (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 not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notfce to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor( s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non-respons ive . 10/27/04 SP-7 Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportun ity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order During the term of the contract the contract shall : 1 . Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces , the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City , and , 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : a. Fciilure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . b . Failure of Subcontractor to provide required general liability of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan . d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been ¢.e>itjpleted. No more than seven days shall elapse after completion of construction before the roadway and ROW. 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 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 . 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a . DEFINITIONS: b. 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. 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 . 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 10/27/04 SP-8 project, regc;1rdless 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 , City-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. 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 ttie coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e . The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity : (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f.. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractors.hall notify the governmental entity in writing by certified mail or personal delivery, within" ten ( 10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, 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) (2) 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; 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 SP-9 j . k. B. 10/27/04 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 cert ificate of coverage show ing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obta in form 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 ; (c) retain all requ ired certificates of coverage on file for the duration of the project and for one year thereafter . (d) 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 prov iding services on the project; and (e) 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. 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 appropriate insurance carrier or, in the case of a self- insured , with the commission's Divis ion of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to admin istrative, criminal, civ il penalties or other civil actions . 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 day after receipt of notice of breach from the governmental entity . 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 Commission rules . This notice must be printed with a tit le 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 : SP-10 . "REQUIR.ED 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 worker's 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 identify 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". 22 . SUBSTITUTIONS: The specifications for materials set out the minimum standard of quallty tha t 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 mate.rial_ that 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 substitutes is procured by the Contractor. Where the term "or equal", 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 providing 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 the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right-of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. 26. RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications , except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS 10/27/04 SP-11 A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer . If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28 . MAINTENANCE STATEMENT : The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of th is project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes . 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Confra9.tor to the l)._ir~9Jor "of._ ttie Oe_p art,nient of Engjrfeer ing and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans . . . Construction signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Vol. No. 1." 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit , including any necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal s ite , upon notification by the Director of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 1_0127/04 SP-12 32 . QUALITY CONTROL TESTING : (a) The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto . (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City . (c) Quality control testing of on site 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 i.n no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. ( e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify_ the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLT AGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall ,have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case . 10/27/04 SP-13 (d) The Contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. 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 workspace in order to conduct audits in compl i"ance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of such subcontractor involvi ng transactions to the subcontract and further, that City shall have access during normal worki ng 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 together w ith subsection (c ) hereof. C ity shall give subcontractor reasonable advance notice of intended audits . 37. CONSTRUCTION STAKES: The City , through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes , and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve , maintain , transfer, etc., all stakes furn ished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense . No claims for delay due to a lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS; 10/27/04 SP-14 The Contractor will make every effort to protect exist ing trees within the parkway, with the approval of the engineer the Contractor may re-locate proposed new driveways and walks around ex isting trees to minimize damage to trees . T~e W<;>rk progress¥ on all ~,anstru:ction pr,oje~ts . W,il.l b~ closely"mqriJot.,e~; .Q~ a pf.'.rij onl bl}i 'as \~}~e perc~ntage of wo~k completed will be compared to t~e percentag~ .of tl"!1E3' Ghi3 ~9~J:I" ~ot !P: .. ~:G!tn tra 9!; If the amount of work performed by the Contractor 1s less than the percen tage ofJ1m~ ~llow~d.·by 20% or more (example : 10% of the work completed in 30% of the stated contract tim~ as"ma{be amended by change order), the following proact ive measures will be taken : 3. Any notice that may, in the City's .sole discr~tion , be, i req·uire f to;j e}J:ir.oV;@~g}to !n\eres~e.d ,_i ndividuals will distributed by the -Engin'~eri ng Depar:fm~n_t·s r Pyblic Information Officer. 4 . 40 , AIR ~POLLUTION WATCH _ DAYS : The Contr_a~to r,;shall .,.~~ .fefl ~if~~:,l Q\o~s~cx~··:jU{f ()Uiw1n'.9 gui gelines _rErlati n,~·to ~9r~ing o.n·;City :co_nstru()tioi:i,,:sU~,~-9t1{9Ji!Y~,,:~,~~-ign2 t.~~.-~~:1;~1B,R.9.~tUTION YIJATGH DAYS". {Typ_1cally, the OZ<;)NE SE~SOt'J ;_w,1th1 rr:t ne M~tr pple,~,ra(~a}-'fY1J SA rQ m~a¥;:t_; th rough OCTOBER 3( with 6:00 a.m : -10 :Q_O 9 .m:·P~i,ng p:i~ic;pl ,.~EQ~H§E .• s.~l~~).Q~,?.;:.~,g,q,M THIS .TIME PERl9D HAVE ENOUGH :nME TO BAKE IN THE ROT AT MO$'PHERE T;H:;T,'Ll;:AD.S TO EARLY AFTERNOON OZONE FORMATION. SP-15 If t ne·'copfractor is unable to perform continuous work for a period of at least seven hours between th ~ hou rs of ·7:00 a.m . - 6 :00 p.m ., on a designated Air Pollution Watch Day, that day w ill be co_nsidered ~s a ~~ather day and adde~t pnto the _allp..,,able weather day~ of a given month. CONSTRUCTION 41. PAY ITEM -UNCLASSIFIED STREET EXCAVATION : See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item. Operations necessary to w indrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . During the co.nstruction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the engineer. The intention of the Ci _,_ is to pay only the plan quantity without measurement. Should eithe r contracting party be able to show an · error in the quantities exceeding 1 O percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . · 42 . PAY ITEM-6 " REINFORCED CONCRETE PAVEMENT: (a} All applicable provisions of standar d Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in t he intersections. The unit price bid per square yard shall be full payment for all labor, mater ial , equipment and incidentals necessary to complete the work. (b} Once an evafuation of the pavement is made to determine whether the crack is due to distres s or minor shrinkage , the following policy will apply: (1} When the crack is minor and due to shrinkage (cosmetic}, then no further treatment will be needed . (2) If the crack is due to distress (structural}, the failed pavement must be removed and .replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3} Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. ( c} All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Eng ineer. Screeds will not be allowed except if approved by the Construction Engineer. 43 . PAY ITEM - SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: 10/27 /04 CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SP-16 SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2 . (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2 .210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint SE;lalant as manufactured by Dow Corning Corporation, Midland, Ml 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** MIL-S-8802 ASTM D 1475 **** **** **** AS CURED -AFTER ASTM D 412 , Die C ASTM D 3583 (Sect. 14 Mod .) ASTM C 719 ASTM D 3583 10/27/04 Non Volatile Content, % min . Extrusion Rate, grams/minute Specific Gravity Skin-Over Time, minutes max . Cure Time, days Full Adhesion, days Mod. Elongation,% min. Modulus @ 150% Elongation, psi max. Movement, 10 cycles@ +100/-50% Adhesion to Concrete ,% Elongation min. SP-17 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 9 No Failure 600 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod .) Adhesion to Asphalt , % Elongation m in . 600 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail " sheet for the var ious joint details with the ir respecti ve dimensions . 3 . TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the Engineer with in 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1 /4 inch width "green " saw-cut and the "reservo ir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints .) The pavement shall be allowed to cure for a minimum of seven (7) days . Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned , and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4 . EQUIPMENT 4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beg inning of the work . The minimum requirements for construction equipment shall be as follows : 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4.3 High Pressure Water Pump : The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut jo int. 4.4 Air Compressors : The del ivered compressed a ir shall have a pressure in excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal of ~II free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump : The output shall be capable of supplying a sufficient volume of sealant to the joint. 4 .6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4 .7 Sandblaster: The design shall be for commercial use with air compressors as ·10i27/04 SP-18 specified in Paragraph 5.4 . 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 10/27/04 5.1 General : The joint reservoir saw cutting , cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail " sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints : Immediately after sawing , the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination . When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting'from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the term ination of the sandblasting, the joints shall be blown-out using compressed air . The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. . Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement .temperature is less than 40F (4C). Joints shall not be sealed unless they are cle~n and dry. Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. SP-19 Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints : A representative of the sealant manufacturer shall be present at the job site at the beginning of the fina l clean ing and sealing of the joints . He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant insta ll ation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . 6 . WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement material free of charge to the City . Also , the Contracto r shall provide the Engineer a written warranty on all sealed joints . The Contractor shall agree to replace any failed joints at no cost to the City . Both warranties shall be for two year§ after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery , and application of those sea ling materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint seal ing in conformity with the plans and these specifications. 44. PAY ITEM -7" CONCRETE CURB : The Contractor may, at his option, construct either integral or superimposed curb . Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 45 . PAY ITEM-RETAINING WALL : This item will consist of placing retaining walls in locations and at heights determined by the engineer in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall With Sidewalk" where applicable. All existing br ick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. · 46. PAY ITEM -REPLACE EXIST. CURB AND GUTIER: This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the Engineer in the field. The proposed curb and gutter will be of the same dimensions as the ex isting curb and gutter to be removed . Quant it ies for th is pay item are approximate and are given only to establ ish a unit price for the work 1012z104 SP-20 The price bid per . linear foot for "REPLACE EXIST. CURB AND GUTTER" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47 . PAY ITEM -HMAC TRANSITION : This item will consist of the furnishing and placing at varying thicknesses an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 48. PAY ITEM - -6" PIPE SUBDRAIN: No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 49. PAY ITEM -TRENCH SAFETY: Description: This item will consist of the basic requirements wh ich the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administrat ion , U .S . Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall , in addition, comply with all other appl icable Federal, State and local rules, regulations and ordinances . Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the lfneiir foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design , materials, tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe . The price bid.· per ·sqi.iare ya·rd for "8" THICK-UME. STABldZEp SU BG RADE" as shown. in the Propospl wm ~-f1:JII p'ayl'Tlehtfor all laoor;_equipmenlJools and-indiderifals ·necessary to cotnpieteUie-work :-. The ~!§~1~~~~1J€~)or~\J~E ·~<?~J~~r-~PE}T,~°!~IZATiQN~:~s ,~·Hown:in lthe .Rropo~al wiil be f ull . QaYtn~oL 9,r: r:p~a\!;fqals · nece.ssary J o ·complete.me worl<. 5 1·~'-PAY ITEM ':.'6 ·H ~M)(c: PAVEMENT (Thickness Tolerances and~HM.A.C testing Procedures): '.J:fi o~i~.l~Pt~~,s~all -~0 -c:!;3: d~~P -T ¥Pe ~B".cou~.se .plac~a Jn one lift. The surface course shall be a 3~'(:feep Type "D" course placed in one lift. jp/.r},7/04 SP-21 All provisions of Standard Specification No. 312 .7 'Construction Tolerance' shall apply except as modified herein : 1) After completion of each asphalt pav i ng course , core tes ts will be made to determine compliance with the contract specifications . The hot-m ix asphaltic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engi neer. The thickness of individual cores will be determined by averag i ng at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient th ickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained wh ich are at least of specified thickness. The width of such area shall not be less than Yi of the roadway width . 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up t he difference in the base thickness with surface course material. 3) The surface course must be the plan th ickness . This does not include surface course mater ial used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and rep laced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications . 6) HMAC Testi ng Procedure : The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference . This design shall not be more than two (2) years old . Upon submittal of the design m ix a Marshal (Proctor) will be calculated , if one has not been previously calculated , for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D" Upon approval of an asphalt m ix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B " and for Type "D" asphalt will be 91 % of t he calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more'than 300 feet apart. The above requ irement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D " asphalt additional cores must be taken to determine the applied thickness . 52 . PAY ITEM-CONCRETE FLAT WORK (CURB, CURB & GUTTER, SIDEWALKS, LEADWALKS, WHEELCHAIR RAMPS AND DRIVEWAYS): SP -22 Concrete flatwork .i s defined as curb , curb and gutter, sidewalks , leadwalks , wheelchair ramps and driveways as shown in the plans . This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the spec ifications governing each specific item . Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed , which includes backfilling and finished grading . 53. PAY ITEM-REMOVE EXISTING CONCRETE SIDEWALK, DRIVEWAYS, STEPS . LEADWALKS AND WHEEL CHAIR RAMPS: This item includes removal of existing concrete sidewalks, driveways , steps , leadwalks and whee lchair ramps at location shown on the plans or as designed by the Engineer. See Item No . 104 "Removing Old Concrete ", for Specifications governing this item. 54 . PAY ITEM-REMOVE EXISTING CURB AND GUTTER: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter, laydown curb removed, and for all labor, tools , and iricidentals necessary to complete the job. 55 . PAY ITEM-REMOVE EXISTING CURB INLET: This item shall include all labor, materials , and equipment necessary to remove and dispose of the existing inlet and removal and connection of the existing RCCP lead pipe inlet as shown on the Plans and as directed by the Engineer. 561f RAVtiTEtv1 ·.:::6" THIGkREINFORCED CONCRETE .DRIVEWAY: ~f~1~:n~~r~-:*P~Cifi cation ' ft~m N?. 504 ,. "Concret6 'Sidewalks ·and Driveways" fo r specifical lons governing this ,tern as well as details S-S5 and S-S5A. 57. .PAY]TEM.,... REMO.VE AND CONSTRUCT CONCRETE STEPS : r:t~ prig~~bi~.,P.ij }~a~t§tof "r{[~PV s ;co~t!3E"f~;$T!:~S·,~nq _;t~Q ~§)]~Y<?I :CQN ¢R~E~§TEPS'.' ~~:s~ownJ.0Jtl~;!;~fqP9t~t ~il t,~~1. full J>ayrn~n.tfo,t rJJ)J:M rials in,~Jud ~ng all li:i99 r,, e.q y ipm~n\to9J~~and uic1deqtci1 s·necessarylo complete the removal and -con.struct,on of each ~et of concrete ·steps . 58. PAY ITEM-4' STANDARD CONCRETE SIDEWALK, LEADWALK AND WHEELCHAIR RAMP: All applicable provis ions of standard Specifications Item 104 "Removing Old Concrete" and Item 504 "Concrete Sidewalk Driveways" shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed details, or as directed by the Engineer . ~0727/04 SP-23 The Contractor shall not remove any regulatory sign , instruction sign , street name and sign or other sign which has been erected by the City . The Contractor shall contact Signs and Marking Division, TPW ([:>hone 871-7738). All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers instructions . "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specification . The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item . The method of application shall be by screen , sifter, sieve or other means in order to provide for a uniform color distribution ." 59 . PAY ITEM -REMOVE AND REPLACE FENCE: This item shall include the removal and reconstruction of the existing fence at the locations shown on the plans or where deemed necessary by the Engineer. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents , employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments , tools and incidentals necessary to complete the work. 60. PAY ITEM -STANDARD 7" CURB AND 18" GUTTER: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: · Subsidiary to the unit price bid per linear foot shall be the following : a . A minimum of 5 " or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. b . If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. · Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is requi red . 61. PAY ITEM-REMOVE AND RECONSTRUCT MAILBOXES/ MISCELLANEOUS: This item includes the removal and reconstruction of existing mailboxes , brick walls, flowerbed trim and miscellaneous items within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items . Items which are to be repaired or reconstructed should look 10/g7L04 SP-24 architecturally the .same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply . 62 . PAY ITEM -BORROW: Where shown on the plans or where designated by the Engineer, existing curb and or gutter and existing laid down curb shall be removed and disposed of in a manner satisfactory to the Engineer. Measurement will be by the linear foot for curb and gutter as shown on the proposal and will be full compensation for the removal and disposition of the curb, curb and gutter, laydown curb removed , and for all labor, tools, and incidentals necessary to complete the job . 63. PAY ITEM-CEMENT STABILZATION : All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply . 64 . PAY ITEM-CEMENT: All applicable provisions of Item 214, 'Portland Cement Treatment' shall apply . 65 . PAY ITEM -NEW 7" CONCRETE VALLEY GUTIER: This item shall include the construction of concrete valley gutters at various locations to be determ ined in field . Removal of existing, asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furn ishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsid iary to this Pay Item. See standard specification Item No . 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No , 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic . Work shall be completed on each half within seven (7) calendar days . 66 . PAY ITEM -STORM DRAIN INLETS: An alternative method of construction fo r these items will be "Pre-Cast" manholes and inlets . If the Contractor desires to use this method , he must submit details for the construction to the Transportation and Public Works Department fore rev iew and approval if said details are acceptable. The Pre-Cast construction must be equal or superior to the strength requirements for this item as set out in Item 444, "Manholes and Inlets" and sa id construction shall be in compliance with all other requirements of Item 444 where applicable . 67 . PAY ITEM-TRENCH EXCAVATION AND BACKFILL FOR STORM DRAIN : 10/27i04 SP-25 Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area . Payment will be made for the quantity of earth excavated/backfilled . The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications . All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 68 . PAY ITEM -STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS EQUAL TO OR 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 as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments ·sest 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 o'f 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 10/27/04 SP-26 Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin , TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The Contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain , inlet 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 , PRO\/ISION":23 -40 SHALL BE APPLICABLE . 69. PRE BID ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the Engineer. 10/27/04 SP-27 It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. . The quali ty of the paint, painting and lettering on tlie signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of W fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 70. PRE BID ITEM -UTILITY ADJUSTMENT: This item is included for the basic purpose of establ ishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water,· sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An ar bitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for util ity adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repai r otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 71 . PRE BID ITEM -TOP SOIL: The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The p·ay'item is intended to pay for topsoil that must be imported where suitable material 1s either not avaiiable on the · job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. On ly the volume imported will be paid for and may be substantially less than the proposal quantities listed. · 72 . PRE BID ITEM -ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pa vement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces . The unit price bid will be full payment for materials including all labor, equipment, tools and incidental s necessary to complete the work . 73 . PRE BID ITEM -MANHOLE ADJUSTMENT : This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the Engineer . Standard Specification Item No. 450 shall apply except as follows : · Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic seal ing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . 74 . PRE BID ITEM -ADJUST WATER METER BOX: 10/27/.04 SP-28 This item shall include rais ing or lowering an existing meter box to the parkway grade specified . No payment will be made for existing boxes, which are within 0.1' of specified parkway grade . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 75. NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 76 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL : All applicable provisions of Standard Specifications Item 200 , "Spr inkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 77 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs , trees, etc . shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work . By ordinance , the Contractor must obta in a permit from the City Forester before any work (trimming, removal or root prun ing) can be done o n trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at 871- 5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Assoc iation . A copy of these standards can be provided by calling the above number. Any damage to publ ic 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 pub lic trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the C ity. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 78 . NON-PAY ITEM -CONCRETE COLORED SURFACE : Concrete wheelcha ir ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Eng ineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item . No direct payment will be made for this item and it shall be considered incidental to this contract. The method of applicat ion shall be by screen , s ifter, sieve , or other means in order to provide for a uniform color distribution . 79 . NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keep ing the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work progresses or as needed . If, in the opinion of the Engineer it is necessary , clean up shall be done on a daily basis . Clean up work shall include , but not be limited to : 10/27/04 SP-29 • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents ' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. 80 . NON-PAY ITEM -PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time . Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing arid maintaining the project schedule shall be considered subsidiary to this contract. 81. NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints frorri residents due to the dust generated when saw- cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects . All costs involved with providing such written notice shall be considered subsidiary to this contract. 82. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shan 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. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 83. NON-PAY ITEM -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 1.Q{2?)04 SP-30 effort will be made to schedule the ne ighborhood 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. 84. NON-PAY ITEM -WASHED ROCK : All washed rock used for embedment or backfill or as otherwise d irected by the Engineer shall washed , crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S.T .M. Designation C-131 . 85. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE : When existing concrete or H.M.A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item . 86 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manhole~ and water valves in each street of this contract before the recycling process commences for a particular street. · The Contractor shall attempt to include the construction engineer (if he is ava ilable) in the observatiqn and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before recycl ing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the recycling is completed (within the same day) the Contractor shall.locate the · covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly , The following are utility contact persons: Company Southwestern Bell Telephone Texas Util ities Lone Star Telephone Number (817) 338-6275 (817) 336-9411 ext. 2121 (817) 336-8381 ext. 372 Contact Person ."Hot Line" Mr. Roy Kruger Mr. J,im Bennett Of course , under the terms of this contract, the Contractor shall complete adjustment of the storm drain and Water Department fac ilities , one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities . Any deviation from the above procedure and allotted working days may result in the shut down of the recycling operation by the Construction Engineer. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 87 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral t ie-ins to the storm dra in structure shall be subsidiary to the bid price for the respective lines . 1.0/27/04 SP-31 88. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under utility adjustment in the proposal section . No other compensation will be provided . 89. NON PAY ITEM -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 : The street permit fee is $.Sp:oo per permit with payment due at the time of permit application . 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. t>:,.;J:fff -~S6l3IPTJON.}'.··:rt1i~·item sh~ll -99 risist of te,cnporary soil erqsion sediment and w~ter pollution ,eonfr~tfb~·a~ur~l'deeined ~n~cessary.by JtJ~.EQgineer for the · duration of the contract. These co,:1trol. ;t!J\\1~!e~f ~1t~f~c(~ni~. p e\1s·~-Q ~tf!'fstJtute 'for. th _e perr'nanenf~ontrol measure unle§s. ot~'erwj s~ d1tectea .by'.'th.e ,engineer.aridt heY, stiall nobnclude measures taken by the CONTRACTOR to control p1r ait1o·R's!q't~~1;a1>ihisc9·n(trµdib"n i,pe t afioht tt1eYem~ora-ry meas~res shall .include dikes· •.. --... ~ifii~\tt nij {{f ;~di il)rnt Qa,J~s f fioer)r [;ts]j~!E: nettiri9 >t~-~~oriiry seeding , str.av/ n:iql~~.:a sp,ha.lt ml:!!¢11, •. 1~stif5 UJ)~t~ •. ru_bble}ipers ;6aled .:~ay';r¢tards., d_ik~~. slope <;!rain~ arid other devices·: 1Q/?7JO'!, ·1.-':~Waste ,or disposal' area_s· and constru~tion roads shall be located and constructed iQ ~}n_an9 ehJ!Jc!i:;z..;ill :mirilrn .(z~ the .. ~_mc;>ul)t Of sedirl)ent entering ~tr~a!!I_S. e >· ':'.F:re quen f fordi ngs'of live ·streams will hot tie permitted; tt1efefore ; temporary -· 'bdtJges~·or othef ~fructtir es s !"lall be used whereve(an ·appreciable number c5f ~\.<.'._.. ;r· ..... ;t,,.,'4~". _, J.#~ ,l;-,.' ~;;...,,.•. ~ J'JG.· -.,, t,7 '' . • • stream crossing are necessary.·. Unless ,otherw1se approvea 1n writing by. tHe Engineer, ·mechaniz.ed 'eq·uipment shall not be operated in live strea'ms. , SP-32 3, When work areas or material sourc;es are located in or adjacent to iive streams, s~ch areas shall be separated ·from the stream by. a drke or other barhedo keep sediment from· enteri'rig a flowing stream . Care shall be faken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterwa.ys shall be cleared as soon as practicable of fal~e work, piling, :debris or other Obstructlons · place-d during construction operations that are not 'p·art ·of the finished work. 5. the Contractor-shall take sufficienfprecautiohs to pr:eve'nt pbllution ·of streams, lakes'-anlr.es~~oirs wlih fl!Jel{ 'oils, :bitcimen~.: calcium '_chlork1e>;;or}othet harmful ~atE3riafs. ~e 'shall conducf~n·d .sche(!uleJ1i's' operatiors io .as' to ·avoid ri r. . minirriize .siltation of.streams ;-' lakes and reseiv.Oirs and :to avoid .. inferiere~ce :with ~overnen'tof m'igratory 'tish·. ' . ' ' E:r ~-,.su _BMITIAl: 'Priodcf ttie sta'rfofthe appfi~ble constru6tion J h~ .Confracfor sliaffsu'i?m ltfor ap:p.roval t,is schedules for-accom'plish.ment of soil-erosion-control work and his pla~ to keep-O"le area of.:¢rodfore~arth .material to a minim!Jryi : He· shan'.a1s9: sub_mit for acceptance his proposed ni_ethod of soll-erosion control on -construction and haul roads and malerial sources and his plan for disposal of waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. Th~:9~Qtra~tqr .will}1p t J ~~§~e:_~fr,~g 9f1tity :~fg fJrjs)'fy'qt1~n-~i~jgo_.),tret t ~~.r1k ~l9p~of~~:i }i2rt ~rich Has ·b~en ~r:e.oted '~y -th~ '0Jfy (j f It IS dete(m1ned ,thi:)La'.~1gn mast be rern9v.ed ·to perm1 t r~quired oonstru'ction,Jhe ·contractor shall coi\tacqhe Transppr!atiofl and.Public Workspep~fitn~l),(~19n t ~nd Mar~irigs_ Oh(iSiOl');,(Rhorie 'Nl,Jijlb~r,,a;n ; 7~3{3), to ·remove lM sign, Jn the ca&e .of -r ~gulatp[Y~igns /t~e ;.'•; •• \•,,<•~ .... ~'\".:', ... > ,.'..f'. C ;..~::_: *,(;,.•,,;...--::•·,\i.f:'t'. {,~·"'';·~,-::,,,;;,:.:.·'. .,._ · '··'· .. /,·.~·.--·,,,, .. ,,,."co"'· ,,,.._,.,.••.:_ --~-' ·. • .•_ ·i·: ....... ·'""•1!/ '<f..\;_•r ...r~t. . . cobfra¢tor m1:Jst replace the,perrna11ent sign .with a · .temporary -sigri-,meetiri'g ,ttie ·r,equireme'.r,its .of tf:,e atio~e:/e.fefenced;nar:iu:~j' ·ancfsuc)leuf12oraiy is1'gn ;n,~st ·be ,jnst~lleai ~rior~tc{tt\E{ren'i<:>vai a?Me p~fff~;~~~if~rtJrt .~? tl~pq~.~~,~~-r~jt:9tJr1if~.u~:;~?rr~ptly12fr,~~?¥s.~8f 1Ht~nhl~7}~~~ .. , spedfications·;the permanent sigh shall 'b'e left tn place .Lintn 'the" temporary :sign ··requirem·ents· are met. When construction work·Js co'rnjjleted lo the extent that the permanent sign cari be reinstallea, 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 reinstallatioh is completed . 1.0727/04 SP-33 ~"' o r ' -~s:h~Jr rio f''be . pertormea on ~ certaJti' locations/st reets 9 uri!')g "pe ak _t~affic peri9ds" as .A· ~v •;J:, ._JI -._-., .. C: -•' • • ~, -" "" ..,. -', • • • • ' -~..,,. ••... . _-.• "' aetern:tination by the City Traffic Engineer and in accordance with 'the applicable provision pf y. ......,.., c,,,,:' . • ,, • ' m,.e: .. ~Pi!Y of Fort Worth Traffic Control Handbook for Construction ~nd . Maintenance Wor~ ™'~~s:" f Of27104 s: .... ,<?:,. ,, SP-34 (To be printed on Contractor's Letterhead) Date : ----- DOENo: PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. 10/27/04 SP-35 - - -SECTION C GENERAL CONSTRUCTION NOTES - - - TRANSPORTATION & PUBLIC WORKS UTILITY CONSTRUCT/ON POLICY Policy# Effective Date Re v ised Paqe 1 of 6 The following policy shall govern all utility construction within City of Fort Worth rights of way and easements . PURPOSE The purpose of this policy is to effectively manage street closures, minimize disruptions to traffic flow, minimize damage and ensure proper repair to the street pavement while allowing for utility construction and maintenance . A . GENERAL The Director of Transportation and Public Works or his/her designated representative, hereinafter referred to as the "Director," shall specify methods and materials that 'Nill be acceptable for utility construction within public rights of ways and drainage easements. All plans and specifications shall be revievved and approved by the Director. B. PLANNING ANO COORDINATION . ' 1. Advanced Planning : Maps and ·projected schedules for the future 12 months for all construction planned or anticipated by each utility including water, sanitary sewer, electric, gas, telecommunications, cable, etc., are to .be submitted to the Director each April 1. The City will review and distribute this information, which can be conceptual and tentative, with other utilities for purpose or project planning. coordination and/or consolidation of projects. Emergency utility breaks are exceptec from this requirement. 2. Permit Requirements: All utility construction within the street rights of way or drainage easements, must have a "Street Use Permit" prior to construction. (City Ordinance# .) A City permit is required for any work on Texas Department of Transportation (TxDOT) right-of-way that is located within the City limits of Fort Worth. Seven (7) copies of engineering plans must be received by the Director a minimum of 21 working days prior to anticipated construction ( excludes emergency work). All plans for service connections must be received by the Director a minimum of five (5) working days prior to anticipated construction . All construction work authorized by the permit must be completed by the time specified on the permit. If the work c·annot be completed within the specified time period, the permi: holder must request an extension at least three (3) working days prior to expiration . A copy of the permit, approved Traffic Control Plan, and approved engineering · plans shalt be maintaine9 at the construction site at all times. If any provisions of this policy are not followed, a permit may be revoked. If a permit holder has not complied with the terms and conditions of this utility policy under a prior permit, ne-.·; permits may be denied. An approved street use permit will become void if TRANSPORTATION & PUBLIC . Policy# WORKS Effective Date UTILITY CONSTRUCTION POLICY Revised Page 2 of 6 construction has not begun within thirty (30} days after approval of the permit. A responsible representative with decision-making authority for the permit holder shall be on site at all times during active construction . 3. Emergency repairs: Emergency repairs may be undertaken without first obtaining a permit, however, the utility company or contractor shall apply for a street use permit within 24 hours and provide the City with a written detailed description of the work performed. An emergency is defined as a situation presenting an imminent hazard lo personal or public health, safety or property . 4. Engineering Plans: Engineering plans shall be 11 "x17" at a scale of 1 N=SO'. Plans shall provide a cover sheet outlining the full limits and type of proposed work; requested number of working days; utility company contact name, 24-hour phone number, address; table of contents; complete legend; location of all trenches, directional bores, street right-of-way, curbs, driveway approaches, sidewalks, landscaping, irrigation systems, existing utilities, pull boxes, manholes, street light, traffic signal or other poles; loop cf electors; traffic lanes, · etc. Information regarding existing utilities must include horizonta·1 and vertical alignment and pipe sizes. Plans should clearly indicate if the utility is overhead or underground. Detailed drawings of the proposed .utility installation should be provided, such as pipe size, number of interducts, profiles and other utility structures such as switch gear and transformers. The length and depth of all . I I .1 ·1 ,.I 1: .J ! i j .. 1 bores and trenches must be clearly indicated. The engineer's name, license J number, and dale shall be on all plan sheets. Review copies will be distributed to the City of Fort Worth Transportation and Public Works Department., Depart,:nent of Engineering, Water Department, Environ{llental Management Department and _J the Parks and Community Services Department. Eng~eering plans will show the name and 24-hour contact telephone number of the utility project representative, -· along with the following City telephone contact numbers: · ,J TPW Street Management Permits TPW Street Lights and Traffic Signals Water Depa.rtment 817.871.6673 817.871.8100 817.871.8300 Contact numbers should also be shown for other agencies such as Texas Department of Transpo{tation (TxOOT), railroads and gas pipeline companies, as appropriate. f\?/ifi/01 u i J TRANSPORTATION & PUBLIC WORKS Policy#· Effective Date Revised UTILITY CONSTRUCTION POLICY Paqe 3 of 6 5 . Traffic Plan: Two (2) copies of the proposed Traffic Control Plan shall be required . These should be submitted with and follow the same general format of the engineering plans in accordance with the latest edition of the Manual of Uniform Traffic Control Devices (MUTCD). 6. Storm Water Pollution Prevention Plans : SWPPP plans will 'be required if work crosses a natural stream or other drainage channel for review: and approval by the Department of Environmental Management. 7. Deep Trenches : Any trenches that exceed five (5) feet in depth must meet OSHA requirements and have a safety system and program. 8. Utility Locates: The contractor is responsible for obtaining utility .locates prior to construction and for diligently utilizing the locate information during construction. Utility locates may be obtained from the following list: Texas One Call City of Fort Worth Water/Sewer City of Fort Worth Street Lights City of Fort Worth Traffic Signals City of Fort Worth Storm Sewer City of Fort Worth Medians 1.800.245.4545 817.871.8300 817.871.8100 817.871.8100 817.871.8100 817.871.PARK (7275) For water and/or sewer pipe 16 inches in diameter. or greater, field verification (0- holing) of the alignment and elevation must be performed prior to digging. Field verification (0-holing) for water and/or sewer pipes less than 16 inches may be required at the discretion of the Director. 9. Notification: The contractor shall notify the City and adjoining property owners two (2) working days (48 hours) prior to initiating construction. Advance notice to property owners shall be in writing and include name of contractor, name of utility, description of work, contact person and 24 hour telephone number. In addition, the contractor shall install a project identification sign on each end of the work site 48 .hours in advance of the start of construction. The sign shall state the name and phone numbers as shown in drawing 2000-6. 10. Coordination: The ·city-reserves the right to coordinate and manage multiple traffic disruptions and street and lane closures and to delay or deny issuance of permits which unduly restrict traffic movement. 11. New Pavement: If a utility company desires to cut the street within the first two (2) years of construction or reconstruction, the utility comP.any must reconstruct the entire street (curb to curb} at its expense. In circumstances where tJJere Is a need for emergency repairs or service connections, Construction Requirement 06 will TRANSPORTATION & PUBLIC WORKS UTILITY CONSTRUCT/ON POLICY Policy#· Effective Date Revised Pa e 4 of 6 apply for concrete streets and Figure 2000·48 will apply for asphalt stree.ts . F o.r, additional information regarding service connections and emergency repair of water and/or sewer lines, see Figure 2000AW. · • . . . . . C . TRAFFIC MANAGEMENT I The contractor must plan and execute the utility construction in a manner that ··r,l minimizes the disruption of traffic. A maximum of 1 lane ONLY may be clos ed for construction work in the downtown and along arterials unless otherwise authorized by the Director. Work must be scheduled between the hours of 9:00 AM and 4 :00 PM in the downtown and along arterials unless extended hours are authorized by t h e Director. Normal traffic flow will be maintained at all major intersections during peak hours without restriction . Work must be scheduled on all other streets between 7:00 AM and 6:00 PM unless extended hours are authorized by the Director. Adequate traffic control devices are to be installed and maintained in accordance with the Traffic Control Plan. The Director may req _u fr·e additional traffic control devices . 0. CONSTRUCTION REQUIREMENTS 1 . Horizontal and Vertical Clearances: Where buried under roadway pavement, the facility must be at least 42 inches deep and should normally be placed under water, sanitary sewer and storm sewer pipes; in other areas, a minimum depth of 24 inches shall be required. A minimum clearance of 3 feet must be maintained both horizontally and vertically for pipes and assoc1ated manholes and inlets. Where the utility crosses under a stream or other open channel, it must be , constructed a minimum of four (4 )· feet below the bottom of the streambed or channel, or more if improvements are planned by the City. If the utility passes over a stream or other open channel, it must be at least two (2) feet above the 100-year storm elevation and provide sufficient clearance for the passage of maintenance equipment underneath. The permit holder must restore the right-of- way upon completion of project. i • J i ' .. > 2. Boring: Utilities installed longitudinally along the street may be bored or open cut. , J Utilities installed across streets shall be bored unless otherwise authorized by the Director. ! . ' ' TRANSPORTATION & PUBLIC WORKS UTILITY CONSTRUCT/ON POLICY Policy# Effective Date Revised Pa e 5 of 6 3 . Trench Design Standards: Dimensions and materials for open trenches shall conform to Figures 2000-1, 2000-2, 2000-3 and 2000-4A and 2000-48, depending upon the type of pavement. Steel plates used to cover a trench temporarily shall conform to Figure 2000-5. 4 . Driveways: It is preferred to bore under all driveways.· If open trench methods are used, the entire driveway approach must be replaced. 5 . Trees and Landscaping: The contractor must restore any damage to trees, shrubs and other landscaping in the right of way or easement. Manholes must be placed outside of the drip line of a tree or 15 feet from the trunk, whichever is greater. Boring, rather than an open trench,.must be used within the drip line of a tree. 6 . Pavement Surface Restoration : In order to maintain an acceptable riding surface on the street, the contractor shall replace the pavement surface according to the age and type of the pavement. Any damage to the ,street surface caused by the utility Gonstruction project, including damage related to staging operations and material storage , must be properly repaired by the contractor at the contractor's expense . Replacement of pavement shall adhere to the following guidelines: Concrete Pavement: 2 years to 10 years More than10 years · Entire Panel Partial panel replacement Partial panel replacement includes replacing the entire width or length of the panel by a minimum of 5'. In no event shall any remaining portion of the panel be less than 5'. (See Figure 2000-4A). Asphalt Pavement: 2 years to 10 years More than 10 years Resurface 1/2 of pavement, curb to centerline Overlay 1 lane width (approximately 12') If a street is programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance P_rogram, trench repair is acceptable. · TRANSPORTATION & PUBLIC WORKS UTILITY CONSTRUCTION POLICY Policy# Effective Date Revi sed Pa e 6 of 6 7 . Other City Property: The permit holder is responsible for reimbursing the Cit y for the cost of replacing any damaged signal cabinet controllers, light and/or traffic signal poles, wiring or conduit, pavement markings, sprinkler systems, landscaping or any other C ity property. 8 . Emergency Utility Breaks and New Utility Serv!ce (Spot Repairs): Pavement : i Surface Restoration for concrete streets must ,ollow guidelines in Item 06 above. I AJI such repair of _asphalt streets shall have a minimum size of 5' by 5' and shall be rectangular. No irregular shape shall be permitted. The four sides of the cut shall . be neatly sawed without rough edges . The rectangular area will be extended to the 1 · edge of the gutter as needed to avoid a cut surface within five {5) feet of the edge of the gutter. Any remaining asphalt p~vement between spot repairs must be a minimum of five (5) feet in all directions. {See Figure 2000-48). 9 . Manholes: Manholes in the street pavement must be located mid-lane between the tire path and be flush with the pavement. Manholes in the parkway must be placed outside of the drip line of a tree or 15 feet from the trunk, whichever is greater. 10. Splice Pits: Construction shall be scheduled in such a manner that all splice pits shall be backfilled within 10 days. 11. Inspection: All trench repair and pavement restoration must be in accordance with the City of Fort Worth Standard· Specifications for Street and Storm Drain Construction . All work shall be subject to inspection by Transportation and Public Works personnel and shall adhere to the street use permit. E. PROJECT COMPLETION Red-line drawings/field notes and "as-built" plans must be furnished thirty {30) days i . J I j ' t . i .:. .1 and one hundred twenty { 120) days, respectively, after completion of each construction - segment. As-built drawings shall be provided in AutoCAD Version 14, ARC V i ew · . J Version 3.1. or drawing exchange format (DXF). · ' ; ~j ; .. t - - SECTION D UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS CERTIFICATE OF INSURANCE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CONTRACT CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS SECTION D CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor cert ifies that it provides worke rs' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .4416, 4417, 4573 and City of Fort Worth Project No . P264-605170002083/P27 4-705170002083/C200-205400002083. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Jackson Construction, Ltd. By ~~~ LarH.Jackson Name : Presiden t of JCI Partners , Title : Inc., General Partne r ----------- Date : ~cr,+--'-"lt~~Lo'""'--0. fR __ _ t _eJa61faori he undersigned authority , on this day personally appeared ________ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Jackson Construction, Ltd. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this ro~ay of Ser+. , 20 Of'e . ~'''"""'~ Q~J,'11 If.~,:~ l1SA RAULSTON i Notary Public, State o1 Texaa • .... My Commission Expires /"\\\~ s t ,,,f.{,.,,, ep ember 16, 2009 Bond 1/22 03510 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OFT ARRANT § Independence Casualty and That we (1) Jackson Construction, Ltd. as Principal herein , and (2) Sur e t y Company a corporation organized under the laws of the State of (3) Texas , and who is authorized to issue surety bonds in the State of Texas , Surety herein, are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the sum of: One Million Five Hundred Thirty-two Thousand One Hundred Fifty-five and 25/100 ......................................... . ($1,532,155 .25) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators , successors and assigns , jointly and severally, firmly by these presents. SEP 26 2006 WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ of ____ _, 2006 a copy of which is attached hereto and made a part hereof, for the construction of: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Ida Way (Hillside Ave to S. Hughes Ave), Sun Valley Dr (E. Loop 820 to Kay Dr), S. Hughes Ave (Ida Way To M.L.K. Freeway) and Canberra Ct (Thannisch Ave to Berryhill Dr) (Project #00020) NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise , to remain in full force and effect. o~~i e1ti i ~~e©~~ t,fw J ~t~~i~~v H. ?/:0~rn , f~l . PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this __ of ___ _,,"""2'""'0.a...06 ___ • ATTEST: SEP 26 2006 < .-:~/-r.tuJ --,,.+1,£L.1Jil)/j,r-..., Jackson Construction, Ltd. (SEAL) (SEAL) 76011-2698 :~qd4--A-- Trt~: Larry H, Jackson, President of JCI Partne r, Inc., Gene ral Partner 5112 Sun Valley Drive Fort Worth, TX 76119 (Address) Independence Casualty 2201 N. Arlington, TX (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of 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 Attorney-in-Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICWGROUP Power of Attorney Insurance Company of t h e West Explorer Insurance Company Independence Casualty and S urety C ompany KNOW ALL MEN BY 1HESE PRESENTS : That Insurance Company of the West, a Corporation duly organized under the laws of the State of Cali fornia, Explorer Insurance Company, a Corporation duly organized under the laws of the State of Cali fornia, and Independence Casualty and Surety Compan y, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appo int JACK M . CROWLEY, PATRICIA A. SMITH AND ROBERT W . PURDIN their true and lawfiJ I Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar co ntracts ofsuretyship, and any related documents. .·~~t/?~~.·.····.···~·····.· •... ·;···· ... ·· ~ ' ' ~ ' Jeffrey D . Sweeney, Assistant Secretary S tate of California County o f San Diego } ss. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executi ve Vice President On November I , 2005, before me, Francis Fafaul, Notary Public, personall y appeared John L. Hannum and Jeffrey D . Sweeney, personall y known to me to be the persons whose names are su bs cribed to the with in in stmment, and acknowledged to me th at they executed the same in their authorized capaciti es, and that by their signatures on th e instmment, the enti ty upon behalf of which th e persons acted, executed th e instmment. FRANCIS FAFAUL I COMM. #14717941 NOTARY PUBUC-CAUFOANIA SAN01EG05 Mv eonvn · .. 1on FEBRUARY 23. ., RESOLUTIONS Witness my hand and official seal. Francis Fafaul, Notary Public This P ower of Attorney is granted and is signed, sealed and notarized with facs imile signatu res and sea ls under authority of th e following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senip r Vice Presid en t of the Company, together with the Secretary or any Assistant Secretary, are hereby auth ori zed to execute Powers of Attontey ap pointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deli ver on beha lf of the Company, fidelity and surety bonds, undertak in gs, and other s imilar contracts ofsuretyship, and any re lated documents. RESOLVED FURTHER: That the signatures of th e officers making the appointment, and the signature o f any officer certifying the validity and cu rrent status of the appointment, may be fac simil e re presentations of tho se signatures; and the signatu re and seal of any notary, and the sea l of the Comp any, may be facs imil e representations of those signatures and seals, and such facsimil e representations sha ll have the same force and effect as if manually affixed. The facs imile representations referred to herein may be a ffixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the unde rsigned, Assistant Secretary of In surance Company of the Wes t, Explorer In surance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, an d has n ot been revoked, and that the a bove reso lution s were duly adopted by the res pec ti ve Boards ofDirector s of the Companies, and are now in fu ll force . SEP 2. 6 2006 IN WITNESS WHEREOF, I h ave set my hand this day of 2 006 To verify the authenti ci ty of this Power of A the above named individual(s) and detai ls of 11455 E l Camino Real, San Diego, CA 92 13 d-717, ?A .,·,· . ' . .·.· ... ·· .. ~.· ... ,;,,_,,=.~·'···.·.·· ... ' ····. -u Jeffrey D. Sweeney, Assistant Secretary 11 and ask fo r the Surety Di vis ion . Please refer to the Power of Attorney Number, ched. For information or filing claims, please contact Surety Claims, ICW Group, THE STATE OF TEXAS COUNTY OFT ARRANT § § § Bond tf2 203510 PAYMENT BOND KNOW ALL BY THESE PRESENTS: Ind e p e nd e nc e Casualty and That we , (1) Jackson Construction, Ltd., as Principal herein , and (2) Sur e t y Company ___ , a corporation organized and existing under the laws of the State of(3) Tex as , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee herein, in the amount of One Million Five Hundred Thirty-two Thousand One Hundred Fifty- five and 25/100 ........................................... Dollars ($1,532,155.25) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors , administrators , successors and assigns , jointly and severally , firmly by these presents : 2 ?f')f'l WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day of ____ , 2006, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Pavement Reconstruction and Water and Sanitary Sewer Replacement on Ida Way (Hillside Ave to S. Hughes Ave), Sun Valley Dr (E. Loop 820 to Kay Dr), S. Hughes Ave (Ida Way To M.L.K. Freeway) and Canberra Ct (Thannisch Ave to Berryhill Dr) {Project #00020) 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. ~ ? 7006 SIGNED and SEALED this __ day of, ____ 2006 . Jackson Construction, Ltd. ATIEST: ~s~~ PR Z By: ~d_4+k- Name : Larry H . Jackson, President Title:of JCI Partners, Inc ., General Partner (SE AL) ~ Address: 5112 Sun Valley Drive Fort Worth. TX 76119 (SE AL) ~)J:;yut Address : 2201 N. Collins 1f2 95 Arlington, TX 76011-2698 Telephone Number: 81 7-794 -l600 NOTE: ( 1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. No. 0004782 ICWGR OUP Power of Attomey Insurance Company of t h e West Explorer Insurance Company-Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation dul y organized under the laws of th e State of Ca lifornia, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, an d Independence Casualty and Surety Company, a Corporation duly organized under the law s of the State of Texas, (collectively referred to as the "Companies''), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH AND ROBERT W. PURDIN th ei r true and lawful Attomey(s)-in-Fact with authority to date, execu te, sign, seal, and deliver on behalf of the Co mpanies , fidelit y and surety bonds, undertakings, and other si milar contrac ts of suretyship, and any rel ated documents. Jeffrey D . Sweeney, Assistant Secretary State ofCalifomia County of San Di ego } ss . INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUAL TY AND SURETY COMPANY John L. Hannum, Executive Vi ce President On November I , 2005, before me, Fran cis Fa faul , Notary Public, personally appeared John L. Hannum and Jeffrey D . Sweeney, personall y known to me to be the person s whose names are subscribed to th e within in strnment, and acknowledged to me that they executed the same in their authorized capacities, and that by their s ign atures on the instrument, the entity up on behalf of which the persons ac ted, executed the instrument. FRANCIS FAFAUL I COMM. #1471794 I NOTARY PUBLIC-CALJfOANIA SANOIEGO~ My ConllTl···~.aSoe FEBRUARY 23, .. RESOLUTIONS Witness my hand and official sea l. Francis Fafaul , Notary Public This Power of Attorney is granted and is signed, sea led and notarized with facsimile sign atures and seals under authority of th e following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That th e President, an Executive or Senipr Vice President of the Compan y, togeth er with the S ecretary or any Assi stant Secretary, are here by authori ze d to execute Powe rs of Atto~tey appointing the per son(s) named as Attorn ey(s)-in-Fact to date, execute, sign, sea l, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other s imilar contracts ofsuretyship, and any related documen ts. RESOLVED FURTHER: Th at the signatures of the officers making the appointment, and the signature of any officer certifying th e va lidity and current statu s of the appointment, may be facsimile representations of those signatures; and th e signature and seal of an y notary, and the sea l of the Company, may be fac simile representations of those signatures and seals , and such facsimile representation s shall have the same force and effect as if manually affixed . The facsimile representations referred to herein may be a ffixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigne d, Assistant Secretary of In surance Company of the Wes t, Explorer In sur ance Compan y, and Independence Casualty and Surety Company, do hereby certi fy that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the a bo ve re so lutions were duly adopted by the respecti ve Boards of Directors of the Companies, and are now in full force. 2006 IN WTINESS WHEREOF, I have set my han d this _____ day of __ S_1..._P_2_E ________ 2_0_0_6 __ ij~~it1~\t ~~e@~~ ti~,, ~rc:e~~i~v ~U U t \:IS~' Jeffrey D. Sweeney, Assistant Secretary To veri fy the authenticity of th.i s Power of Attorney y u m~J.J ~1Mij~Ji i M d k for the Surety Divi sion . Please refer to the Power of Attorney Number, the above named individual(s) and detail s of the bond ~o~w~.h.J~.pi;i;ii.;iM<l'Mt!!e'hei:t.""ll"<or infom1ation or filin g claims, please contact Surety Claims, ICW Group, 11455 E l Camino Real , San Diego, CA 92 130-2045 or ca ll (85 8) 350-2400 . Bond 4/2203510 MAINTENA N CE B OND THE STA TE OF TEXAS § COUNTY OFT ARRANT § Independence Casualty and That Jackson Construction, Ltd. ("Contractor''), as principal , and Surety Company --~ a corporat ion organized under the laws of the State of Texas , ("Surety "), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City ") in Tarrant County , Texas , the sum of One Million Five Hundred Thirty-two Thousand One Hundred Fifty-five and 25/100 .................................................................................................................................... Dollars ($1,532 1155.25), 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 , ass igns and successors , jointly and severally . This obligation is conditioned , however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the __ of ') ? 7fl0p 2006, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Ida Way (Hillside Ave to S. Hughes Ave), Sun Valley Dr (E. Loop 820 to Kay Dr), S. Hughes Ave (Ida Way To M.L.K. Freeway) and Canberra Ct (Thannisch Ave to Berryhill Dr) (Project #00020) the same being referred to herein and in said contract as the Work and being designated as project number(s) P264-605170002083/P274-705170002083/C200-205400002083 and said contract , including all of the specifications , conditions , addenda , change orders and written instruments referred to therein as Contract Documents be ing incorporated herein and being 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 the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself t o 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 op inion of the Director of the City of Fort Worth Department of Engineering , it be necessary ; and , f j a r i IT WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein prov ided . NOW THEREFORE , if said Contra ctor shall keep and perform its said agreement to maintain , repair or recons t ruct 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 for ce and effect , and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract . This obligation shall be a cont inuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , this instrument is executed in_!! counterparts , each of which shall be deemed an original, this __ day of ~D. 2006. ATIEST: (SE AL) ~d~ ATIEST: (SE AL) ~~ Secretary Jackson Construction, Ltd. Contractor By ~i(fa±µ,,_- Name : Larry H. Ja ckso n, President of T itle : JCI In c ., General Partner Ind epe nd e n ce Casualty and Sur ety Co mpany Surety By : ___ ---,;,c----~---------1'---- Name : ---------=--------- Tit I e: Attorney -in -Fac t 2201 N . Co l lins #295 Ar l ington, TX 76011 -2698 Address No. 0004782 ICWGROUP Power of AU:orney Insurance Company of the West Explorer Insu r ance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of Ca lifornia, Explorer Insurance Comp any, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectivel y referred to as the "Companies"), do hereby appoint JACK M. CROWLEY, PATRICIA A. SMITH AND ROBERT W . PURDIN th e ir true and lawful Attorney(s)-in-Fact with authority to date, execute, sign , seal , and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts ofsuretyship, and any related documents. In witness whereof, the Companies have caused the se presents to be executed by its dul y authorized officers thi s l st day of November, 200 5. Jeffrey D . Sweeney, Assistant Secretary State of Ca lifornia County of San Di ego } ss . INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executi ve Vice President On Nove mber l , 2005 , before me, Francis Fafaul, Notary Publi c, personally appeared John L. Hannum and Jeffrey D . Sweeney, personally known to me to be the person s whose names are s ub sc ribed to the within instrument, and acknowledged to me that th ey exec uted the same in their authorized capacities, and that by their signatures on the instrnment, th e entity upon behalf of which the persons ac ted, executed the in strument. F~FAFAUL I COMM. #147 1794 H NOTARY PUBLIC-CAl.lFOANIA SANOIEGO~ Mveomm·,,~ . .._.-FEBRUARY 23, .- Witness my hand and official seal. Francis Fafaul, Notary Public RESOLUTIONS This Power of Attorney is gran ted and is s igned , sealed and notarized wi th facsimile sign atures and seals under au thority of the following resolution s adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: 111at the Presi dent, an Executive or Senipr Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authori ze d to execute Powers of Atto~ey appointing the person(s) named as Attorney(s)-in-Fact to date, execute, s ign, seal , and deliver on behalf of the Company, fidelity and surety bonds, undertakings , and other similar contracts ofsuretyship, and any related doc uments. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the va lidity and current status of the appointment, may be facsimile representations of those signatures; and the signature and sea l of any notary, and the sea l of the Company, may be facs imile representations of those signatures and seals, and such facsimi le representation s shall have the sa me force and effect as if manuall y a ffixed . The facsimile representations referred to herein may be affixed by stamping, printing, typin g, or photoco pyin g." CERTIFICATE I, the und ersigned , Assistant Secretary of In surance Company of the W es t, Expl orer In surance Company, and Independence Casualty and Surety Company, do hereby certify th at the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the a bo ve resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. SEP 26 2006 IN WITNESS WHEREOF, I have set my hand this _____ day of _____________ 2_0_0_6 __ O~~ltMi ~§C©~g t!VW £1t~~~~~V n ~w©~m v~JL To ve ri fy the authentici ty of thi s Power of Attorney y -800-87~-l 1 l I and the above named individual(s) and detail s of the bond to which the power is attac e 11455 El Camino Real , San Diego, CA 92 130-2045 or call (858) 350-2400. Jeffrey D . Sweeney, Assistant Secretary ·k for the Surety Division . Please refer to the Power of Attorney Number, or information or filing claims, please contact Surety Claims , ICW Group, THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the __ day of A.D ., 2006 , by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a re solution duly passed at a regular meeting of the City Counci l of said city , and the City of Fort Worth being hereinafter termed Owner, Jackson Construction, Ltd., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the condition s expresse d in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Pavement Reconstruction and Water and Sanitary Sewer Replacement on Ida Way (Hillside Ave to S. Hughes Ave), Sun Valley Dr (E. Loop 820 to Kay Dr), S. Hughes Ave (Ida Way To M.L.K. Freeway) and Canberra Ct (Thannisch Ave to Berryhill Dr) (Project #00020) 2. That the work herein contemplated shall consist of furnishing a s an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth . 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 150 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents , then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 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 iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or . not any such iniury 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. 7. The Contractor agrees , on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company dul y and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be One Million Five Hundred Thirty-two Thousand One Hundred Fifty-five and 25/100 ...................................................................................................................... Dollars, ($1,532,155.25). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in~ counterparts with its corporate seal attached . l Done in Fort Worth, Texas , this the __ day of ____ __._A .D ., 2006. :c~J----b DIRECTOR, DEPARTMENT OF ENGINEERING APPROVED: TRANSPORTATION/PUBLIC WORKS DIRECTOR Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, TX 76119 CONTRACTOR Presiden t of JCI Partners , Inc .• Gene ral Partner TITLE 5 11 ;;l, 2w,i-i)~ k}( . M uJru th 7/a t 19 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH CITY MANAGER ATTEST: CITY SECRETARY (SE AL) Contract Authorizatioa APPROVED AS TO FORM AND LEGALITY: ./ SECTION D CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAWS CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to Article 8308-3 .23 of Vernon 's Annotated Civil Statutes , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on the following City of Fort Worth Project: Street Reconstruction, Water & Sanitary Sewer Replacement 2004 CIP Contract 7 • Ida Way -Hillside Ave. To S. Hughes Ave. (DOE No. 4573) • 5. Hughes Avenue -Ida Way To M. L. King, Jr. Freeway (US 287) (DOE No. 4416) • Sun Valley Drive -E. Loop 820 To Kay Dr. (DOE No. 4573) • Canberra Court -Thannisch Ave. To Berryhill Dr. (DOE No. 4417) (*) Project No. 00020 Unit I -Water Project No. P264 541200 605170002083 Unit I -Sewer Project No. P274 541200 705170002083 Unit II -Street Project No. C200 541200 205400002083 D.O.E. No. 4573, 4416, and 4417 (*) Canberra : DOE No. 4417 C115 541200 020 115 040 627 C.D. Undesignated GS67 541200 020 67 040 627 C. D. Undesignated C 111 541200 020 111 040 627 C.D .B.G . GR76 541200 020 206 845 800 CONTRACTOR NAME By : Title: Date : STATE OF TEXAS COUNTY OF TARRANT BEFORE ME , the undersigned authority, on this day personally appeared __ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of _____ for the purposes and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____ day of_, 20 __ . Notary Public in and for the State of Texas SEAL My Commission expires the last day of: SECTION D COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (Chapter 2258), 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. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information , as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor 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. The records shall be open at aJI (f) reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (g) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (h) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (i) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sate or purchase of property, goods, or services with a local governmental entity (i.e . The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By Jaw, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents . The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. [f you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed . See Section 176.006 , Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code . An offense under this section is a Class C misdemeanor . .!J Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire . FORM CIQ OFFICE USE ONLY Date Received (The law requires tha,t you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an act ivity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) ~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money . .!J Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended 01/13/2006 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 ~ Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A , B, or C is YES .) This sect ion . item 5 incl ud ing subparts A, B , C & D, must be completed for ea ch offic er with whom the filer has affil iat ion or busi ness relat ionsh ip . Attach add it ional pages to this Form CIQ as necessary. A . Is the local government officer named in this section rece iv ing or likely to receive ta xable income from the filer of the questionnaire? DYes DNo B. Is the filer of the questionn aire receiv ing or likely to rece ive taxable income from or at the direction of the local government officer named in this section AND the taxable i_ncome is not from the local governmental entity? DYes DNo C. Is the filer of this questionnaire affil iated with a corporation or other bus iness en ti ty thatlhe local government officer serves as an officer or d irector. or holds an ownersh ip of 10 percent or more? DYes DNo D . Describe each affiliation or business relatio nship . i§.J Describe any other affiliation or business relationship that might cause a conflict of interest. I.J Signature of person doing bu siness with the governmental entity Date A mende d 01 /13/2006 .,_;'_cf '\······.·.· . ..: ~ ,-, ... , .. _ " .. ::liita 1~11: :, .,. \ > . , , < , cc;i~iil ',';'.-. . .. .. ,., ' ' i{{;it/}{:, ·-.::. ,-·. , .. · •. . ·~ . ' . . \'.. ).;_, ;;t::.: ;\•,,;/) ·, ) .. ; · .• · .. ,.::,> .. ?.:XL\·•<\ )L'. .,,,,:,,,xJJ:•· , Classifications Air Tool Operator Asphalt Raker Asphalt Shoveler Asphalt Distributor Operator Asphalt Paving Machine Operator BatchinQ Plant W eiqher Broom or Sweeper Operator Bulldozer operator Carpenter (Rough) Concrete Finisher-PavinQ Concrete Finisher -Structures Concrete Paving Curbing Mach , Oper. Concrete Paving Finishing Mach . Oper. Concrete PavinQ Joint Sealer Oper. Concrete Paving Saw Oper. Concrete Pavinq Spreader Oper. Concrete Rubber Crane, Clamshell , Backhoe, Derrick , Dragline, Shovel Electrician Flaaaer Form Builder-Structures Form Setter-PavinQ & Curbs Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Laborer-Common Laborer-Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator (Fine Grade} Motor Grader Operator, Rough Oiler Painter, Structures Pavement Markinq Machine Oper. Pipe Layer Roller , Steel Wheel Plant-Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self-Propelled Scraper Reinforcing Steel Setter (Paving) Reinforcinq Steel Setter (Structure} Source is AGC of Texas (Hwy, Hvy, Utilities Industrial Branch) www.access .gpogov/davisbacon/ 4/20/2006 Hourly Rates Classifications Hrly Rts $10.06 Scraper Operator $11.42 $11 .01 Servicer $12.32 $8.80 Slip Form Machine Operator $12 .33 $13.99 Spreader Box Operator $10.92 $12 .78 Tractor operator, Crawler Type $12 .60 $14.15 Tractor operator, Pneumatic $12 .91 $9.88 Traveling Mixer Operator $12.03 $13 .22 Truck Driver-Sinqle Axle (Light) $10.91 $12.80 Truck Driver-Single Axle (Heavy) $11.47 $12 .85 Truck Driver-Tandem Axle Semi-Trailer $11 .75 $13 .27 Truck Driver-Lowboy/Float $14.93 $12.00 Truck Driver-Transit Mix $12 .08 Wagon Drill , Boring Machine , Post Hole $13.63 Driller $14 .00 $12 .50 Welder $13.57 $13 .56 Work Zone Barricade Servicer $10 .09 $14.50 $10.61 $14.12 $18 .12 $8.43 $11 .63 $11 .83 $13.67 $16.30 $12.62 $9.18 $10.65 $16 .97 $11 .83 $11 .58 $15.20 $14 .50 $13.17 $10 .04 $11 .04 $11 .28 $10.92 $11 .07 $14.86 $16.29 - - - - - SECTION D PUBLIC FACILITIES AND IMPROVEMENTS CDBG CONSTRUCITON GUIDELINES PUBLIC FACILITIES AND IMPROVEMENTS CDBG CONSTRUCTION GUIDELINES The use of Community Development Block Grant (CDBG) funds in whole or part for construction of a public building must follow the federal regulations for CDBG. PRE-CONSTRUCTION ST AGE A. Clearance and Wage Rates (Initiated by Contract Management) I . Obtain Environmental Assessment from City Planning Department to determine if flood plain , effect on community, etc. 2 . Obtain Qualified Service Area documentation from City Planning Department to determine at least 51 % of residents in service area of building are low and moderate-income persons . 3. Contract Compliance ,Specialist will request wage determination from HUD to meet Davis-Bacon Act (Description of work needed from project manager) · 4. Provide cost estimate and source of funds for construction . 5 . Project Manager from City Department will notify Contract Management when project design is completed. 6. At least ten days before the bid opening, Contract Management will verify wage rates and notify the appropriate project manager if there is possibly a modification . B. Bid Process CM I. Bid Document needs to include: The Contractor's Packet • Wage rates required by Davis-Bacon Act and predetermined by Department of Labor per job classification. In the case of contracts entered into pursuant to competitive bidding procedures bid openin.g locks in wage d~cision. The contract must be signed within 90 days after the bid opening, if not signed within that period a new decision will go into effect, if the Contractor does not agree to the new decision the bidding process must start over. • HUD contract requirements • Specifications of construction work • Project sign design with CDBG identified as a funding source to be posted in front of building being constructed. 2. Pre-bid conference may be held to address potential contractor questions, if so, it must be stated in the bid advertisement and provide place and time . 3. Bid advertisement needs to state time and place bids will be opened. Last re vised Nov/04 4. Request for bids must be advertised 2 consecutive weeks -at least one week in newspaper of general circulation. 5 . Contract Management may attend bid opening C. Contract between Contractor and City of Fort Worth (# 1-s ct ea 1 mostl y with ho us in g p roj ects > 1. A written contract with the City will be completed prior to the disbursement of money. The contract will remain in effect during any period that the agency has control over CDBG funds. 2. Contractor selected must obtain liability and workers compensation insurance. 3. Contractor selected must obtain performance bond. CONSTRUCTION STAGE A. Pre-Construction conference l. Contractor is responsible for sub-contractor compliance with HUD regulations. 2. Must be held to review federal requirements and submission of payroll documentation on a weekly basis to Contract Management. 3. Building must provide handicap accessibility (wheelchair ramps , elevators and bathrooms). 4. Monitoring site-visits and wage interviews will be conducted by project monitor as necessary. 5. Project Manager must ensure that contractor has not been debarred before the start of work . 6 . Contractor Information and Section 3 attachments must be sent to monitor with seven days after being received. B. Construction -Contractor to submit packet forms before the start of work I. Submit Start of Work Notice 2. Submit Section 3 Attachments 3. Workers must be paid weekly 4 . Submit weekly certified payrolls (number payrolls) 5. Post Wage Decision~ EEO and Department of Labor posters 6. Contract Management should review all payment requests 7. Stop payments will be issued as necessary C. End of Construction I. Submit End of Work Form 2. Retain all information related to project for five years Project Closeout 1. Audit by City staff as necessary CM . 2 La s t revised Nov/04 CM This outline represents the requirements for construction or rehabilitation projects. We look forward to working closely with you to facilitate the implementation of these requirements for federally funded construction projects . Please feel free to call us at any time, Adrian Adams, (817) 392-7536 Marilyn Jackson, (817) 392-7329 Budget and Management Services, Contract Management Division 3 Last revised Nov/04 WAIS Document Retrieval GENERAL DECISION: TX20030045 02/25/2005 TX45 Date: February 25, 2005 General Decision Number: TX20030045 02/25/2005 Superseded General Decision Number: TX020045 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman; Parker, Rockwall, Tarrant and Wichita Counties in Texas . HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number 0 1 2 Publication Date 06/13/2003 01/14/2005 02/25/2005 SUTX2004-004 11/09/2004 Air Tool Operator .............. $ Asphalt Distributor Operator ... $ Asphalt paving machine operator$ Asphalt Raker .................. $ Asphalt Shoveler ............... $ Batching Plant Weigher ......... $ Broom or Sweeper Operator ...... $ Bulldozer operator ............. $ Carpenter ...................... $ Concrete Finisher, Paving ...... $ Concrete Finisher, Structures .. $ Concrete Paving Curbing Machine Operator ............... $ Concrete Paving Finishing Maching Operator ............... $ Concrete Paving Joint Sealer Operator ....................... $ Concrete Paving Saw Operator ... $ Concrete Paving Spreader Operator ....................... $ Concrete Rubber ................ $ Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ....................... $ Electrician .................... $ Flagger ........................ $ Form Builder/Setter, Structures$ Form Setter, Paving & Curb ..... $ Foundation Drill Operator, Crawler Mounted ................ $ Foundation Drill Operator, Truck Mounted .................. $ Front End Loader Operator ...... $ Laborer, common ................ $ Laborer, Utility ............... $ Mecha"nic ....................... $ Milling Machine Operator, Rates 10.06 13.99 12.78 11. 01 8.80 14.15 9.88 13.22 12.80 12.85 13 . 27 12 .00 13 .63 12.50 13. 56 14. 50 10.61 14.12 18.12 8 .43 11. 63 11.83 13.67 16.30 12.62 9.18 10.65 16.97 Fringes 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Page 1 of 3 1 ... __ ,,.c _____ 1 ___ .,_ ...... ..----____ ,_ ...... / ..... -~; L;_, ___ ._.J ____ ;'l.JL .--~--T"'\--_;-n _____ o .t _ .• 1 ,.,.,,,l"'l""""""A,-A "'"'"'""r WAIS . Document Retrieval Fine Grade ..................... $ 11 . 83 Mixer operator ................. $ 1 1.58 Motor Grader Operator, F i ne Grade .......................... $ 15 .20 Motor Gr ader Operator, Rough ... $ 14.50 Oiler .......................... $ 14 . 98 Painter, Struc tur es ............ $ 13 .17 Pavement Mark i ng Machine Operator ....................... $ 10 . 04 Pipelayer ...................... $ 11 .04 Re i nforcing Steel Setter, Paving ......................... $ 1 4. 86 Reinforcing Steel Setter, Structure ...................... $ 16.2 9 Roller Operator, Pneumatic, Self-Propelled ................. $ 11 .07 Roller Operator, St e el Wheel , Flat Wheel/Tamping ............. $ 1 0 .9 2 Roller Ope r ator, Steel Wheel, Plant Mix Pavement ............. $ 11.2 8 Scraper Operator ............... $ 11 .42 Servicer ....................... $ 12. 32 Slip Form Machine Operator ..... $ 12 .33 , Spreader Box ope r ator ........ ;·$ 10.92 Tractor operator, Crawler Type .$ 12.60 Tractor operator , Pneumat i c .... $ 12.91 Traveling Mixer Operator ....... $ 12 .03 Truck driver, lowboy-Float ..... $ 14.93 Truck driver, Single Axle , Heavy .......................... $ 11.47 Truck driver, Single Axle , Light .......................... $ 10 . 91 Truck Driver, Tandem Axle, Semi -Trailer ................... $ 11.75 Truck Driver, Transit -Mix ...... $ 12 .08 Wagon Drill, Boring Machine, Post Hole Driller Operator ..... $ 1 4 .00 Welder ......................... $ 13 . 57 Work Zone Barricade Service r ... $ 1 0.09 0.00 0.00 0.00 0 .00 0.00 0 .00 0.00 0 .00 0.00 0.00 0.00 0.00 0 .00 0 .00 0 .00 0 .00 0 .00 0.00 0 .00 0.00 0.00 0 .00 0 .00 0.00 0 .00 0 .00 0 .00 0.00 Unlisted classifica t ions needed for work not included within the scope of the classif i cations li s ted may be added after award only as provided in the labor standards contract clauses ( 2 9CFR 5 . 5 (a) ( 1) (ii) ) . In the listing above, the "SU " des i gnation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing . WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * * * an existing published wage determination a ,survey underlying a wage determination a Wage and Hour Division letter setting forth a position on Page 2 of 3 WAIS Document Retrieval a wage determ i nation matter * a conforma nce (additional classif i cation and rate} ruling On survey related matters, initial contact , including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey p r ogram. If the response from this initial contact is not satisfactory, then the process described in 2.} and 3.} shou l d be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U .S . Department of Labor 200 Constitution Avenue, N.W . Wash i ngton , DC 20210 2.} If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7}. Write to : Wage and Hour Administrator U .S. Department of Labor 200 Constitution Avenue, N.W . Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.} that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board}. Write to: Administrative Review Board U .S. Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 4 .) All decisions by the Administrative Review Board are final. --=============------------------------------------------------- END OF GENERAL DECISION Page 3 of 3 PUBLIC FACILITIES AND IMPROVEMENTS CDBG CONSTRUCTION GUIDELINES The use of Community Development Block Grant (CDBG) funds in whole or part for construction of a public building must follow the federal regulations for CDBG. PRE-CONSTRUCTION STAGE A. Clearance and Wage Rates (Initiated by Contract Management) I . Obtain Environmental Assessment from City Planning Department to determine if flood plain, effect on community, etc. 2. Obtain Qualified Service Area documentation from City Planning Department to determine at least 51 % of residents in service area of building are low and moderate-income persons. 3. Contract Compliance .Specialist will request wage determination from HUD to meet Davis-Bacon Act (Description of work needed from project manager) · 4. Provide cost estimate and source of funds for construction. 5. Project Manager from City Department will notify Contract Management when project design is completed. 6. At least ten days before the bid ·opening, Contract Management will verify wage rates and notify the appropriate project manager if there is possibly a modification. B. Bid Process CM I. Bid Document needs to include : The Contractor's Packet • Wage rates required by Davis-Bacon Act and predetermined by Department of Labor per job classification. In the case of contracts entered into pursuant to , competitive bidding procedures bid openin_g locks in wage decision. The contract must be signed within 90 days after the bid opening, if not signed within that period a new decision will go into effect, if the Contractor does not agree to the new decision the bidding process must start over. • HUD contract requirements • Specifications of construction work • Project sign design with CDBG identified as a funding source to be posted in front of building being constructed. 2. Pre-bid conference may be held to address potential contractor questions, if so, it must be stated in the bid advertisement and provide place and time. 3. Bid advertisement needs to state time and place bids will be opened. Last revised Nov/04 4. Request for bids must be advertised 2 consecutive weeks -at least one week in newspaper of general circulation . 5. Contract Management may attend bid opening C. Contract between Contractor and City of Fort Worth (# 1-5 deal mostly with ho usin g projects) 1. A written contract with the City will be completed prior to the disbursement of money. The contract will remain in effect during any period that the agency has control over CDBG funds. 2. Contractor selected must obtain liability and workers compensation msurance. 3. Contractor selected must obtain performance bond . CONSTRUCTION STAGE A . Pre-Construction conference · l. Contractor is responsible for sub-contractor compliance with HUD regulations . 2. Must be held fo review federal requirements and submission of payroll documentation on a weekly basis to Contract Management. 3. Building must provide handicap accessibility (wheelchair ramps, elevators and bathrooms). 4. · Monitoring site-visits and wage interviews will be conducted by project monitor as necessary. 5. Project Manager must ensure that contractor has not been debarred before the start of work. 6. Contractor Information and Section 3 attachments must be sent to monitor with seven days after being received . B. Construction -Contractor to submit packet forms before the start of work 1. Submit Start of Work Notice 2. Subm it Section 3 Attachments 3. Workers must be paid weekly 4. · Submit weekly certified payrolls (number payrolls) 5. Post Wage Decision·, EEO and Department of Labor posters 6 ; Contract Management should review all payment requests 7. Stop payments will be issued as necessary C. End of Construction l. Submit End of Work Form 2. Retain all information related to project for five years Project Closeout I. Audit by City staff as necessary CM ' 2 Last revised Nov/04 CM This outline represents the requirements for construction or rehabilitation projects. We look forward to working closely with you to facilitate the implementation of these requirements for federally funded construction projects. Please feel free to call us at any time, Adrian Adams, (817) 392-7536 Marilyn Jackson, (817) 392-7329 Budget and Management Services, Contract Management Division 3 Last revised Nov/04 WAIS Document Retrieval GENERAL DECISION : TX20030045 02/25/2005 TX45 Date: February 25, 2005 General Decision Number: TX20030045 02/25/2005 Superseded General Decision Number: TX020045 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, : · Kaufman; Parker, Rockwall, Tarrant and Wichita Counties in Texas . HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY . HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number 0 1 2 Publication Date 06/13/2003 01/14/2005 02/25/2005 SUTX2004-004 11/09/2004 . Air Tool Operator .............. $ Asphalt Distributor Operator ... $ Asphalt paving machine operator$ Asphalt Raker .................. $ Asphalt Shoveler ............... $ Batching Plant Weigher ......... $ Broom or Sweeper Operator ...... $ Bulldozer operator ............. $ Carpenter ...................... $ Concrete Finisher, Paving ...... $ Concrete Finisher, Structures .. $ Concrete Paving Curbing Machine Operator ............... $ Concrete Paving Finishing Maching Operator ............... $ Concrete Paving Joint Sealer Operator ....................... $ Concrete Paving Saw Operator ... $ Concrete Paving Spreader Operator ....................... $ Concrete Rubber ................ $ Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator ....................... $ Electrician .................... $ Flagger ........................ $ Form Builder/Setter, Structures$ Form Setter, Paving & Curb ..... $ Foundation Drill Operator, Crawler Mounted ................ $ Foundation Drill Operator, Truck Mounted .................. $ Front End Loader Operator ...... $ Laborer, common ................ $ Laborer, Utility ............... $ Mechanic ....................... $ Milling Machine Operator, Rates 10.06 13.99 12.78 11. 01 8 .80 14.15 9.88 13.22 12 .80 12 .85 13. 27 12.00 13.63 12.50 13 . 56 14.50 10.61 14 .12 18.12 8.43 11.63 11. 83 13.67 16.30 12.62 9.18 10.65 16.97 Fringes 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 .00 0 .00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 .00 0.00 0 .00 0.00 0.00 0.00 " .... Page 1 of 31 WAIS . Document Retrieval Fine Grade ..................... $ 11. 83 Mixer operator ................. $ 11.58 Motor Grader Operator, Fine Grade .......................... $ 15.20 Motor Grader Operator, Rough ... $ 14.50 Oiler .......................... $ 14.98 Painter, Structures ............ $ 13.17 Pavement Marking Machine Operator ....................... $ 10. 04 Pipelayer ...................... $ 11. 04 Reinforcing Steel Setter, Paving ......................... $ 14. 86 Reinforcing Steel Setter, Structure ...................... $ 16.29 Roller Operator, Pneumatic, Self-Propelled ................. $ 11. 07 Roller Operator, Steel Wheel, Flat Wheel/Tamping ............. $ 10.92 Roller Operator, Steel Wheel, Plant Mix Pavement ............. $ 11.28 Scraper Operator ............... $ 11.42 Servicer ....................... $ 12. 32 Slip Form Machine Operator ..... $ 12 .33 , Spreader Box operator ........ ;·$ 10.92 Tractor operator, Crawler Type.$ 12.60 Tractor operator, Pneumatic .... $ 12.91 Traveling Mixer Operator ....... $ 12.03 Truck driver, lowboy-Float ..... $ 14 .93 Truck driver, Single Axle, Heavy .......................... $ 11.47 Truck driver, Single Axle, Light .......................... $ 10. 91 Truck Driver, Tandem Axle, Semi-Trailer ................... $ 11.75 Truck Driver, Transit -Mix ...... $ 12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator ..... $ 14.00 Welder ......................... $ 13. 57 Work Zone Barricade Servicer ... $ 10.09 0.00 0.00 0.00 0.00 0 .00 0.00 0 .00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0 .00 0.00 0.00 0 .00 0.00 0.00 0.00 0 .00 0.00 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ( 2 9CFR 5. 5 (a) ( 1) (ii) ) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * * * an existing published wage determination a ,survey underlying a wage determination a Wage and Hour Division letter setting forth a position on Page 2 of~ WAIS Document Retrieval a wage determination matter * a conformance {additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program . If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed . With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N .W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board Page 3 of 3 U.S . Department of Labor . 200 Constitution Avenue, N.W. j Washington, DC 20210 · 4.) All decisions by the Administrative Review Board are final. ==-----=======-------------------------------------------------- END OF GENERAL DECISION APPENDICES · UNITS I & II: WATER DEPARTMENT & TRANSPORTATION/ PUBLIC WORKS APPENDIX A -STANDARD FIGURES AND DETAILS APPENDIX B -TxDOT PERMIT FORMS APPENDIX C -GEOTECHNICAL REPORT APPENDIX D -TEMPORARY RIGHT OF ENTRY APPENDIX A -STANDARD FIGURES AND DETAILS APPENDIX A -STANDARD FIGURES AND DETAILS SANITARY SEWER / J gL-1-t UO!ljOJlSUOj +,l-Z3 1e!Jal~ +,l-13 (vN&>ys ;,e:n,JdJ .7701'//r'/YW C7~/YC?/VIY.L $ p(')/ ?d'/?.9/J • V0.'7U:'A 7~~ 11/J YS:'~'./ .MCJ'ay? • .9/ vo,1,1:,1)f ~vo.;, :,;~.,,~vcv .t'" d'~ J>/·,? _;, :_,"7d" '.S:~/oy -,.7.,6 . · -'" .l'/PJ$ -r.:,_,&7' f'/.1 .,.,'lrr~c l"'D/Y 'J~JO,,U VO.// . ,b;~'lf':,;y o,;t J~n6~ '.r~.-1e,:, ·~'I-°. ~z pv.!> ~"'11'..// ~Joyve,r----" ·.n16V: nS'vf vo_7_,J.N:,_..,;.11vo.;, ;7'.,0Af ~ '?'i'"'d ~y..i ~~ pZ?~l!'v~1.n1p :>_?.1.9 e e,,z _,e,.,,.,e..,.,.,vr;,., J1lhril,,S, /1Je'_,l.'V4'S' ,,ov~ _,~?e,?f ~Vr · ,,{q ?.l?_M(!Jd.,;. I > (1 I .J I ·!) I .-:1 fa /}1 /:':···'·:1 I fJf):} :;. .$ e s r'. , ,7 I i:_~'!,. i,_;ov""eU/ ?ve 6'v_,,;.se.;, ')(".'-''? .I" .,,~,.; v_, p~;n / Z l> q ,1e1.V ',Jen'5~ ..ro 'G'kP ,7 '-.W:L '$'"(/ o,i .5v_1.v..;o,rvP.7 ';$v_1J b_P6'.;(> 7?~J,.7VC,:J pa.)./OJv_l;,./ 1ue~,,_,Cf' 't7:/'.,P2 x;;B'"".,2 -·e .. p .'.1)1!",U"'.' //.'""' -"'/~4'.JrV&:1.) ,11,a../,ZS Mfl.NHOLE FRAME A NO 24"D1A . COVER, EQUA L TO McKINLEY IRO N \./ORKS NO .A24AM: (REF. E2-14). TOP OF CONCRETE CONE SECTION 15" BELOW I I I I I FINISH RIM ELEVATION:~' (RE'.F. FIGS. 103 & 104). F (4000#) CONC NOTE: I. P_RECAST 4'DIA. CONE WITH STA NDARD 300# MANHOLE COVER AND RING IN LIEU OF 24 11 x40 11 SHALLOW MANHOLE (REF. FIG 106). 2. MAt~HOLE TO BE US ED WHERE SEWER LINES ARE LESS THAN 6 1 DEEP. SHALLOW MANHOLE PRECAST CONE \.'here M.H.1 s are fn street instal 1 two or more courses of hrick or concrete grade rings w'her e M.H .'s are built in streets to be paved, M. H. r i m to be set to pro posed paving grade I ,e, or concrete slab. Use standard / ,' we~n casting and top of brick\ McKinley, No. A24 AM. or Equal M.H. Fra -,-,tt.-=:==ifli:~v-;-;;:-;:=~-;::::~-;::::==:~~~~;-:-;-:-=:--:--=-2.e d C cv er Use Cast Iron Pipe co First Joint Behind · Limit of Excavation Cone, Limit of Excavation ~ - I~ 1ii1 - 11!.' -=:. - ~ 1~1 -llll Thrust Block to Extend 6 11 In A 11 Directions from Outside Diameter ,.. ., a. a, 0 Q) ..0 ltl I.. ltl > .. of Pipe----------~ I.. a, ~ a, E ltl 0 a, -.0 l1J L. l1J > · .. - 0 I I""'\ . ". .. c:::::::::J CD 4 1 -0 11 Required 15Tovide Stub Extension At ~Q?i of P.E. in M.H • c::::::::J S 1 ope 1"/1 '· ... . . .0 Use 4000# TYPICAL SECTION ----Ins t all H.H. St1 Same as in St an M.H. Plug Install Nuts Away from M.H. Wa 11 on M,J. Fitting COR-TEN Bolts Concrete -See Standard 4 1 Dia. M. H. Deta i I Figure 103 . Ve:-t i cal to 3/4 Point of Pipe (D 4 1 d i a • for sewer pipe up to 21 11 dia. 5 1 dia. for sewer pipe 21" to 39 11 ciia. STANDARD FOUR FOOT DROP ACCESS MANHOLE FIGURE 107 DTE: A. Sta:ioard Pipe Fitting, shal l be used co form i nverts o t j unction r.iar,holes 1,1~e:i p ::::> ~ 5 i b J e , w i t h i n s t a I 1 a t i o n a s t o 1 1 0\-1 ~ : I. Pipe fitting. 2. Pour manhole floor t o spring I ine o t itt 1n9. 3. Break out cop ot iit t ing to spring I ine. 4 . Pour remainder ~f r.,a n ho l e i nvert to pr ovi de v c>r t i ca l i n vert 1-,al I up to 3/4 point ol the lar~er o ip e i nvolved, as cinailed. 5. Sreel trowel i inish invert of manhole. ( f3. \Jhen special siruations prohibit use 01 standard pip e fittings as ab::,ve :iu c li'l(.'G, the invert' shall be forr..ed of concrete ano steel tro .. ,ef I inished to pr::i · .. iue ~ i :·.i !or functional characterist i cs to those atrorded by the above installa,ion. In v ert;: thus formed shall be ac c ::,r:i plished ta .he En9 i neer's ~atisfacr i ori. .. I O . . . . ... . , .. ·4 ·. Ll .•• ' . : . · .. < .. . • d. t) ·. •. ; · .. · .. A · Typical Plan of M.H. Bottom In Junction Manh::iles .,.. ',. b.. • • ..,., • "' --· • I •• , . · .. . ~ .. . .: . 4 ..... • : g • . . · ; ll, .. . 6 . ' . •••• ....... ::> • :. '., ) I • • • • • • "'I • • • l • I O \, •1 • •' _ • .. . , . • '~:. • . .. . -: 4 ... : ..... . , .. , •. 'rf'·\·· ... ~ co.,~1 ·.·: . . : ~ .. ·, .. ·,: ... \ , • "·~· .... ·... d .. ~ , .• ----.....:----' Sect ion A-A JUNCTION MANHOLE BOTTOM I I/R-.\\\\vl f I 1 _ 1 -1~ .... -. · ... TYPICAL SECT I ON •,';Q j mens j On l lx II Sewer P i pe -· 12 " Crushed Umestone to Extend from 6~ Below Pipe .to Spring) ine (Excavate for Bel Is) Cost of Granular Embedment and Crushed Limestone Be dding Included in Price Bid Per Foot of Sewer Pipe STANDARD EMBEDMENT FIGURE 109 E l - 2 Mate ri a I F?-2 r.nnc;trur t inn Q.I (I) a. \.. 0 0... CD \.. (I) Q.I Q.I V -~ ...0 E C'J ttJ r:; I.. I.. 0 ro /0 > ::> NOTE: I.. Q.I ...., a., = ro 0 L 2. Variable· Dio;:1eter Bore To Be Large Enough To Permit Design Type Pipe To 8e Pulled Or Jacked Throu gh. TYPICAL BORED SECTION Longitudinal Vi ew TYPICAL BORE WITH .PIPE INSTALLED Long i tud i na l Vi e..1 of similar nature requiring-- bored installation of sewer. 7 Carrier Pipe TYPICAL END VIEW Perimeter of Bore Pressure Grau( Around Pipe. Grout shall be proportioned as I Cu. Ft. of cement, 3. 5 Cu. Ft. of clean fine sand wi~h suff;cient water added to provide a free flowing· thick slurry Compression type joints to be used if possible. !f compression type joint is not avai !able, MJ type shall be used and joints bolted before BORED CROSSING DETAILS pulling pipe into . pl ac.e FIGURE 110 Existing Backfill as specified f (i) t (D 611 min. dimension. 6 11 max. for pay purposes when bid per cubic yard • . 6 11 min. dimension. Max. for pay purposes snal I be 611 o.-i mains 2~11 and. smaller, 9" on mains 30" and larger, when b i d pe r cub i c ya rd . 411 min. dimension. l.;11 max. for pay purposes when bid per cubic yard. ® Class 11 E11 1500# concrete. CONCRETE _ENCASEMENT DETAIL ................... - T Cl) Cl) i- Cl) .D l1J I... l1J > Cl) C _J QJ I... .D QJ '° ~ ·- Cl.I L. V) '° > C QJ t0 N V) ·-V) . \... 0 C tO ::r: I.. ~I <lJ V) . C tO (/) NOTE: or 3 /4 Ro 2d •.-1ay Ht Standard -. •.:ro-·. Curb & Gutter :--·, ......, · -::-=i~~:--::--:--::-,_.C_.L,. .. ·. ""' . . . . .. -· . . . . ..... {'.'.://\:'.{~EI : ~ I... :: /0 2 I -6" -;,\ _/ ~/ I I ;f l I \. -~ ..J . J% 1= p: / \ // \ QJ ··-~,V) :;.QJ I Cl. ~ ·-Cl.. '-J..:j I I : / \ / \ ,,,, \ J--~ _., .,-., I 1. ~ a t er t i gh t \p l u g Grade 1% TYPICAL SECTION Note: Embedment and backf i 11 as required for adjacent sewer main shal I be included in the pr,ice bid per sewer service complete in place. Standard Gutter Service Line Tees Wi 11 Be Used On All Service Lines Constructed At Same Time As Public Sewer. SERVICE LINE FIGURE 0) Sewer service line location to be marked with red .vinyl tape et lEast 3• wide and 10 mil thick attached to the end of the service and extending through the back- fill at the point of house service connection behind the proposed curb. DETAILS 115 C. >- 1-. 0 N STR EET .I... 0. I ' "-· I ~TYP . . r (0 C)..5£ .2 '(_!_,JJ; SH.J.lL £XTD,O .3' &..~OJI 'J Tic;;.( OF L OYES, GPJ..l:E R.JHG (P,£:V,A P.EO.) . FTGURE 12·1 CONCRETE ~1ANHOLE .DETAIL . .. o . ~ ' GOLLAR -: E!-2D , 2! H.ATEiU.A.L E2-20 . 21 C(H,-C:: TOt v-T 'T ntJ ?' .-.; •. I . D. A-A - SECTION ·A NOTE: DROP THROUGH WILL BE POURED MONOLITHICALLY WITH CAST IN · PLAC BENCH.OR DOWELED ANO-.GROUTED . TO: PRECAST BENCH~ ·· .. ~'-.~'-··._' .," ~•. . . ... ·.= -• . . . .. ·-s~s . SECTJON t 4-•3 DOWELS 8 SPACED EVENLY INTERNAL HYDRAULIC SLIDE CON~iECTION DETAIL --... .:. .-. . . - .. ·:.; .• ·' ... ·.· ~:. •;.• . ,, ........... ·.·~ ....... -.. ,, . w w (L >-0 (L (1) LL. <! 0 • 0 (L .. ' 0 "'1" I- MINIMUM WIDTH LONGITUDINAL . . DIRECTION SHALL BE 4'-o• FOR CLAY AND COMPACTED BENTONITE CLAY OR 2 -SACK CONCRETE 5• MINIMUM INTO . UNDISTURBED .SOIL , SEWER PIPE 1'-o· FOR 2-SACK CONCRETI::. CLAY DAM . DETAIL N.T.S. KEY: CD WASTERWA TER UAJN ® 5• W'r'[ G) s• WASTEWATER LAT. (LENGTH VARIES) © s• X 4• RED . AND 4• X 4• TIT OR WYE. OR C X -4 • TEE OR WYE. AS REO'O. BY O'n'NER. @ 4• STACK (LENGTH VARIES) @ 4• WAS1EWATER LAT. Cli.ANOUT CAS11NG EXIST. ® ® ® @ @ @ 4• WASTEWATER PIPE (L.DICTH ADAPTOR BUJU)JNG S2M:R LAT. CLASS •a• CONC?.ill s· X 4• REDUCER COl.4PACTED AS S?EOF1ED, OR !NUNDA TED SAND >-)-er w Cl. ow a:: z Q. :J 'I F'OR P.V.C.: VARIES) Cl..EANOUT 'MLL SUP OVER PIPE 2' \V,X. NOTES: 1. Ct..EANOUT CAS11NG TO BE FURNISHED AND PLACED PER SPEOAL CONDITIONS. IN \-OilClE TRAmC AREAS ANO FOR COMMEROAL MAINLINE LATERALS, WASTF:WA TER Ct£ANOUT SHALL BE OF' CAST IRON. 2. SLOPE Of' LATERAL TO BE 1,:: I.IIN., 2X MAX. UNLESS INSTRUCTED 0THER'MS£ SY OYINER. 3. THE WASTEWA "Tm LATERAL SHALL BE CONNECTED TO BUILDING LATERAL ANO CONSTRUCTED IN SUCH MANNER AS TO Q..EAR EXIS11NG UllUlES AND PROPOSED F AOUllES SUCH AS STORM SEV£R l.4AJNS. PAVING, SIDEWALKS, RETAINING WAU.S, ETC. VERTICAL BENDS (22.5" UAX..) MAY BE USED IF AP~ROVED BY OWNER. 4. THE MAINLINE LATERAL CONNECllON . TO THE PRIVATE BUILDING LATERAL SHAU BE AS Ct0SE TO THE PROPERTY LINE AS POSS!BL.£. 5. INSTALL 4• STOPPER OR CAP AT PROPERTY LINE IF BUILDING LATERAL DOES NOT EXIST. 6. SUBS11TUE 4• FOR 5• FITTINGS IF PLANS OR s=>EC. COND. CALL FOR 4• LATERALS. 7. THE a..EANOUT STACK & CAS11NG MAY BE PLACED IN THE PARKWAY. vr~,ru iRAffiC A~EAS. OR SDEWAU<. IF NECESSARY. WASTEWATER LATER .ALS -~ , __ C..d " """'-.. , ~ I I ,, 6.7. CLASS · •9• EMBED. ----" If" LATERAL SLOPE . EXCEEDS 1: 1. USE CLASS •A• EMBEDMENT Cl.ASS -a• CONCRETE . AT WYf. IN EARTH N.T.S. · LATERAL (GRADE VARIES) WA'S:rF:NATER MAJN LATERAL (GRADE VARIES)\ ~ · .. WY£~ . . . · .. CLASS.• A• EMBET IN ROCK N.T.S. lRENCH 'MTH SLOPING SIDES NOTES: i. WYE SHAU. BE SUPPORTED AS SHO'nN FOR WYE CONNECTION SUPPORT. N.T.S. 2 LATERALS ARE TO Cl.EAR AU.. EXISTING UTILITIES. ·· 11 1/4• 00 22 1/2" BENO, ONLY, MAY BE REQUIRED. WASTEWATER LATERAL . CONNECTIONS ,..,. c-'11 las CMd Ill C-- J f [ h . . . 6.7. 1 1/4" BORE 3/8. DEEP 1/2• DRILL 2 "t /1 6" 1 ,, i I I I tO :::: a> I() 1/2·-13 UNC DR ILL ANO TAP 1· DEEP 3 1/32• R. 2 21/32• R. (INS.DE) 2 25/32" (OUTSIDE ; • ID ' ..- CLEANOUT FRAME TOP COVER N.T.S. . I SECTION ~ A-A· I I N.T.S. 4 1/4. D. 3 7/a· o. 4• D. I I f I 1;a·-....-1 J/15• DIA. RUBBER . •o-'-RINc;-GASKET CLEANOUT FRAME BOTIOM . N. T.S. NOTES: 1. THE 'l'IORDS •wASTEWA TER LATERAL CLEANOUT"' SHALL SE CAST INTO TOP OF CO'v£R. N.T.S. a 1;.c.· 7 J/4. 7 ,;2· I I I 4 ,;.c.· ; r,6. 2 / • o· 4 1 32 .-I/~ 4 1;a· . I • -~ ~- 1() -. I I =r I J~ SECTION ·a-a· N.T.S. I <O ......... ,..., O'> 1/2•-13 UNC HEX BOLT 2-REQ'D . . (ST AINL£SS STEEL 2 MA l'ERIALS . TO BE CAST IRON, P.Y.C. OR ABS PL.AS11C. ASSEMBLY VIEW . N.T.S. WASTEWATER LATERAL 6.7. ~· ,,_. ........... ~ --.. ............. -... ..................... _ ··----·--·-··--~·----···---·-...... ._ .. ,.._ _____ -----.. __;._..._, __ ,__ _ _..._...._ ________ ., __ "" :;.::;..:.:__.:.._:..:...._ ______ ~~~~=~~;:-:-=:~::-:-=:::;::::::=:====::-:-:-:-:, .... ~ .. ·;":· ..-:-----r----:--'"'· .. , .. ··--da .• ,_., ......... , . .-. .......... r ·· ........ ··.";"··-:"'--.··· .. !'.-·····:···-;·,"7 .. •, ~ .. ·.·--~·.···.·. . .. • -····--·-....... -... i .. _,,,, ........... . ···;.o1. . .,:. . . ..... • •• ·.-·· ••.. ·.-: •••• ·.• ..... · ·_:·.: __ ; .· :',.-..:.· .. • ... :· .... ,~.i:.:::~~;· ... ,.!,_ .••. _:,_.· .... -" ,...:• •• ~ -.. -.......... . . 1: .. . . ~· ' .TWO . . • lillIE::. .. PIPE mo mnHGS SHAl.l. B~ '-:.: S0R-J5 OR SDR-211 PVC • · v.ttEN .Pl-ACED Y,Httltl ROW. PROPERTY~ LINE ,. . I I . . I I I ~aTY Of FORT · WORlH STANDARD .a..EANOUT CM> (PVC QR CA~T IRON) .. · .. •,,•· ..... ,,_ .. . , · .. . . . ............. : -·· .... _ -·· ·.· · 1. iHE s~ TEE AND PIPE nTTIHGS IHSTAU.ED . Sl-lAI.L ' BE SOR-35 OR SOR-26 PVC I.IA TERIAL . . . . . ... ,. 2. CONNECTIONS TO lHE EXISTING SERVICE · SHALL ·eE UADE . US1NC RUBBER Sl..£EVE COUPUNCS 'Mll-1 STAINLt'SS STITL 00\JIJL£ DANO REPAIR Sl..EMS •. lltE SI.IEVES SHAl.l BC llCU~ED 10· lltE TORQUE RECOI.IUENDEO DY nu:- I.IANUFAClURER. 3. ntE DABEDIJENT MATERIAi.. US£0 SHAU. OE . 9ANO. GRAVEL. OR OTHER APPRO~D BEnDINC I.IATERIAL..' . . ~. ~ 4. SLOPE OF THE I.A~NUNE SERVICE "LATER~L ' SHAU.'BE A \.IIHI\.IUIA Qf 2 PERCOIT, 15. IH HIGH lRAfflC AAEA~. (STREETS, DR.IVEVIA 'I'S, · SlOEWAU<S, ANO WAU<W>.'l'S) WASTEWATER a..EANOUT STACK AHO CASTING SHALL BE Of. CAST W~!'!,_ .. . ·.: BACKF\LL a..EANOUT STACK "'1Tll ·>J>PROVED GRANULAR DACKF\U. a• !,LL AROUND 8. IH HOH-TRAfflC AREAS WASTEWATER CLEANOUT C>Jl AND STACK SHAU. BE PVC MATERIAL . t DOUBLE BAND •. , ST A1Nl£SS STE£\. __ _ COUPLING CONCREn: ANCHOR fERNCO fl.EXIBU: J CQUPUNG REQUIRED IF EXISTINO SERVICE · U,. TE~AL PRESOff. · =-./µ~""'--·· .-.:·rusor :·::·:::· .... :. : ...... ···· .......... _. :·:·. ·.·::::: : .. (DUCTILE IROH OR PVC) 4• l,IIH,. LJ . .... .,_,,,'' • ••• • • :-·••' I I ' ' ,• •, . ,•·· .... :.·.· ·.·· I"' .. ;···· . .... .... I . .· ·' • • ... REO\IIRE ·o MATERIAL .. . ,: . . ~ PROQUCL.JNEQEU:.1ATION ·· · · 7. COHCRETE USED AROUND Cl£ANOUT ASSEMBLY .SHALL BE 5 SACK, J,000 PSI IJIX. CAST IRON CLEAN OUT BOOT 5 .3" ' ..... . 'r....:__11:2· ss .ooite · PVC ~; C~~;·j,0:,'. Cl~~~~l . Cop .... '. •~ f";~· Slan'ie/Robe~la .. ~ ~·~~ci;.: iof~cit1~· Sub)o4:~ .To Chong•. · :·, SOR ..:J~ ~;,~ S0~~28 ."o.~~I• .Oeonoul · PESCR!PTIQN. · · . •' .: . :. ·., ... : .... ·;·. ·:.::··.:. . . ..YiflGUI. · · .. · 'PART N<;>, '.;_:."SOR ~~~ -~,J~~.";:.~~:.~iryi~,·to\u~I ond Riter Pipe ~.··. ·>.-/~!f:'~~~:.L?J!f~~~.--~f., .. i1~:i~lfi~}~P.~~'(T·~.; .:: ... 1" .. tti•::):: .. :. ::::m-:•~i 7.5" ·\-~:·:(;·)/:·:.):: .. ·.: : ..... .. --:. Oou~te, Bqncf ,{{,~oli-f.T~dni!llorJ Coupling, ... '. .. :. ~ l'lolUc:i Sewii lo\wol Qoonoul w1.~:i:i~1~ ;!\'ld. <''!'Upllf:'9 •• . .. 2.2:1 lb',. '.' .'; .".AlL..,.1524 I . · :. · .. ; .. : .. · .. .._, ~-·~; :·,·:··· ~!;:::f ~t~+!~~~~··· •. : :.?}irJ:tt;tJt\1~'.·';']~::.::~:\f f .?,._:'..··.:~:_ ... ·.:;:_:·_._· ·.i.•·.ii,'_i _· .. _ •••.... _:-..::.;_J _· ;_ .•.•.... ·/··-----..-ra-----··.·::·:·~-~.i_:,_/_,_-_}':t' -:···:·· ... -:,·:.-.~. ·····~.·::;·•,•1,•., .. :.,:-.:·...:,::t;· . .c ., ... · ..... ~.,. ;~~ ... ~ ·.,.. . ..... :·:··.=.:·,., ·:·~ ... :. . .,_,:,:•.·,·."":··;,·.·~:-~.-.-·t .. · 1"'' I , -1 .. I ,;_! 6" fJ BARS . I . . 14" 11_ . _I \--1L\ · CONCRETE COLLAR . (PLAN VIEW) DOUBLE BAND STAINLESS .. STEEL COUPLING . REQUIRED IF EXlSTlNG Sffi\l\CE IS PRESENT, . O'!HER~SE PLUG . . . It It 11 Ir It . FERNCO FLEXIBLE COUPLING 1 . ·---------- I t f 'j: ·1 ('. / fr ··~' 11 .SIDEWALK O~IVEWAY CAST IRON CLEANOUT ORl\£WAY APF'ROAa-t STREET \ \ CURB · ~ PRODUCT INFORMATION •• From Stanley Roberts & Assoc., lnformatlol\ Subject To Change . DESCRIPTION 1W(IGHT PART NO . BACl<F1LL CLEANOUT STACK WITH ·APPROVED GRANULAR BAa<FILL, 6" ALL AROUND SOR -?6 SffiVIC(. Sl.OPE-V,l,RIES; 2" M_IN . SE'M:R MAIN J . REQUIRED . MAT8RlAL , PVC OR CAST lRON Cll:~OUT CAP SOR-35 OR SOR-26 TWO --WAY C.l:EANO\JT .TEE SDR~35 OR SDR-26 SE'.f_IVl9£ ANO RIS~ PIPE DOUBLE BAND REPAIR/rn;A.~SlllciN , COIJPLINGS . 5 SACK, 3000 PSI (CU~S-1:!) CoNGREli . SAND OR GRAVEL BEOO\NG:'JMATERl,\.L . IB lbs 2.25 lbs A 11.-424 Al1.-15 2 4 CLEANOUT NOTES 1.) THE S~ TEE ANO PIPE flTllNGS INSTALLED SHALL BE ?Q~;;:~.~ OR SOR-26 PVC MATERIAL 2.) CONNE;&ltf)NS TO THE EXlSTIN~ SERVICE SHALL BE MADE til;!!iG RUBBER SLEEVE COUP LI NGS WITH STAINILSS ,STEEL DOUBLE BAND REPAIR SLEEVES. THE s~s SHAU:.. §E JlGHn:NEO TO THE TORQUE RECOMM ED BY T-HE MANUFACTURER. 3.) THE ·. ,. -MENT MATl;RIAL USED SHALL BE SANO, GR.( .. o·nu:;R;,'.~~;ftOVEO BEDDING MATERIAL · . 4,) SLO . . , THE . SANltf;lt( SEVr£R SERVICE· SHALL BE A f,IINl>,ley,~ OF 2 P~ctNT. 5 .) IN HIG ~/~AFFlC_ AREAS ·(STRECTS , DRIVEWAYS , SIOE-~~~if -&.· WA .. L;KWA'l'S.) SERVICE CLEANOUT ST,i,,CI< !~~ CAP 'SHALL BE OF CAST IRON . 6.) IN NQN~:1~AFFlC AR~!:; SERVICE CLEANOUT STACK AND C~'.l>HALL BE: PVC MA1£RIAL 7.) CONQR ~ U~EO ARQ\JND CLEANOUT ASSEMBLY SMALL · BE. 5 · li~~. 3,000 .PSl l,llX; . B,). P:lf!E ."A:/iUii1 flTllf/ClS ''S~AU. BE SOR -35 OR SOR-26 .. PVC ,~·Noi IN Hft°R ·TRAFflC AREAS . \ PROPER:; UNE PVC CL£ANOUT -'---"·-.:_ . .:j_ ---· .·. -------- . SIDEWALK ·.· · CURB \ .· :.-:_,, · .... : ~ .. IC .' cAsT 1RoN cLEANouT sooT TWO WAY st@VICE CLEANOlJT ,( .. ·.·~---------··--------............. .....-.~----·: ..•. ~-· .. ,i!i!w::::·.· .• : ................. : .... ··-................ __.....;.._~ I . , -'~vc CLEANour . soo'r --, . '.. . . ' ABANDONED PIPE TO REMAIN ;-CUT PIPE --- _.. .. ... . ·.:·~~-·1_:· _.·~ ·. rREMOVE PIPE 4 ... -~·, 4 . ---------'-----~' ,_··~, -~·~.: ...... -._ . ..___ ________ -.-·_-.-'-r·: . ..:-.=·~-, . ·.j .. : • ..4 . I ~ -=-.. -. . -I -.. ,_.,_· =-~··_ ~-. ·; I ---· i . · .. ·. • ; '\. r ... • PLUG DETAIL 1 /3 G_. Y. 1500 psi CONCRETE . WASTEWATER · PL .VG DETAIL FOR ABANDONED PIP£ DA TE: OCT. 1995 PROJECT: FTW95148 ~ - APPENDIX A -STANDARD FIGURES AND DETAILS WATER £,r/sr. Ch II •• I' I; I• 1; ,, 11 I: I • I: 'I , , •, , , 1, .·:1, ·1·--.1~-..------·:--::.·:: . ti ( JI ,. ·, ''-• .-:.-:.-:.~---%' .,.,-_ ..... l ,. ~ II G =~--~&".,_-.,.r.r.:-J.ri,)' II ,, ::~ .. "( '• ,, I I '-° • -z-:.---.r:.r.r.r.r.r.r~: .~ II L~ •'" ,, 1' o r.17. 0 (.,I I k I /or Tc> /77,,0 . .-khlt7r Sv.,op&, <;'n?p. s~rv/c (Z c? .. (;.1/v. P/p'2 ,, ,, I !' CITY WATER DEPARTMENT FORT WORTH, TEX. AS rYPICAL VAIN 8 Y-PASS LAYOt.lr F/Gt/REA-/ E.risr Mel~r v~(. $(r C L)(l /,:;;,// /'"or T~/77/:J . Sc/"Yic~ Conna. cl/on. --.A ,-CA'••.·: .: ~·,;. / ~ ·Ga/v. ,..o/;:,~ . \:~_:( ~ r ':· ii M? f ,Mi ;:r]{f t1 ~ •\ f •\,..,.,;-.-~··\ /-"\\ ~ •\V ,Y. Conrracror sha// 6<1 r~qu/rgc ro cover m et«r vavlt w1r'h pro/re//,,, 9~ard A de$t<JI" d.S r~q ui'r ~ d. .r/sl: Pri~h S<Zr ,,,,,,"<:, l'o Hou.s, or Bid 9 . ~ A,'~/"~, 3h.r// ,6 tZ r(ln,cvqd .6y fh~ conrracfor. CoJ?n,_cl'/on /"rpm ,6y -p~s5 ro pr, Ya I~ s1rvt"c~ sht!J// be /nt:90"~ hy Conlrdcl"or. CITY WATEf DEPARTMENT FORT WO~TH. TE:XAS ·rEMP. SCRVICE CONNECTION DETAIL F/GUREA-c Slan~ro'. ~inish"o' c ,s . "/S' A=bclin9 re/I, .36 -Wide . CITY WATER DEPARTMENT F'ORT WORTH, TEXAS INTE~S£CTl0N CROSSING DETAIL F/GURE)\-.3 'B 5'-1-------,-,,---Roadway 1'6Mfor Cl ass~ Meter Box i-....,__ 1'2°'forClass 'B'Meter Box I . r-Asshow7on plans Box Copper Service Line ~Gosline ~Sanitary Sewer NOTE: l • On Initial Inst a 11 at I on: No More Than One Sp 11 ce Per Copper Service Line Will De Allowed With No ·splice Under Pavement. 2. Service Line Installations Shall Include A Class 11A 11 Or Class 11 811 Heter uox As Applicable For !he Size Service Intended. 3. If Meter Uox Is Not lnstal led At The Time Of, ·service Connection, A Strip Of . tJlue Vinyl Tape At Least 3 11 Wide And JO MIL Thick Sha I I Be Fastened To The End Of The Service l\nd Extended Through The Uacl<fl 11 At The Hdcr Box Location. · UTILITIES SERVICE DETAIL FIGUR .E I E1-17 Material E2-17 Construct f on --------·---------.. ~~------------------l(;.'l\,-:. ·-·---\: :) . :· :1 3/4 11 B I 11 -1-~ ... . ,: .. ,- b 'I (") I ----n-----;r-----. , .. , .. ,---------·-----,:-::;., r , I \• • I ·:~ ,; .. ... ':,., '· .;, . ... '.··.J ,. I .. ..1 •·l -,·. h ,,.·,. !,;c . • , .·J ,9·~ i,:·-·:·--· "' ........ -·· ~ C:" -... -.... ,:,,.:e '-~: .11-!~-;..--~-""--:.J--;; ---L .. :_ .. ::_..: I I{.-.,-..,.. - -- l,u'L.-------------- ': 5-0" ~= ©- ®-~= ®------,>; MATERIAL LIST 3 / l1 11 o r I ' 1 as a pp I i c ab 1 e Standard Corporation Stop Standard Curb Stop&. 90° Elbow. Meter Box and Meter to be installed by Other Service LI ne Blue Vinyl Tape, 3" wide, 6 11 above ground Area to be backfilled with sand SERVICE WATER FIGURE DETAIL •'/.~ ,r ... ~~·~ 2 El-17 Material E2-17 Constr·,,-·••on (. Roadway Base f Valve Operating -Nut is ore Than 3' Below Pave- ent Surface -Provide xtension Stem To 1 1 Below avement Surface. ~ta i I Per ta ins to A I I He Valve Sizes ~1 1 Thru 12 11 Main r, r-, I I _L -__:._ .::::....--,-..::,.. I I I I Pa ·. i n g Or Other u r f 2,: e Ma t e r i a l McKinley Iron and St eel Co., J No. YBS three piece valve box ' or equa 1. ) I ! I i .__~~-Gate Valve ~ I I ------+---4-•-------""- BOX, DETAI I=. TYPICAL GATE VALVE AND EXTENSION STEM r-1 _ ,n ... ~. -,,. : =i I r A t c··· :.· ~ ·0:. I • ') .:.o .• ·.Co . . .. .. ,,·, ,( ~-Ht-HOTZ: 4 -------@-----! MOTt I\ ,:·• I.AIM .•• =..~:..,...,,_,~-,.....,......,....,.-,_....,.....,....,....,. .. o. ' ~---l.!:==~~~~J....:i..:;::;:::.;::..::::!!.:d!=;;.;;.b:;i:~~>-" o . 6 z·covr;A nv».J ,.....1 ~e__J SECTION :.-A •~• a. ,a•"°' aCTH •• J,oo• co .. cacn 0 ;J @ l O •~(•\ 1:• :'A.I.( ~;;: 1 I . , . I Ht ·· lJ"" ic-· ,, .. d .. .fl.. •o·· ,, .. ,o · ,._ ..• , .. •• I' ,a.. :cr· 1a-· ,z .. ,2 .. s1 :,~· z·· t.9 ° ,z .. 12·· 21. ... 1.z ·· :•·· l<T ' 11 .. ,1 .. ·,2 .. ,1., H s1l'· , .. w· ,1 .. 11" :.·· ,, .. ;c"/ 1'-'' 1'" ti.•• ll'' l l .. ~ :,i·· , .. .o-· ,, .. ,., .. ,, .• ,, .• ,211ir ·· Jo" zr .. ,r· ,z .. 11 " ia s,, .. J" "4" ,i·· ,a ·· JC"' :o·• Jc · )6 " )I" r • II" l l " ;c l'Y• "" 11 " II" 19" J•·• !•·• }l'· 'I" l•" , .. l l" ,... I OI JI•" S" 11" I"' 10" l'. Jc,• •I'' ,1.. w · , .. ,. .. ·~· 11, s11-, .. ~ .. w· a ·· •r 1, .. -~-· S•" J&'' •·· T' IS" l'I Ill" )"' IOZ" W ' JI",, .• •G·• :··· o;-.,,io,o,, ,, .. , .... , ~ • ..,., '''"' o .. ,, ;,..., 1 ,1 ... ,,., ,.,,. :o. o,-... , •,:,, ~1'7 . o•••• J .. ,.s,. r r--r r u, S••l•JO. I ~ f .tl .1 ••'•• ,i....,. ..... i"'°'"' ''" wu, ooo ~•1••>1 .~. 10 • .,.~-. l a ,,..,, Z! .. sv· ... , ........ ,,-.. ,;>"l .,, -: ..... ,,.. :,,,-p,.., 1110 . "2 ·'l JSI, ••••• ;z .. 1 7 .. 70 . CONCRETE TOP YTEW. LE:SS MANHOLE COVER A/40 RIW INSTALLATION HO. 6 11.AIIS, ,. c;.,. (TYJ>) 1'10 . 5 3.All 3, 11• ....,. (7Y ;I!} I . l'-''rre"• ro r t wort .. ,u,.••r• Jl' I~. ~it :.:,,.•r .,, .. :,.,,. ...orf ... ..,,rtr· :.,ut i !'I J.rl"<,. !.sc•r,. Z. Y•l•• • ...,1, ,in_,,,,,,,..,,>-;,rte.4tf r,i ,.forc,~ CO"'<r u, ''" ,t :"• :=---,.,.. •"• :p·,o,v·• ~,,;.; ... ... ui..., t,... ,,.,.i,....,"", ., .&.s.r .. ~. c-1,. ,, .. , 1 11 . ~, '°"''· \t t i "'t l!.,-.•(& .1••n ic "-''· or "°"''"·'-•'"'' :SllO z ~.;,.f•ru:, c...cr•1• .ic• If'· -•ll ,. ,:.,,.c, .. c, .. tit ,.ruf f •• ,.,~,~c,;1 .;ut ..4 c f rtv l,r ,.,,.,, 11t.a<tt st· c/c ~•:°"""'II•~ 6" CIC ••rt i(,1 1 I J . ,~n~i,.•tl ,ct .:o.crt(t .-,c .... ,,.,., -,; 'It \4,1r#,c.t rw•»•tt,.,,'· •• \NC i !i•• f 11 t z ....... ,s,tn g f :""-' :.,.,...,,, '""'"""' )oc.,,w,.u •"4 l.H<5fl ut •oP11. J. ,.._ho l • u,,,.. ~"' o 'l~-Sfi'P 1fOO•l .. or :,...,41, 1111,JJ :,c ~ra-.-i H• for :.:-,• .,.,, •• 1....-1 -c ,.,,..,.. f"'c Uec,1 11\.flJ ~ ;,.,u.U1tt 1i.-.il,rl7 ,1\ ;~ •--•-U• ..... •r e •• Ii.,....,•,. ..... ,....,. ··· -· · -- ---------.... 'rv..i lllt' CO f DOr•C i ~ ~ :::.,a U09\ ,I .... ;,... •I :r· ,,,. •• , ....... ~, ;.,,,, •• , ••. ,, ~- co,;,or•<;~ ~~ .. ,.,•cos,;,., "'·'' ... , .. fr, 1,, •• :o-· •'"" l "''' ,; .. -;."•' i ; ... ,,,.,: r lor !O'". -111 1,.,.,.., e i -.u,,. t'" , ... , ,,.,,, N...., •t • r' 1,.,..,.. -cl•r. •lC-t i 11t._lJlte •••~, ... li,t . l"9••r ,.; ... ,, •"-lt H' .,,o .. l ••IIII h,.,.. .. IN CO'""'°fl.i ... ,,.,Ill:-•" U~1 . C .. r9 \C .. I ~•" H ;,.,~i1th4 .. , ~ •'••n •.,. IZ-' ••ow. ,,.. r• wr- .,~• ., .... h "'"'~ .... ••••• '"'' ,~ ., ... ~ c .. t-A ,.,,.. w•, ,,, '•••• h• --, 1.,:. .. 11h&i c, Ncu i ,lt W•'r .:..-c.,.•. 1o'l \IIO>f'tlll. l1a4-t 0 •r .... ,. ------------.. VAULT DETAIL FOR 16" VALVE J-1-78 AND LARGER GATE FIGURE 4 t•I\. 1•.,Uf11•U 1-1• co-11a.,e1,o. f ncrete __ _ ock ing Main---~ 6 11 Lead fr om H::i in s. 1 2" z n-.Luger to Ha ve Gate Valve :--~ •:: : . , ... , . ' ... ' .d ·. : : · ..•... or Propos.ed · Cur b Bottom Rest Concrete Blockins Fi re Hyd r ant ---~-Exercise care to avoid Plugging Drain Hok With Concrete Existing or Proposed Cur~------~ Pavement or Other Surface----- Fi re Hycra,t to be Set Plumb T r c n ch__;----, or i ng · Coup- f or Connec- of f of Con- e Pi pc 12 11 et::r and er ry Depth: 3 1 -611 for Cast lro~ Pipe 5'-011 for A-C Pipe Ref. =-i gur~ 6 2 1 -6 11 1 * Fire Hydrant Le:ad I E.~tens i en Ba r re 1 and Ext r a Bury Nec e ssary Minimum i C.F. Gravel Proport i ona I 1 y Around Base Blocki:,; ~-"W+--Ccncrete Rest · m ........ mt:z=:::;,;77-ffii I 211 x 1 2 11 x 6" -----Varic~---------'~ ST~NDARD FIRf:" 1-1Yn~~tJT ni:-TAII Cast Iron NOTE: Butt and Electric Tack ~eld One End. Tack \./eld 4-l " Square Struts Max. 2" Long To Other End Cast Iron Closure Ring 2" Max. Gap ~ast I ;on Short Pattern Sleeve Remo·,e w'eld Slag And Finish In Accordance With AWA Specification C203 Prior To Installation Of Cast Iron Sleeve Provide Struts On Hains Up Through 12" Only If Gap Exceeds f•: C. I. Closure Ring Is Not Required On Mains Up Through 12 11 • Construct As Detailed On Hains Larger Than 12 11 • CAST IRON CLOSURE RING FIGURE 7 l-l-78 £1-7 EZ-7 Material Construction -.-.... /\.la t er Ma in '-r------++f--t-----+-----'-~------------------ ) 0 Bend )tat e Down -up as !Cessary ·ovide Vert.icaJ · e Down B J°ock As :cessary Tee 0° Bend as necessary Te e with Branc h o n 0.00 % Grade Gate Valve Ring Con nee t i on Leaa PLAN ',.later Ma i n Ring Connect ion SECTION ',/at er Ma i n ov e r or under as the case may be Tee rotate as necessary Prov i de t i e down b I oc k as n e c e s s ~ · . ary TYPICAL RING CONNECTION --=-- FIGURE 8 E2 -25 Construction I 1 I r I Pipe ·size 411 6" 8" I 0 11 I 2" I 6 11 20" 24" 30 11 16 11 42 11 48 11 '54" ti O T E : Be a r i n 9 A r e a s s how n a r e b a s e d on ISO P.S. l.G t es t p r e ssure a n d JOO O P.S.F. s o il bea rin g va lu e . ...;_:_J~----+----~-------- 1 Bend I HORIZONTAL · BLOCKING TABLE -:':Dimension "X" .~;:•, Vary ff Necessarv To Provide Bearinc ' ' Against Undist •.::-::,ed Trench ',/al I x-,·: I I O -l 5' I 22° -30 I I 45° I. 90' I D i m .• I .-,, n ;1 ..• ;,,.. 1n1n, Max· t /Min.I Max./ I M i .; . ; ,"li:X • I Ft. "A II Ar? 11 --: r ! II QII A ,.,,.a 1/nl ''C'' Area Vol • 11 0 .-, Are:I \fol. I 1 ' . .90 .8d ,, Ci , ..;.,. .. .95 I .90 • 05 I -951 .901 • 051 .91 j .8ZI. .05 I 1. 5 I .90 I :ad .~= i ·.95 I .90 .osl 1 .os Ir. 1 ol oc' I . 73 I!. 991 .051 ..... ., J • v. I I l. 5 .90 .8d . 05 I .95 I .901 • OSI 1 .41 12.001 .05 1.8613.471 • I l. 5 I ,90 .ad ,...,. , • :..1:, ~ I .26 ll. 60 I .osl 1.79 3.20 • 1 I 2. 18 i 5. ozl .2 I I • 5 I. 10 I. 20 . '.JS I I. 48 12. 10 • l I 2.14 4.50 .2 I 2 .8316 .ool • 3 I lz I. 41 I 2. od . 1 I 2.0014.ool . I l 2. 81 8.00 .4 3.7sl1+.1ol .6S 2 I. 77 3. I ol . 2 I 2.54 6 .. 20 I . 3 I 3. 52 h2. 4o . 6 4.7oez.ool 1.15 lz 2. 14 4.sol .2sl 3.00 9 .oo I -5 4.25 ha.10 .9sl 5. 65132. ool 1. 85 I 2. s 2.66 7. 1 oi . 55; 3. 78 ,14. 20 l .o I 5.30 28.ZOIJ,iS 7. 05 i~;l.~81 3. 4 2.5 ·3.33 10. ool . :rs I 4. so '20.40 1.4 I 6. 36 ~a.Bo 2 .6sl a. so ln.001 s. 1 I 1 1, 72 I 1. Boll . 2 I c;. 1c: In.Fin 12. 2 7 l.i.J c;c;, 10 4 J Q,0061 . .;0'7 Q 3 4.38 18. 10/1.6 I 6.oo 1&00 2.g 8 .48 7Z.OO c;.4 I 1 l. Jul!~.SJIJ0.4 Tee & Plug - ''I=''' Min., Max Ara a Vn l J. J.6 .sa .05 I. 19 . 1 • 4 ti .05 I ,57 2.4$ • 1 1.99 3. 98 . I 5 ; 2.381 S.65 ~-2 I 3. 161 !0. oc . 5 3.94 15. 55 .75 4. 76 t22. 60 1.05 5.91 ric ; ; ~..., . ..,.., 2. I 7.20 SI. 00 2.95 8.30 f.9. ool 4. 75 Q.c;o co.o~l 6.15 4.0 4.00 .'2. SCY-l .oo I 6. 70 14 ~oo 7. oo L 9.40 1aaoo)o.ool 1J.ooh62od16 .od 10.7c 11sml12.oc NOTES: Minimum are:s shown are in square feet. Volumes shown are in cubic yards . Vertical di;;-:ensions of all block bearing areas shall be fcentica.l to the horizontal dimension shown. HORIZONTAL 8 LO CK I N G DE TA I L ~,,...,,or-E -1-2 O Macer i a I / ' . ~ Bell Bell Bend flOT E : Tr ench width: I. Pipe 24" i .d . and s ,-;ial l e r = 24" or o . d • + 1 2 " w h i c h e •,er i s g r e 3 t er . . 2. Pipe la r 9e r tha n 24 '' = o.d. of Pipe + 18" ~ 3 . Cradle s hal I ex t enc 2 min. of 61 ' be y ond'-. each s i d e of p i pe. RUSSER .GASKET JOINT 11-8el1 nd 00# Concrete ?pa min. of 1 1 -ou ~arance between ic. and . joints or ts on ·c.t. Pipe. in excess ·of J '-0 11 detailed . H.J. -M.J. • QJ ~= 0 . 0 2 1 -0 11 ' Typ. BELL AND SPIGOT JOINT G .. ·- -;.;. ·' MECHANICAL JOINT / ,, Main Note: When cr~dle i"s shown o r specified for installation CRADLE DETAIL on concre~e pipe the fu 11 jo i n t length of the pi~ or fitt i ng shall~e C-l'ad led . . . FIGURE 10 ... I Class"~'' (2500#) Concr ete #4 Steel ~r Wrap pipe with 15# roofing felt Form as ....... . C .... -. ~ .... Cl ,-- ~ C 'r" E 0 :z: a, 0. .... ti. BENDS . *Vol. Req'd . C.F. A Ft. 6 8 Ft. C Ft. *Vol. Req'd. C.F. ,, Ft. ,, 8 8 Ft. C Ft. *Vol. Req'd. C. F .. A Ft. 10 B Ft. C Ft. *Vo i. Req'd. C.F. A Ft. 12 B Ft. C Ft. *Volume calculated 8 90° 45° 221/2° 39.99 21.64 11. 03 2.50 1.42 1.0 4.0 3.88 3.36 4.0 3.88 . 3. 36 71. 09 38.47 19. 61 2.83 1.67 1. 5 5.0 4.8 3.66 i 5.0 4.8 3.66 111 . 07 60. 11 30.65 3.25 1.92 l. 75 5.9 5.6 4.25 5.9 5.6 4.25 159.94 86.56 44. 13 4. 17 2.42 1.42 6.2 6.0 5.54 6.2 6.0 5.54 on the basis of concrete Keep concrete clear of pipe joints and bolts li 114• == ~.,. ..; • ...,Lf 0.iS 2.iS ? ~c; -• I.., 9.85 l.O 3.2 3.2 15.40 1. 5 3.25 3.25 22.17 1. 25 4.2 4.2 reacting thrust on the respective bends under an internal pressure of 150 psig at the rate of 150 lb. wt. per cu • ft. of concrete. . EXAMPLE A VERTICAL Tl E-D OWt..J BLOCK DETAIL r:-1~110~ I I 1 _t _"'70 Grout over exposed steel straps Keep c_oncrete clear ·of pipe joints and bolts NOTE= EXAMPLE B Quantities will be specified on plans or di r ecced by Engi- neer. Bar Steel Scraps In variable quantity depending on thrust. Form a .s Necessary 2500.:f concrete _-.~.._,i_ #4 bars both ways 611 c/ C VERTICAL TIE-DOWN s ·LOCK ( ·\. -·· .~I ti: ... ·~. ., ~_:....-1 l-1-78 Keep Concrete Clear of Pipe Joints and Bolts - u - w #4 Steel Bar Straps in variable quantity depen ing on thrust.· ,(:;..:f .:•':·J ··;:[i Provide Forming a~ Necessary ~ 2500# Concrete j ai J .:-. 'I .. ~· #4 Bars Both Ways 611 c/c NOTE: Quantities will be specified on detai I plans or directed by the Engineer EXAMPLE C VERTICAL TIE-DOWN BLOCK FIGURE 13 E l-20 ··tateri a 1 . E 2·20 Construction • .... -l. ,,,._,., ~V~- 13" : . 4 ' -0' I 8 ''1 2'-0" 2'-0" 11----~.> _,, --=------=-----1 ~--------------) ~ I -+-----------------.!-- 211 18 11 81 ind Flange A. S .A. Class l25# anhole Ring and Cover ley Iron &.Steel Co. ~ PLAN 24AM with 11 \Jai:er". -------=:: in Lid, or . equa J , ~-->· r-::_=-:=-:=----- Mortar ----~ · __ _.,.. 5~~#8;~:c;;~." 9" c/c ~.;...~-~ .... :?_~'.-":;~ .. ...:.:~-.... '. ____ _u.;;..:::.;:..:.:....;...:., Manhole Steps At 1/c Staacered 12" • & s.-- No. 99, or equal -s #4 (a) 12 11 c/c ·s #4 (a) 9" c/c ·s .!.!} T1'4 (a) I 8" c/c ·s #4 (ciJ 1 2 11 c/c 2 11 -0" 2 1 -0 11 I 8 11 Bl i nd Flange De ta i I -. ... .. .. .. : .. 8" -~ And ri I l Void 2 ;00# Con: re te c~ s i ng pipe t., . . ' Stee I · Bo I t Bronze Nut _Surface Two Or Mere Courses or precast concrete grade 'rings Ne~e :sary Lengths Of ~8" >?-. I Re, n~orced Concrete· P1 ~:·.::, A.S.1.,'1. C 76, Class II~ Or Equal To Be Set On Va u I t i;J a I I s • Se a I Jo i n t s \.Ii th Concrete. Wrap Pipe With Premold Ma teri a 1 __s-Casing Pipe pe with I 1 ---1--------' _ _,._ _____ ___;_.I_,...._ ____ ~ ------:--...L--------------+-- 1 Pipe DoweT s ~ 18 11 c/c und Except In Pipe 2500# SECTION Rest 8" Thick Eloor Slab #4 Bars (a! 8" Both \.Jays ACCESS MANHOLE DETAIL FIGURE 1'4 Construction E 2-20 U----~~, ~. -·.:.... I · l -·l-78 (D @ . 1 11 air release valve, 2 ea. close nipples, 2 ea. 12" length copper or brass risers, 2 ea. gate valves, and 1 ea. tee. L lt" X ll" Each end of 1 ag bolts. lead primer x i''' x ~6" wfth lea. 3/8" dia. U-clamp. angle to be bolted to floor slab with .].11 Angle to be treated with 2 ·coats of red prior to installation. (]) Water main with threaded insulator tap. I " Refer to figures 16 · and 17 for vault materials and dimensions. AIR RELEASE FIGURE VALVE 15 f J-1 J E 2-11 DETAIL MATERIALS C-ONSTRUCT I ON 36}" Ml N. l//i! lli=.Jf \. f "I: i I ~Undisturbed V Trench Wail i r-- + ----B -c::--:-= - NOTE : 24 11X40 11 Sha I I ow Manho J e type to be used If total depth Jess than 4 feet , Mc KI n J ey I ron Works . NO. Ptl ~4X40 or equa 1. MATERIALS 0) 24 11 Std. Manhole · cover equa 1 to St and a rd Embedment He K J n 1 ey I • W • No. A24AM :WI th 1 '\Jater.11 cast tn ltd. SECTION A-A 0 MOrtar, Ref. E 1-20 shape /c\ . . to slab edge. ,0 f'olyureth•ne cushion p~ u @ Grade adjustment, 8 11 In , supplied by Tejas Plast Jes St. R.O.W. or under Pvmt. Katerials, Supply Co., Ft,_ @ Top & bottom slabs, Clas~ w'orth, Texas, or equal . "F" (4 000#} concrete w/#6 © Water main with flange St. bars spaced 6 11 c/c access as applicable. each way. Steel bar cover (J) Exhaust piping, fitted with 2f•1;t,t11 from bottom of each Dresser coupling, when slab. r~quired. Pipe gap In toupl Jng shall be min. 0/2. --, + B HIN. @ Combination air & vac release valve, close nipples, tee, 2 ea~ Gate Valves. Nipples to conform to E 1-9.1 ~anho1e steps equal 1 PERl'V\-STEP #100·2, Utility Prod. Inc., San Antonio, Texas (See Fi gure 17 for Dimensions) 2" a 3" VACUUM COMBINATION AIR AND DETAIL RELEASE VALVE FIGURE 16 ..c.E'_.,...1-....,.l_l-=-AA~T F....;.R...;.I :.-A~-...... _. · ~E 2-= 11 CONS TRUCTION -;l I • ' l I ' A f l __ (Contfnued from Fig. 16) DIMENSIONS SECTION B-B 1 12 II I Risers) 8" -----~t-· 8" No. 6 Bars 611 c/c (D \./hen exhaust piping is required, min. dim. shall be length of vault ri _ser tongue ®· plus I". When exhaust piping is not required, mrn. dim. shall be length of vault riser tongue plus 1", (Approx. 5") 2 11 fittings, using close nipples, min. dim. shall be 1' 8-3/1611 ; 3" fittings, usin9 close nipples, min. dim. shall be 2' 7/8". HIN. DIM. Nominal Installation on Installation on C/L Pipe Size Bl ind Flanqe To Surf ace of Pipe Collar 2" * 1/2 11 *"~ 7 -1 /16 11 3" * 518" ** 7-5/8" * Hin. dim. based on recoovnended i n s t a l I at i on of close nipple. ~·,k Min. dim. I based on recommended inst a 1 I at i on of I close nipple on flanged outlet with insulcted I flanqe to thread kit • Off-set to be 6 11 from C/L opposite manhoie step location when installation is require , on bl ind flange of access out let. Other installations shall be on top C/L of main. 2" a 3" VACUUM COMBINATION AIR AND DETAIL RELEASE VALVE FIGURE 17 E l-11 MATERIALS r -, , ' - ~- II Provide ~J tee for C. I, pipe or MJ ~ 11 out 1 et for cooc, pipe with anchor coup- 1 ing in each case See Figure 3 3 f ' R Cut -ou t I n Gr a d e Ri_ngs ~ ~ ~ ~ ~ ~J G) -11211 ~16 11 ~ h Dia. 611 Min. S,eal pipe to wall hole cut-out with non-shrink mortar equ~l to l part Alcret e, 1 part cement. 6 p,rts s~nd. 1-12 [)etails of construction shall conform to Figure 10.:s class "f'' ~000# concrete .. i th No. 6 steel bars spaced 6 11 c/c each way . Stee l bar cover to be 2" min., 3" max. from bottom of top slab and from top of floor s l ab. ·STANDARD BLOW-OFF INTO 4 1 _ DIAMETER SUMP MANHOLE DETAIL 10 E 1-20 Material ~ ·. "'· i Pipe $ • I I ZI ) i : ::i \.Ii dtl I ~,/11 .. , . o. II C. I . Fl i De 2-c" 2'-0" I 4" 2 I •V 11 f;" . ., 7 I -,:111 8" ,'• 2 1 -0 11 l 0 11 Z'-0" 12 11 z :-2 11 16 11 2'-5" 20 11 2 1 -ro11 z4•• ~ I -~II ·' i011 - 36 11 - 42 1' - 4311 -I ·111.D." Ditch 1../i d t:, Ditch Iii d't ''w'' "W" Pretens i one~ Prestresse I -- -- ---- -- -- 2 1 -7 11 - 3 1 -0 11 I - 3 '-l." - -4 1 -6 11 -S'-O" -5 1 -7 11 -6 1 -2 11 Granular Embedment To Se Jetted or Tamped Crushed Limestone Bedding For 1./ater Mains 16" Dia. ·and Larger and San. Sewer lines (See El-3;E2-3) Ditch '"a I~ Clearance II A" - q 6" 8 .6 11 7.5" 6.5 11 6" 6" 6•• b" (j I I ~-" S" 9" Note: Granular embedment is :::o be included rn the price bid ;:e, linear foot of ?ipe. TYPICAL EMBEDMENT ·DE·TAlL- FIGURE I 9 existing surface ·t.clcfill as specifi~ 1-78 ® CD @ .. I I I . CD t 611 min. dimension. 6 11 max. for p.ay purposes when bid per cubic yard. 6 11 min. dimension. Max. for pay purposes shal I be 611 on main 2411 and sma 11 er, 9" on mains 3011 ~nd larger, when bid per cubic yard. 411 min. dimension. 4 11 max. for pay purposes when bid per cubic yard. ® Class 11 E" 1500# concrete. Concrete encasement shall stop l I either side of joint, and when •nc.as4ng concrete pressure pfpe. ful I lengths of pipe shall be enc~sed, joints excluded. CONCRETE ENCASEMENT FIGURE 20 DETAIL £ 1-7 E 2-7 Ma t erial Construction '/ .••..:. .• =. : I ~ .... ., ' , CD Existing Surf.ace ,, """'-----CD-----~ (·= ~Existing Sewer Line ~----fl'-·--'-J _ _.::::i,,._ ___ --L..__®---r-_-= _-=l : = ~ Proposed Irater -~ in Variable trench width, Pipe length shal 1 be measured as standard trench width, (Ref. E 2-2.16), plus four feet . ('4'). No joints will be allo.;edwithin this dimension. A minimum bearing of 24" shall be required on each side of the trench. Sewer lines less than t...clve inches (12") in di~ter shall be replaced with Class 150 cast iron pipe or supported and encased by a reinforced coocrete beam ~r Fi9u·re 2.lt. Sewer. service Jines shall be replaced with extra strength cast iron 50il pipe. T5e joining of cast iroo pipe to clay or conc,:ete pi~ shall be 1Mde with liOOO# concrete col Jars per Figure I 12, or with approved adaptors. The entire area excavated to accomplish the replacement shal 1 be completely backfilled with crushed J imestone and thoroughly compacted to 90% Proctor Modified Density, The minimum clearance of sewer to water I ines shall be six inches (6 11 ). SANITARY SEWER P.IPE . . REPLACEMENT DETAIL ~·~1,0~ E 1-7 Materials CD Ho. ~ Bars, ~---Q)----.1 each A ..... , 6'' i /·Existing surface E)(.lstlng sew.er 1 lne Typ. . I!" . _ I--, 12? c/c Typ. ~ Prop~sed \.later Typ. #6 gouge we 1 ded wire mesh 1 len g th of encasement minus 311 Outslcfo dlarne tcr o f b ell ;]-~ .... , 3" • I 611 c/c Typ. I!" Typ. ~ f-=- Sect 16n "A"-"A 11 Variable trench width. Class "B" 2500// reinforced concrete support beam and measured as the standard trench width, (Ref. E 2-2 ... 16), plus four feet (l.f'). on undisturbed earth shall be required on each side of the trench. encasomont length sho _l I be A minimum bearing of 24'1 Cluss 11 0 11 2500// rolnforccd concroto shall l>c 11:;1:tl 111 co11:,t:n1ct:lo11 of ii :;11pport l>ui..1111 ,1nd cncu :;l:111c11t f,,i· :;c,vcr I Ines twelve lncl,es (12"} cJlamt:tcr an<l la,·ucr. Scwl!r I i11es less thiln twelve lnclms (IZ"} dl<1111t !ll!r, '"itli exception of sewer service lines, shall l><)rcpli.!ced hy Clas:; 150 c,:ist Iron nr s11ppnrlcd by afnrc1rh.!llllirn~:d concrete encasement, per Note 2, Figure 23. The entire area excavated to accompl lsh the construction o f I concrete support beam and encasement shal I be completely backfll led with crushed I lmestone and thoroughly compacted to 90% Proctor Modified Density. SANITARY · SEWER CROSSING DETAIL l-1-78 PIP·E TRENCH FIGURE 24 )E 1-20 Materials ··~ E 2-20 Construct'on '·· C: )( ~ ::i: :.:: --0 C N 1../"\ \._ Back/ i I I~ ; • •• • •-• • • -• • '• • ; • • , . ,• • I . • • r',, ": • • r • ~ -,. , : ,., -.•, . : ........ · ... : : . . . . . - . . . . . . -_. ... i :,. ~-: ... ·, :.._: ", \ .. . :.·,.;·,.·_: .... : ···. :· .. .), ......... · .. -·~ .... -: .... ' .. , .. :. .. :_ .... ~ . • . • : • •• • ·. • • • ... • • • • • •: :: ·, .' • • . . r • • • • , ... , . 4 11 and ~arger \.later Line •;"'-... : .• . . . . .... · .. • ....... . Embedment '\__aackfill ~ Embedment \, . ~. . ":. , ... . .. '. J II and 2" Gate Valve 2 " Short Nipp le 2 11 Tee Sterilization Remove Pip_in~ Inst al J Plug 2 11 Coup J i ng to be plugged w/2 11 C. I. Plug a:f ter samp J i ng NOTE: Chlorination bla,;.,off and sample point for deadend water piping. Contractor is to furnish al I labor and materials. Material .Plug after Sampling w i 11 be removed and retained by the Con- t;actor after satis- factory.samples have • been obtained. Concrete Blocking', per Fig. 9. STA-NDARD DETAIL END PLUG CHLORINATION BLOWOFF AND SAMPLING PO .I NT FIGURE 27 I I I I I ! I I NOTES: CD 0 ·® 6 11 bl ind flange tapped 2" with 2 11 brass plug. i25# pattern bl ind flange drilled and capped for 6 11 bl ind flange. 611 bl ind flange attached with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-1..i. Lifting lugs shal I be provided in quantities sufficient to loft and handle the flange as a balan-ced load. Attach the 125# pattern bl ind flange with steel bolts and bronze ·nuts then cover with cement grout after installation. 125# pattern flange, unless required otherwise. Flanges and bl ind flanges to be designed to withstand pressure rating of pipe. Wye branch to be one size larger than, but tapered to standard run normal diameter unless otherwise specified. Standard run· diameter. STANDARD CLEANING WYE OETAI L Material Specif:catio~, E l-4 Co11structio, ~pecificatio-E 2-~ FIGURE 28 1-1-78 -- _ _,· Vh en a f i r e hydr an c is l o c a te d at end of Ma i ns 611 an d 8" i r, d i ame::::r_. wye may be om i tted Con tr acto r wi i 1 make a reascnabl e effort co p r e v en t b a c k -f 1 ow o f p u r g e d w a t e r ( S e e E Z -2 4 J EXTEND PIPE RISER GROUND LEI/EL CAP J\FTER DITCH BEEN DEWATERED , .. , 1.· lnscall MJ 'wye at terminal end of main 2. Closure on A-C 'pipe will .require "Ring-Tight" to plain end adapter in addition to MJ ',/ye 3. Block 'rlye Stre i ght. run end plug 4. After cleaning with. "Polly-Pig" install branch end plug. D-ETAIL NON -LOOPED S_YSTEM CLEANING WY ·E FOR 1211 AND UNDER FIGURE 29 E I -7 Ha t e r i a I , \ --'-';,.------------- .25'~ 11·-.. \-\\ ___ 3_'_-_1._5·_· 1 ..--./ ____ r_ .. ,__ .. /: \ .... 4· _ t5" _____ _.....13_·· ·,,_..;._.. _______ -+-------·------·-------'":-_________ _.;__, ----- \ . \ ,' ,' \ -Fd·l{fWol{fl-I Youf\lVater ---.-i:llalldb[lli,.,.~ . ,....CSU -' Fu11ds In Action -M -r-----1Cwm1,lnb.....m -~r&lllao:vi:Zo111·--- ---'-----~ 'llJ.'1::IW.:;:miair.=-----~ ~~-~~· -Q-~ ~ ~--~ 3.75 11 0 :; ' ?. h II ' . ,) .. .. . . ··-·· - 0 . r .) 0 0 N : 1.5" 4.5 11 --"-----~.,.,...,....,..--~--:----""'":"'"""--....;....;,---------.....;._--.,,,........ __ 1-_-.J ___ _ \ \ \ \ \ \ ' \ ' ' \ \ \_White \_ PMS 200 (Blue) - P rt o ,J 1:: r.; ,.. ~; •GI'! Sct1lc ·t" = ·t • Figt1re 30 09/18/96 E2-1 ConstrucF i -------------;---------(,~~ TYPICAL DETECTOR CHECK INSTALLATION I G R~U~9 ,.}J NE _.S.ISEfLL ~- MAIN (D TEE (OR TAPPING TEE) @ GA1:°E VALVE G} VAL VE BOX & COVER @ME;TER BOX @ FLANGED COUPLING ADAPTER @3/4" GATE VALVE (i) 3/ 4'' CHECK VAL VE @ DETECTOR CHECK @ 5/B"X3/4" METER & FITTINGS -Ct,4ETER TO BE Pt.lRCHASED F'ftOM CITY) @METER YOKE FIGURE OATE:4-15-8 2 PLAN VIEW PROFILE E 1-12 MATERIAL E2-12 CONSTRUCTION 32 -I ------------.---;.:.__ _____________________________ _ :::---'" ..... ;,o99 1"$l &T ti (l.lY.;oNtll(T( '111Tl4 &,JT,W.. GIIAQ( 69 II.SI l![IHFOIICtlol[ljT , ! .. !.-,\,' ,.,.., :···· . . . --: ·,-. . . . • • • • f li:' .. · .... -~- . .,, -G) ~ c:: :JJ fl1 (JI ·(>I QKC]RI':.. Cf 'n,Qf '\ ... ·' -· •, 11r ,· .: I · ~•C ) :. ~ ,_: '9 ... • ... ... •• t0!5, ,.,,., [Pl! $11"" . . . ···:' .. .... -- ·, cour~J PM QII 29SIV"OCP tAI!!?! ,,.··--.. ~ .l i., VAULT-PLAN ~ ... , •-•,, !9IJI "'SP t-,t' CIC" e cc•, I f!•t' t·• l1'0fl •o:zn j •s,~Tll ' ONG.) Q!![{JlOH or G9'! ,r J;gW.: l•AU. ~ST 11..00C'HO SHAU. ll( N ~A><:( 'MTll r,(UIC (ti 01' rnt GOIOIAI; CCJfr"IUGT OOCUlltlfr S. t.• .. VIILV( O'OUT..cl NUT IS~( TlWf 13) P'[tT lO..PK CAOl,<O CR "NNl ~ACE_ PflOY'Dr ~ $TOI TO CNE•l"OOT IIE:l.,Oo, QICl>O Cfl ~ SU'lf'MX. :l.•ACCtsS ~[1(1~ CCNTEJIEI) OVER ll(T(II. vetvt aox OP(HIHG REO\JIRED fOII VALVES 3 AND LARGER IHSIOt V.lUI.T P"! :!YV&Ol5t @-rnll>ICS U!!) IUT[ll11LS UST ITCYS. (S([ S>t N0.11 ,. 6•Kll TLl'&nt( l,l(T(II IS TH( \IINRIV'A \ICTtll SJlt WllM l •INOl t)I"'-IT-,.&5$ FOIi flllt PROT(tl\O(. j" C)l[CI( Vll~ 13 l![OUIIEO ~ A.) H-20 l0ADl>IG•24°•40°C.l P'R.A.WE I.HO COvtll IUJUC[O "WATER~ WCIClll\.[Y (KW. 14•,r 40°)o,1 toc».t.. ALL n,11,1t1t ll(TOI HSTAU,\TIONS OICCI( VAlvt: 14.lf NOT BC LOCI.TEO Cl05EII THAM flVE 1"1P£ l)l.lUtTERS OOWHSTA(AM OF lllt. ll(TtR . IJ NOif H•WL~·30°•35° ST£EL SNGU UAT l>OOft !Ill.CO lY?'E Q woon m EQUAL • • -4." CONCR(U: FlHISH[S SHALL II( 111.ACCOIIC>.UIC:~"WTTII StCTIOIC tt•lO OF C.EHEIUl. CON": !II.CT OOC\MEHTS. ~-Wit» All P'll'INO P'OICT!u.TIONS OtAOOOH \CALL WITN I Ital. ,~TETHY\.Cllt. ~ . I • 3-INCM llE'lD\ YTil! 2-lro! BTPAS3 @ .i...toch ,X 2-tocll Brotrze ~ S&ddle ~uble Stn;>) 1r1.th Cbrp:,rat1oo StOI) (fhred) G) 4-loc:.b l'.t. l'l.po (Clms ?il) @ 4-h,cb Cate Val'" ('Jech • ..lol..t,t/RetLLoei- GlU>d) ,:v 4-Iocb X 3-ti>c:h ~r (~. Jo.lottp.E,) with 3-tneb fl.I. l"'J.~ Ma.pter @ 3-toc:.h ~tel', n1.%!C'II (~ t>,-O,atn.,:t.or !l'CIII 'Water Dept.) 4-tll<:b :t 3--lacll lleduoal' (£la!lce) @ <-tocli n~ ~t~ ~er 0 ·,4...(oclJ l!z'O<IC Ta;, Saddle {2-Inch Tl.pslze)1 %-Iach Dia. Brus :Upple (Tbrd), 2-tDCb 8tuis Gate Vll.l.ve (Thrd) :ud 2-toch Bn.sa Plue (Th.rd) %-Icc:b Qwer. 'I\Jbl.nc (Type ''C') 2-Ilicb oo• t1b;,,,r (n!U'9d > 2-tocb Jn.. c.i. va.1 .... -.tth (2) :Z..IIICh Bnss lb.le fittl.nc ,\dq,ter (nu-ed to lbrd) • ' ® 5 1/'4-tDdJ C, I, Val Te Ua,.; ~ Cbvu . (Mu-lcod •-,atar'') @ 4-toch fbrucntll.l. ~ O:led Vll.l.n (l&ecll, .JolJlt/1!.ah.loer Gland) ., -G) C: . ::0 fl1 . _ ... .; 4-t:'01 \IETrn nm 2.na BTPASS ,@ •-t och X 2-I lldl &,)nz.e Tl.p Saddl • (~le S~) with Col'l)Ora.\ioo Stop (flared) © 4-IIIC.b D.I. Pipe (Clas111 Sl) ·'~ ), . . © 6 L'Clf ia:-tU\ l'llll 4-not BYPASS 6-tach l 6-(och X 4-Ioch O.t. Teo (llech. Jo . .lot~taloer Gla.cd) @ 6-tocb t>.I. Pi~ (Cl._° 51) 0 <-Ioch Gl.te Valft (~. Jol.nt~ta.1.ocr @ 6--Ioch Ga. ta Valve (\lecll. Jo .lot fP.et.a tner GlaD:1) Clacd) © 6-tnch-o.t. ne.nte Ad.t.pter © •-tDCh o.r. nq J,da-,ter © 6-tncb Tllrtx>4loter "1th StrtlMr @ 4-toc:h Turbo-Weter, n~ CP1.trcha9'111 (Purcha.sed bf Cbn t.rset.or f l"Cl:I b7 t.ontn..ctot"_lr= Ya.ter Dept,) Yattt llept.) © 4-Iach na.aco O:,up1J.rc A.dapter ·@ e..tnch n~ ~11..og Mq,te; 0 4-Incb ~ T-., 6a&lle (l-Inch © 6-tnch Brorcz.e Tap SIMl.e (2-lricb T:i.iaiz.e)I 2-Inch Dla. Bt-ass lllpple Tapst.z.e) 2-rach· Oh.. Brass lllpple ("tbrd), 2-tnch 'Bna Ct.te \"alve (lbrd) (Thntded)a 2-to<:h '9n&r Ga.te \'alw a.Dd 2-Iacb Bra.&11 Pllllr (Thrd) (1hrearled) a.od 2-Irich Bn.s:s Pluh (tbruded) © 2-tacb Chpper Tubl.lllr ("t'ypo 'T') © • 4-tDC.b O.I. Pipe (Clua Sl) ~ 2,-lccb 9J• Ob:,,, (nared) © 4-toch O.T. 90• Bead Ole<:b, Jo'uit/ @ 2-IIICb 8ra.M Co.le Val"° -1.tb (2) Rataln«r Cland) 2-IIICb 8".sc \kl e Fit tlllC Ma.,ter @ (nand to 'lllreaded> 4-toch Gate Val'"' (Mech. Joint/ lleta.lner Cl.a.od > @ !I 1/4-tucb c.r. Valve !;bx am OM!r ® :s t/4-rach c.r. Va.lve lblt allld 0:>vu-(lbrl<ed "Yat.u"') ()bzlaed '"f&ter) @' 4-Ioch fbt'l.JOatal. 9,r1ng O>eek Val ft ® 6-[ach Fbrl=ata.l Srinc Oiecl: (lk<:b, J 01.D t/~t&IJ>er CilaDd) Valve (M:cb. J'olat(lteta.!Del:' Gland) • ., - 10-ll(Jt lltTOl nnt 6-UOJ BT PISS (9 10-~och X \0-tncb X 6-Inch o. r .. TN (\&ecli, Jol.D.t(Retur,cr Gl'l.lld) ® 10..Inch 0, t. 1'1p,e (OISIS Sl) @ 10-tnch Co.to V4v,c (~. Jou:it/ ~tt.J..ocr Gluld) @ 10-foch O.t. rt~ ~pter © • l 0-fncb Turbo )lot er Yi th s tnlner n,. (PUr~ bf O>atr,,ctor t~ 1rater Dept.) @ 10-tcch n~ O:Jt,plic,r Adapter @ 10-[ach Bron:u, 'lip Su'dlo (2-Iacb T:1p3Lu); 2-lnch 01&. 8l"t!IS lltppl~ (Threaaid)1 2-Iach Elr2.SS Gate \·:a.1...., ( Threade<t) • a.nd 2-1 ach &n.Sll Pl ug(r,-,z-cs,l e<1 © 6-fccb o.t. Pipe (Cla.sG 51) ® 6-fccb 90" Bend (Ueclt. Jolnt{R.,:tal1><::r Cil U>d) ® 6-lnch Ga.le Va.lve Clk<:h. Jolnt/Rctal.lw,r Cluid) @ S 1/4-fnc:h C. t. Val~ tlQ,c I.Dd ~r C!Aulc..cd '"filter") @ 10..I nch lbr 1.zoc ta.1 Swl.n( Checlc Valve (\.lecb, Joint/llc:tal.Der Gland) STANDARD TURBINE METER VAULT INSTALLATION WITH BYPASS ANO OPTIONAL CHECK VALVE I PLAN AND SECTIONS -....... 111, -. -~,,. --.... --0 ,~"'"' •ATCII O('-t!IT\,l(!fl UC.-.,... $TlftQAJ10 MATERIAL LIST 3 II ® Standard 4 CorporoHon Stop(w/Tap Saddle when required) 3" @ Standard 4 Cu.rb Stop S 90° Elbow. 3" © 4 Type K Copper Service Line @ Eclipse TU No. 88 Sompl ing Station with 12" depth of bury. .. -~ ® 2'x 2' Concrete Pod, Class's' Concrete (2500#)w/#4 Rebar@ 12" c-c Each way ;3 11 Min. Clear Cover ~1--L-L---1 ........,____,,'{ . ... :. ~ .... ~-h-:----- 30 11 Min. '{ ' .•. Water Main~:::=-.:::-~ (! ~ \\ /.'JI ~ ..:::::-:::~ .. . ·. · ...... ·. . . . . . ~ ·:. t:------,.------.J··. :,:.: ... :-: .. ~ .. ~ . " .. ••••••• ·. • . • ,,, ..... 0 NOTES• :: l.c, I .. h) I. Backfill Trench Area with sand . :· ... . ; . . .. ...... ® ® 2. Place Sampling Station next to power · pole,elevated tank,straet sign,tree, or fire .hydrant ·. .• 3. Place Samplino Station with door facing street. 4. Install Sampling Station on' Short Side' of street. • WATER S,L\_M.PLING DETAIL Fl , JRF-"" ~4 . .. ~ .. · ... . . . .. . •' ....... 5. When placing station next to fire hydrantDO NOT top fire hydrant lead 8 'maintain distance of 4' for proper o.peration of fire hydrant.' 6 . In I ieu of topping main connect to existing large valve copper risers when possible . av . MAY 1990 COVER SECTION 16 J/4. [425mm [J76mm) 3/ 4'' LETIERING (RECESSED FLUSH) · 23 J/a· . [59'4mm...----i · 2 J/4" 7/16. . 2 1/4" (70mm] ~-~:=~"3l_[ (56mm] 11 1 J/B" COVER SECTION --(10mm) 25• (660mm \ ____ 2~ J1•·....-__ _, 1 . (603mm] 21 J/-t· (55J,nmr---- 27 5/t6· ~ (693mm] 1-------31 3/16· [792mm] , CITY OF FORT WORTH WATER DEPARTMENT 1000 THROCKMORTON ST FORT WORTH, TX 76102 817-871-8240 FAX: 817-871-8195 CLASS 'A' STANDARD PU.STIC METEH BOX WITH CAST IRON LIO FOR 3/4. & 1 • METERS . SCALE AS SHOWN ,~ ,~111· r~,1 1a 1;1· (4110mm) PLAN VIEW COVER SECTION U 1/11" · I c1,.1nvn1---------1 i--" ,0111· ii--13 111111· I I r:wmmi I c.wmmi ti'""" 'ff"'" m "'fl'.''"" m ti i"" 0 m ff" 0 • om 'fl' •' u, 1f COVER SECTION ll 1/1" ___________ , [IOOmm) 21 l/1" ---------[721lmm) 1 1)/11" (47mm) I ll/11" ( 4711V11] l u •1•· (:s~o .. -1 L__lf=::!:============:========t't-1J ...._ ________ H 1/4"--------•I .-[Mlmm) BOX SECTION •• J/11· (412mm] I I l 1111· (aomm) 14 ll/10· (l7Jmm) ;fl-l 1 ___ 1 4 l/1&0 t-(1071Nn) BOX SECTION CITY OF FORT WORTH WATER DEPARTMENT 1000 THROCKMORTON ST FORT WORTH, TX 76102 817 -871-8240 FAX: 817-871-8195 CLASS 'B' STANDARD PLASTIC METER BOX Willi CAST IRON LID FOR 1-1/2. & r METERS SCALE AS SHOWN PLAN VIEW 22 5/8" \-----(575mm-J -----1 COVER SECTION w J/e· (511hnm] 22 1-/18· [560<nm) J/4-" LETI:ERIN.G COVER SECTION _ (~ECESSED FlUSH) ___ .·./~;-J BOX SECTION t tJ/111° [46mm)_ COVER SECTION 2 V/18 · · . - [05mm -fi 't~'i~~r0 t:i~'; I~ ~ t10mm1 __r t"=i J/8" 1 1J/10· ~ '* 'j I I= t 11 I y I I 11 I z z _::?TI=r -CITY OF FORT WORTH W;ATER DEPARTMENT -1()00 THROCKMORTON ST FORT WORTH, TX 76102 817-871-8240 ·_ FAX: 8 .17-871-8195 CLASS 'C' STANDARD PLASTIC METER BOX WITH 24 _ 5/.15" _____ -t\ -----[1117mm) JL J/6" · · [10mm] CA~T -IRON LID FOR 2-3/4''· METERS BOX SECTION SCALE AS SHOWN . j ' . ~ I I , .... I -P'!L : \' I . . • • f • ! . ,_, ... . . ,· f : t .. , ·.~· ' • ,. • .· . •• ' -. ' • • ,' , : •: t , ' ' ' I '. : : . .... : . . . ;,·,. .. : .. ! ,. t •• : •• .' •• :··.·. I I ... ·, . ' i • • .• .. STD. ( \v ATER ·. AND · SEWER . :·SERVICE .' 'LDCAT°i'DNS 1·:,'.:'..: : <FIGURE .. :.2A) · . .,. .> . : . : i :. ·. i.::· : ... ·!; ---~ ~T---:-:-'" . \' . .. . . l · ·. _· ··.·> > .. ·: :.: 1· · ·: :· · · : . ·: < ;:,. · /: j .. _: ... '> i .::/ .· ·:·>' ;· :! .' . \ . •, /. ·' I 1, I I .. I . I ·. HOUSE . .... P/L · ·. P/L .J~------~L~.--~----~ .. I I .. ,.. . .... . ··: . ·: •.:; . ;; :' :, • :• : i ._j. ·:.: .. •' .. ·. ~:·.' : . .:-. .. . , l · .. . ' ,!·, I .. . .. •' . . ,' ! ... '' JI : ' ' : • ~· • ' • t t ' •• . . •,, ... . ' . .. : • .I ; . :·, ! '.· > ' I . : . :•. I I •'. I : ! ' :/• ..l' . , ·' '·,: ':; : ,-----· -· __ ._·:':-:--· ?· :,:.: · 1' .·· ·> :· • .' •• 1 • •••• •. • . ,, .. 1· : ,, I! ·._:;.·,I ,':•:\ ... • I _ HOUSE HOUSE ' ,' 1 1 . :. ·. · : 'ti ... 1 : : ... .·. '..; .:; ; ; . ) ; ; '.:. . • .':. : , ,: I . /·~ I ·1 ·I L · ·. , :.: I , Vi ---------..,r-" . , I . I , .·:···/ ·: .. ,;.;:f ·:,; .. i. f .:.":l >·· ..... · \ I (· f / • :.· ' I I I I .L_ ... ·~--. I . ,\ ·: . / L..__.. -i /. . :: .,,;.'!,:: '; :'1 ' .. ·.\ :.··,1.··;./· ·. .· .. I .. _...·: ·L /2 . , . _: /. :. ,. . . '. :· ;··i . l • C D / .• I c· o· : ! . j .: ·, · ; . : , .... 1 ., ' ' 0 I . ' :,.• .,· 0 , ·; : : ! ' ' ··,-1--:--:!_. __ ---.--.,...__.-~ I -..:.·---· ------.......1 ' ' . I ,! ; . . i •. t ,' s ST.-~EET . " ., :: . .. . . ....... • • .,1 ... ,. . ' . . ' ~ . : •. •, . ' ; •. i • I o: .. '., : : .·' . I ,• '• ,, I ' ' • I I • VJ w c2 -< II 111 "41N l "'U)..I 5" INITIAL--~~~ TYPE "C-BAa<Flll SE£ SPEC. £1-2.+ G;C.D . BACXFlU CO\/£R "41NIMU M 6 "--,.=.;+.-:-;.,.....;....-=- EMBE0"4 ENT SAND MATERIAL EMBEOMENT &: INITIAL BACXFlLL S£E SPEC. E1-2 . .3 G.C.O. WATER: SIZES UP TO AND INCLUDING 12" U!NIMU'-1 INITIAL 8AO<Flll CO'v£R: --~~~- WATER -6" SE'n£R -12" STORM DRAIN -12" TYPE "C" BACXFJLL SE£ SPEC. El -2. + G.C.O. _:-:-c--.-C.'1USHE0 STONE OR SAND MA TERI.Al lNJTlAL BACXFllL SEE SPEC. E1-2.+{b) OR £1-2.3 G.C.D. MINIMUM 5·~~--~-,,i EMSEDMENT ,~ ~-CRUSHED STONE SAND GRAD A 110N •LESS TI-iAN 10~ PASSING #200 SIE:Vc: • P.I. ... 10 OR LESS CRUSHED STONE GRADATION StE\£ SIZE % RET AJNEO 1· 0-10 1/2" 40-75 3/8" 55-90 I+ 90-100 f8 95-100 SU SPEC. E1-2.3 G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES MATERIAL SPECIFICATIONS THE EMBEDIJENT AND BACXflLL DETAILS PROv1DED ON THIS SHEET SHALL REPLACE APPROPRJA IT PROv1SIONS OF BOTH THE El -2.-4-{b) AND El-2.3 OF TiiE G.C.O. ANO STD. SPEC. ITEM +-02 OF TiiE TPW STANDARD SPEOF1CATI0NS FOR STREET & STORM DRAIN CONSTRUCTION. AU. OTHER PROVISIONS OF iHESE lrt="..J.4S SHAU. APPLY. WATER, SEWER & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS CITY OF FORT WORTH-CONSTRUCTION STANDARD FlGURE A OATE;2-19-02 I I APPENDIX A-STANDARD FIGURES AND DETAILS PAVEMENT .. EXISTING CURB & GUTTER NOTE S: TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT EXISTING HMAC PAVEMENT BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SECTION 1. PLAC E A MI .N. OF 2" HMAC SU RF AC E COURSE (TYPE "D " MIX) TO MATCH EXISTING HM AC PAVEMENT GRADE AS SHOWN. 2 PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN . 3. FLOWABLE f-lLL IS REQUIRED TO BACKFILL ALL TRENCHES IN EXISTING CURB & GUTTER DOWNTOWN STREETS, AND IS OPTIONAL IN OTHER AREAS. FOR STORM DRAIN INSTALLAT!ON, I BACKf-lLL SHALL MEET SPEC IFIED ITEM 402 OF THE STANDARD SPECIFICATIONS r--QR STREU AND STORM Dl~A i N CONSTRUCTION, CITY OF FORT WORTH FOR WATER OF~ SANITARY SEWER !I\JSTALLA TION, ALL CONSrnuC TION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFIC A T!ONS FOR STREE T AND STORM DRAIN CONSTRUCTION . BACKFU. SHALL F3E PER FIGUR[ A . CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE DATE: 09/2005 2000-1A ·,. EXISTING CURB & GUTIER EXISTING HMAC PAVEMENT TRENCH REPAIR LIMITS 2" HOT EXISTING ~--BACKFILL MATERIAL (SEE NOTE #3) TR ENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION NOTES: 1. PLACE A MIN. OF 2" HMAC SURFACE SOURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMEN T Gf~ADE. AS SHOWN. 2. PLACE COM l:>ACTED FLEX BASE MA TERI AL AS SHOWN . 3. FLOWABL[ FILL :S REQUIRED TO BACK F!LL ALL TRENCHES IN DOWNTOWN STRE[TS , AND !S OPTIONAL !N OTHER AREAS . FOR STORM DRAIN INST ALL AT IO N, EXISTING CURB & GUTIER BACKF ILL Sr1ALL MEET SPECIFIED lT[M 402 m-TH E ST AND ARD SP ECIF iCA TIONS FOR STREET AND s [ORM DRA IN CONSmuCTION. CITY OF FOR,· WORT H FOR WATER OR SAN IT ARY SEWER INSTALLATION, BACKFILL SHA LL BE Pm F'!G URE A . AL L CONSTRUCT ION MUSl l:lf:: IN ACCORDANCE WITH THE. Cl IY OF FORT WORTH STANDAl~D SPECIF"ICATIONS FOR STREET AND STORM ~;RAIN CONSTRUCTION . CITY OF rORT WORTH. TEXAS DAT[ 09 /2005 TEMPOR~RY ASPHALT PAVEMENT REPAIR 2000-1C EXISTING CURB & GUTTER EXIST BASE NOTES EXISTING HMAC PAVEMENT N0 .3 BARS ON 24 • CENTERS BOTH WAYS WITH MIN. 2 BARS LONGI TUDI NAL IN DITCH TRENCH REPAIR LIM ITS MIN . 2 " HOT MIX ASPHALT SAW CUT TYP ICAL SECT ION 1. REINFORCED CONCRETE PAVEMENT SHAU. BE l~EPl.ACED TO ORIGINAL THICKNESS OR TO A MINIMUM TH ICKNESS OF 5" WHICHEVER IS GREATER 2. IF STEEL EXISTS IN CONCRETE PAVEMEN, TO BE CUT, THE '.~:HL SHAU. BE CU T AND SALVAGE AS POSSIBLE . A MINIMUM LAP SPLICE DISTANCE OF 12" SHALL BE PROV IDED . 3. REINFORCED CONCRETE PAVEMENT WILL BE REPLACED OVER ;RENCH , AS SHOWN, iN THE EVENT NON -REINFORCED CONCR ETE PAVEMENT rs REMOVED. 4. ALL EXISTING ASPHALT COURSE SHALL BE REPLACED ro THE ORIGINAL DEP TH MINIM UM PAVEMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURFACE COURS E. 5. BEDDING OF PIPE TO MATCH ADJACENT SECT IONS. 6. 2: 27 CONCRET E MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO THE CLASS "A" CONCRETE . EXISTING HMAC PAVEMENT TACK COAT EXIST BASE Cl.ASS "A" REINFORCED CONCRETE BASE -~-BACKFILL MATERIAL (SEE NOTE #7) EXIST CONC . BASE 7 . FLOWABLE f'ILL IS REQU IRED TO BACKFI LL ALL. rnENCHES IN DOWNTOWN STREETS, ANO IS OPTIONAL iN OTHER Ar,[AS . FOR S10RM DRAIN INSTALL.A flO N, BACK f'II_L Sr iAl.l. M[El S~'EC IF![D I T[M 4 02 Of TH [ S l AND ARD SPEC !FICAT IONS FOR STREET AND STORM DRA IN CONSTRUCTION , CITY OF FORT WORTH FOR WATER OR SANITARY SEWER INSTALt .AT!ON, BACKFILL SHALL BE PER FIGURE A ALL CONSTRUCTION MUST BE IN ACCORDANC:!:: WIT!, THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE DATE: 09/2005 2000-18 .NG C Oi'ICRCTC SHALL CUT rULL DEPTH . ANO Gf<OUT 1~0. 5 x ?. '1-" TIE T 24" C·C . PENAi'R I\TE MIN . G" <!ST ING -P I\V EME!'IT :E NO '.J BARS TO THE N0.5 TIE 8/\R MINII...IUl\l \2" OVERLI\P. X P 1\1-lSIO N JOll-lT USE RED WOOD ION JOINT FILLER ANO NO .G :< 21\ , DOWEL AT 21\" C:·C .. \ EXI ST. CONC. . EXIST. STEEL CURG SI\W PI\VEf,tOJT . ; i ~ CUT .. .. . . . ' .. ,,; .. ' . ' .. \-s .. •• · .. t . ' .. 18" /1 I . ~ - SAW CUT, / EXISTIHG STCCL l~I PI\VO,t[I I ~.HI\LL BE CUT I\J O J G I\R S © 2 I " r' C BO TH W /\ Y S n . -l . ./ ~ /. . .. . ... ' .. • • 0 I. . . . . ----.• ' . i-.... -....... -.,.. .... -···~ 18" 6" . JOINT DEPTH I . . · SAWED OR CONSTRUCTED JOlNT ~ JOII\IT PAVEI AENT THICKNESS T· 5" JOINT DEPTH i·1/ +" CURB : A. BEHMANESH, ANT OIREC TOR, lPW TYPICAL PARTIAL PANEL REPLACEME~JT REINFORCED CONCRETE PAVEMENT T• 6" T-·7" T· 8" .. 1-1/2" 1-J/{" ---· 2" FORT WORTH N'POOVED G1~ -:::':"\-~~ OATES,CsL~L ~~,,.--HUGO MI\LANCI\ ..:, 1 ..:D::..;.;IR.c.::E:.;;;C.;_TO.:;_;R..;.,.,.;_T.;_P.;_W _________________ _ CITY or FORT WORTH, TE XAS TR/INSPORTATION/PUBLIC ,WORKS . --------'-----------__. ____ c_1-1_c_1r-i_EE_R_1N_c_or_v_,s_1o_r-J ___ ., __________________ !:_1_q_'._?JJQ_Q_:_~_fl: _____ _ REMAINING PAVEMENT BETWEEN :EPAIRS MUST BE A MINIMUM J ALL DIRECTIONS . : /\. 8f .'.-,MANESH, ANT DIRECTOR. TPW 5' MIN. ASPHALT PAVEMENT SPOT REPAIR . 5'.MIN. currn ~ cunrn 5' MIN. 5' MIN. 28' TYPICAL 28' WIDE PAVEMENT . Fo~TWO.RJH ----.,,._ __ _ ... _ _...,. ........ _ .. ·-·, "'----.-:::::LL...\::::- CITY OF FORT WOfHl·I, TCXAS TRANSPORT J\TION/PUGLIC WORi<S [l,ICII\JEERIMG 01v 1s1m1 APPROV ED HUGO MALANGA DIRECTOR , TPW I 1__::_:.:...:..=...::~!-.:..:._~--------------1 ric ::woo -~ fl ---------------l..----------------'-------------:.....:..::_::..-: _____ _ NOTES 1.THE FOUR SIDES OF THE CUT SHALL SE . NEATLY SAWED WITHOUT ROUGH EDGES 2. ANY REMAINING PAVEMENT BETWEEN SPOT REPAIRS MUST BE A MINIMUM OF 5' IN ANY DIRECTION. Lono Ser vi ces Short Services For area < 5': go to curb e, square off. \.. Q) (l) .-C 0 ·-:;; - \.. (l) (l) +-C 0 ·-;; - Aspho It Concrete Replace to edge of panel where the distance between cut and edge of panel is < 5'. Lono Serv i ces Short Ser vi ces For oreo < 5': . go to curb Bo, square off. ~ Emergency repair. \.. (l) Q) -t-C O·-;,;- \.. Q) .-C ·-;,; - Asphalt Concrete Replace entire panel from ce'nter I i ne to curb. PAVEMEi\' > 10 YEARS P AVE ME N T < 10 Y E AR S IANK CRUMB, ,SIST ANT DIRECTOR, WATER DEPT. <ev . Fo1tTW01tTH WATER. DEPAR.TMENT CITY OF FORT WORTH, TEXAS APPROVED BY: ........ --.+-+--ATE: Z /4 0 \ DALE FISSELER, DIRECTOR , WATER DEPT . FIC 2000·4W NOTES: 1. PROVIDE ADEQUATE OVERLAP OF' PLATE ON ASPHALT TO ASSURE NO SLIPPAGE OF PLATE N-ID NO COLLAPSING OF TRENCH 2 . IF' TRENCH LENGTH IS LESS TH.AN S·FEET . .ANO STEEL PLATES WILL BE IN PLACE LESS TH/'J'I ~8 HOURS STEEL PLATES MAY BE PLACED DIRECTLY ON EXISTI NG ASPHALT >.!ILLINC . PROVIDE TE>.!PORARY ASPHALT TRANSITIONS EXTE NDING J·FEET BEYO ND EDGE OF' STEEL PLATES . COLD MIX EXIST IN G M.H. OR VALVE AT GRADE STEEL PLATE > 'I .>..\'):ti ,:<<:·.; },'\:·. 'A\ \ \ '/ ;i. \ V/i.\.:· I :\ (I ;, \\j \. ,,1 .•.J ', , t (•, ·, • I 1 \ ( • ,I 1\ .J / / J.\ 1 1 1\ , / 1\ • / / >, 'f / (/. i ffl T YPE "A" MU ST HAVE PRIOR ~ TRq-lCH /}< APPRO VA L OF CITY "3:;::' TRENCH I ~· ~ : .... ,,.,...... ) ... , -.,., ~· ! :..::~ ..-~.:: : :~: :.,>-: STEEL PLATE ~ .. ?.f~ ·. --. (.f.i\ ~1 '/ .. --.... -"':.. ........ r"'~ :-.:=:..~·.. I • • \ 1 ' • /\ >~~ ::;:... • •• 'r' ~ --,-... ::--...... -<.·· ;· • \ .V /,\\V / ,'0 I I\-<··"' :,. .,·· ... ~'7r0:\:::)?,~'1'I>;;-/ Ii,,'>~> v .1,,v 1.1,,.v,1, //" 'v //;,,,,//\'l//, //,., TYPL:.'..6.:ELAIJH.Q ST ANO ARD DETAIL FOR TRENCH ING T Y PE "8" PL ATI NG MILL 1" f"OR STEEL PL Al PACK JO INT WITH COLD MIX -/ , GEO~G~ A. BEHMANESH , ASSISTANT DIRECTOR, TP W Rev. FORT WORTH ----~-. . t .. ~ '. ... CITY OF FORT WORTH . TE XAS TRANSPORTATION/PUBLIC WORKS ENGI NEERING DIVIS ION HUGO MALANGA DIREC TOR . TP W F'IC 2000·5 I I i I I I I I I I 1· I I I I I I NOTE : Gult•r to b• shop•d to conform with cone,.,, 11all•y (or pav•runt} I I ' I I I 1 I "or a, dir•ct•d by fll• I Ho. 3 • 1s"ocattt I t , Czpansion Jo int,1 I Th• 7" r•inforc1d concr•t~ vOl~y sltoll r•plac• the lop 1" of t M ,: ~ .,•m•nt t with · tit• r•1nain1ng portion of pov•m•ttl to b• constructed including Jub ·grad, treatm•nt, kt accordonct ,,,,,,, lht typicar paying ••clion . Th• ·concr•I• valfey will bt go·urn•d accard,ng to city standards lor concrett curb a gulltr. Th• concrt•• sholl be of woshtd and ·,crt,n'!!d · aggre9dtt ,..,,11 a m111 of f1H (5) socks of ctmenl per cubic yoro of concre tt in ploce wifh a m,n fluural s,r,ngth of 550 pounds per sq:.iar• inch at ,,van days with center lood,ng . TRAHSITION SECTION Not ro . Scott · For Vatt•1• Crouing Major Strut, DISTANCE FRON CROWN ( OF DIP NOTE: Tlti1 is IOM Dr oi,, itttJ a, C-1066-R o' 0 .000' REVISED 7-84 Ef·W/WRM ~· O.O.fl 1 REVISED 9/28/87 J .A.N./W.R.M . ,o· .0.03J'. CONCRETE 20' ·o.2os' VALLEY 30' O.J3J' . I 40 1 0 .4~·-CITY of FORT WORTH, TEXAS-CONSTRUCTION STANDARD . ----4 -,• l - . PR~CT DESIGNATION. SIGN I vt' . I vc• -• I, ' • City o.[_ Fort lVortli t • r Iv\· J ,. ;1 f f -• r a vi· \ I I l ... I •. .C"rl .... -J .. , •• J" .. ··roject Title i t t •• f 11111 Contractor: ~-.,. .. t II.It" -I ntractors Name l.i4. ,. -FUNa::O BY ,· ( 1986-88 CAPITAL IMPROVEMENT PRCGRAM S •• .-rCMMLNTY OEVELOPMENT Bl00< GRANT PROGRAM I,' .. ,· . t t 1.11' -Scheduled Com letlon Date . t w" Year ·~ •• ' I L:= ,v,· ~,..._-----<-o·--------~~ ~ .WT[ ( ~ &-.LCX~ W/ YHlTt ~I} u ~ · crrr er , o~ .. o,{T)( -ICXXllJ,I l)Of1 ruu: ,-. 0-JitC'T TTn..! • ~~ I o.,:n DC M(lY(nc..l OTHO\ LCTT[R:l J< HE!..VCTIO APPENDIX B -TxDOT PERMIT FORMS -- ·THE CITY OF FORT WORTH, TEXAS DEPARTMENT ,. OF ·. EN~(j.JNEERING (TxDOT PERMIT ''P;E.ANS -PAVING) STREET RECONSTRUCTION, WATER A·ND SANITARY .>SEWER . REPLACEMENT MIKE MONCRIEF MAY OR CHARLES R. BOSWELL CITY MANA GER ROBERT D. GOODE, P.E. DIRECTOR , DEP ART MENT OF TRAN SP OR TAT IO N & PUBLI C WORKS S. FRANK CRUMB, P.E. DI REC TOR , WAT ER DEP ART MENT 2004 CIP CONTRACT 7 . -. . - PROJECT NO. 00020 UNIT I-WATER PROJECT NO. P264 541200 605170002083 UNIT I -SEWER PROJECr No. P274 : ·541'200 705170002083 UNIT II -STREET PROJECT NO. C200 541200 205400002083 DOE NO. 4573 DOE NO . 4416 DOE NO. 4573 DOE NO. 4417 FILE NO. K-1908, X-1730 /DA WAY -HIUSIDE AVENUE TO S. HUGHES AVENUE S. HUGHES AVENUE -/DA . WAY TO M.L./f/Nf;, ./R FRfEWAY (U.S. 287) SUN VALLEY DRIVE -E. LOOP 820 TO KAY IJRIVE CANBERRA COURT -THANNISCH AVENUE TO BERRYHILL DRIVE (*) PROJECT [,OCAT IO N MAPSCO 9'20 & 93A .. ..__ C0Vl11S'1f,{I l . LOC '-''0"' 1,11• ro• S YIIIC(I ll((Olf!,l ll;}CTI OH INQ CO*"'U Ol )M((T. .I. PHIM!, "l IN I, ~AOl 1/' I QA Wlf/ 5 , lfl.lGMlS .Vl l'!Ul SU, 0•00, 00 TO lP I , !• 41 . l~ I . l'1y1i,;<, P1,11ot1, PAQr •l( SU111 'll l l(V OII I Y( sr,. 1,,. IO S ''· ,,oo ~. 11 ,v,..,c; •1 ,.., " ••o, •l t sl.lW v1uf.'f· o• 1 v£ SU, 9•00 ro P •. 14.,. 6.. OIU11<•Gt IA(I \1111 . 1, PA Vf !H'MI Ofh l l,!'i, • c1 1, n, rniH 'liOIIIUj I, Tw Q()I fUfr t r. ((INIAO! l'I UI TCP 11 11•91 ~. lwCOI WMIW Sllf(I rn1t 1(1(,f r,f'INl)rftl'jJ,j rA[Jrvc,1 lVP(S •n. '•001 9 1A!I IPOC. '"'° (.Qfrl!,TIIUCYtON CCHE IUL ,oru llrf() lt(OUIA[l,l(Jrtl ac r I I •OJ lwOOT 'iH l(I O( IM'O COHSTlllJCT ION •flOJ(CT !,.11,111 SlliNOAIIC' 1(1 l l •O) •2. '•001 Ultll !CAO[ AHi) CON51"1JCl l ON WOAI( lOfrl( SP[(Q l lVI 1 SU1\I04~0 IC/ ]I •OJ '), TwDOT ll•AA IC lf)[ iHO C0frl$YA U(T t01',1 TE I.IP OIUAT SIGM "'OTC$ S TIJfOUO IC! u ·OJ ,... ·•.>OT 8t,llll1C•t't •Htl CO frlSTlt\JCI IOlot 1"111 (4l S I Gl'I !;lJOlt()AI 51 .1 1,Jl)liflO l(r SI •O J '5. '•001 0,11111 ,u oc ·~ (.OfrlSUt;J:t rOli l lllltOW l loCU I G[ ":o•G "'!., 1tCfl£CTOIIIS. 1, IUR..,11,1, l "'"'' $10, 1!1(1 ,1 •O l ·.,. 1 ~JO T ll •RII ICJ Q( OIi) CON S I fl V!; I ION •l lS IIC Ollt,r,1 !II •'lf'IA•O IIC • •1 • 0) •I, 1•~0 1 l!IAllll l(AO( A"IO (01,,'!,IAU,:TI ON 'IIU4HC\•ZtfrlG Oi V•CB su..,o••o IWl l·O l •11. 1wnn1 11,11111 ,r.,nc 11r1n r.r,0151 •11t.:11 0111 1rr ( 111 1111111 1c,nr , tOHO s r u.101110 ocr 91,0., ;"J, '•)OT IIAA fl t(AOl ANO (O N!JI I.U( I t(llrl ;:,AV!.11[1'11 \J AIi ~ IOI CS ~ IIHIJ•IIIJ 1!(1 101 •OJ 1:). , .. .,or e,NA/(10( IM'U CON$f 11UCIIOH P,v1.1c1.11 u ,AMtliC fl U T[ANS ShNOAR O SC!.lll·OJ l wi)Ol 8•AAtC i D( 1"11)cowsTAUCIIOH Q(C.Ul,..I.IOAT I. c;u,of. 51~frl!,, SliHf)OO!t DCI 1,.1 •OJ 22. l •"J OT TIJArf I( CO"ITIIQ\. fl~ 01 T~P t (il O{Ut ~S Wll TO) ·03 1J. 1wno1 lil'nAO n1r1r. !.•rrn l1u 1, wOO •!i>"'r~11,1 2,. lwQl)t •n••ZON( SP[[O l1 U l l WOAl511((112 1 U. l ,:;)1)1 (Qtf(Att£ ClJII ~ ANO C.UTT(A O[fllli CC•CC lf lfl'I n . TwDOT (ON(A(Tt PfiV IHC. 0(U 1 l$ JO••H SE'lS J S ·Ol I rw1 P ROJECT . 21. hOC,I l[t.WO=t •II¥ (~OS•OH. S(.Ol r,,[H'f 0 10 U l[II ,OllUIIOfl • C01',1TAOl l,l(•f.U~U • l(HC(D I t«) IIJll.f.0 "HCC• 11 ·OJ • H l. COJJ SflltJ(.Tt~ w,· .. ,.., n.,,: !,hTr "IIC•H nr """ Will 11r.cu•11c (Ol,III L,1£111({ 10 1,001 5TINl)U a S11[(H 1Cl110'fS, S101D dl0 PL I NS, H;(I l['US l,IINUI~ °"" l/!l,'•ro•v 111,rr,,: c.ONUOI nrv ,rr.s. s11cc1r,u110N\ l i)l'll' .. ~0 AV fUf 'i"O'!i (l(IIAll'U[Nl nr 1110,1!,II OP &I IQ'f, JIJl,l(t, 100 1, u ,10 ~rotc.,r ,c.1110,, P r.v', Ll'!iT(.O l'!i r:')t,.lCIW~. !,Mil .• (,:IY (II~ "" l ttt $ 0 11:,J ((T JO• Ill W')II~ Wl1 1,11l,' , .. ; SUI[ lt tC,M I or w~,. • fw[ s11-.o.uo ,. .. [(:!,, vcc.,r1,;~t l" l~(NT •fl!O II,/ , ... ,s INC,[r or S"'((TS, 161\1[ 3UN U ~(C.1£0 B" t,i( 011 1:-.,cn V¥ ll[S,.ON,16L [ SUJl(IIVIStOr. •s !S(ll,1' v •lli.l t.lRLt 10 hl!S D;!QJ((T, , .. sc•~•"IO '"'° s1e,1111"i(, :1,1 csc E'C~"''' •\,•"IS ,s inorus 1or.1 •l c 111,l (111,lll(l lll l,I C(NS[!) ll'j l'~A:11 (.( .... l ;.,[ SUT[ or l(J:1 !,, I [{"Irv T•UI IW[ ,110-0,co !)IIIIY (WIY Olli •.lllL•C. !,Tllt(l CO"llt(C TIOJrfl!,1 TO T•l [ ''"( 110,owu lil([U 0111 t•C.CCOS T .. £ ..,1"1 lt,ll,.'\II $T')r>Jlf4C !,1GIIT Q1$TINC( ll(Ulll(O fO~ I 'CIS 'IO V"![O or 1~ v•.t!-"'" wt)IJII, o•s~o o, l'I[ UOS' lll(C("f! lwO~l :,c s ,r,.,. 1,1 .... ,1,. •(1)1 ·•rvr ,,i , ~. LOCAT IO N MAPSCO 93L A. OOUGL.U IIAD~MAK£R. P.E, Ot ll[CTOII. O(fllllTiil(lrtT or [JtfGIH[Elll tt.,c; A(Vl[WCO, ll(COW ['-0(0, e OHC ,, ·:..· ,,( 1;, .. ;:.. ~· '< ... 2 l'tl Cl I 11 I I 11 I IDA WAY/S. HUGHES AVENUE SHEET 14 : -.~.·~. I '' C:ANB~_RRA "CbU13T . SHEETS 17, 18 ,.19 ·,V .tPSCO i'NMIU 920,93A I I ___ J l ~ /1-----·-· -- L;-11-";"l "--;-~ j' I ' I ',~-:1 '-_.J ___ DA~ ___ ;_ ___ L_~ __ J__J ___ J ___ ----- SUN VALLEY DRIVE SHEET S 15, 16 :[I·.:· .... µL:0-PEZGARCIA 100 f. lS1h !trH\Sultf lOO _.,. F«tWonMws 7610l ,. .~in~11110 '·"· · ·' . ·~Jnl&H46lh, .. . ... ,· ig91oupitic,Offi GROUP r+,-~- i .!!~~--!····. --· .L 93L NOTES '" "' 600 c~,.,MIC SCAl.t IH ru.1 WARN ING 11:'l l.:U,,.:lk.&l'IUk ~.ll.l W.Ul A,l ""'-C[ihlh ""-IJVl\ll,IN') /Oil I"" SU'f'OIU,i"~Ol((h O,.,, "lhOt.t.',0"",·"";1) lttLOC.tl10N (T ~\/!U~j('!;.~':[~£~~: ~.~' •·o..ci ft;s t•~i:J:.e':c~1s11toJ:1Nc10:ri~ 1' ~~\.~1\ cr-t11 ..,1 ,u,.s. /oC .t.Llti, l t (,11'1.t.~ t OIM'!N\a 11:;i11 ,.,,aott:U. h( COW?Mo1l', ~1 \:[D O[tOfl All( 11,/o!U'lloh 1r.:~·w.:~·\~i1'c~·1~:c~oi""..:~11·~i'lf·1 rt4't~o •11wC Oll ·CU ii ,CJ.\! 41 ..0wR!, ,,.,OH lo fJ:(.f.¥.t.lllwC ,., 1 .. , LOl'l,'•Oh. ph()l,I[ /o'Jt,ltl(lli. AIU PIIIOv 1DCO rofl co1o[Nl[M'.(,COIIS1D(R 4 110N 01 Oht(R v f ,~l h CCMP.f..HIU 1,11,1 I( Jt[OUlltCO. fl,11()11t"1, uHR 0[~.&ll!IWtNI 111?,0t ·U9' rl. ,Olt :,. 11111 U.ll'i..NAC(t.<NI f'Oo,u \'S 111?1 1!1•i,C,?J fl, 110lt l ,.. IP"' t.l,LIC .. lS I 11,t,H,C \1~,o.&L\' · 11,1, ll 1·ttOO !ARll,t,NI 't(C10H Ai.. Ul(II CHt1t1::1 1l1?11ii'C.·<>Ht 11,~ ?(!.~ ,1001 JH UHi :1:,l'.11 ~ :.N' 01e IC'..\, Ct1Aflt("I t:O•••U.JfwJCld ,Otd COS [ll 'I 111!1 •UfllLt:1J1t Mll~ll\,01\,111,1 ICi..COlil SB.:, •. • 111,.Ct'ufo" (i..[Cfll1t' (OUf l .&U CAS .. I Ltclll1C l(ll1Z01<1 IN[ vl·U 1,n \1"(1111 "" 111£ l'L""~ li"ll\k ~~:~t8 r~~k~14~:~ct~~t\~1t~'cll -NO i..OO IION Of UltlilllS lf'f I..C All(.& 01 COfro \l .,UC J•Uh, It( (NGIN(tll AU1,1i,,(\ NO ~~rifi51 1 8J~~...,,~s" '~:~':'l!ic~. L."\. '" tQt.lllAtlOIII SMAL\ ,c1111f1 '" ~,r..-.11:,,,, (t/Hf'IC.:\.:I Al !O.,, A...0 AACI.( 0( CAIS 11NC; 1..l•Ld • \.11'1f:5 l'R100 10 Cc»I\IIIUC hOf\. \UC" s~i~~~~o\"tL~ 'to.;ri,t~~~~ • l'o(J Al'J0.11<Jlo!AL C(lt,i>C Nh l11l,O Ad011'11>. CITY OF FORT WORTH, TEXAS -sTffff'rtf!C'(Jfv: WATER AND SANITARY SEWER REPLACEM€NT_ -2004 CIP CONTRACT 7 = IHln LOCATION MAP FOIi STR!ET RECONSTRUCTION AND CONTROL SHEET 2 0, 27 Hl(ll'0:-(0 U~&ll ta&HSI Tltw ••vtwt1•11 ."55.1----1--·---·-·-- 0+00 I +00 $~I• D.tt ---, l .t•ww .. OlC I [ ""--;;;;---J . I r"':,· I ZOO' . ' _ .. 1 ..... . l====t ... . I ,. I j : bRQPOSEO 2f F ·F CONCRETE p EMENT ~I 7" CURil .,. .. ,,~:... : .ir.:ur..1.. ··\~::)~;~;;Lor .] ·... . . IJ. . LOPEZl3ARCIA 11111!. ISlhS II H. ~s;i,.1190 GROUP f0t1W<w1!\ Tom,76101(. •m390-1 111111 • ··.• _ ·•inu1.9'6J Fir.'·· -. 19g;oupinc.com ·· · l)IJV,<;l TO it •W OOI'( &l'l"ttOI . >000 ,r, -~>::.~,;t~c 10 NCi11 OAIYC "'""°'· 12,n. PtlOPO S(O. U,W&ll l A&NllTIOt,1 ,.,v,w:1r1 1 .6.5.5. NOT ES S•O[IULO ~M'1.l ,t CCWS llhJCl fO '5, & S[ll'&P&I( ll'U 1'!:"lot !aLl£1N &I! .,,, lll~l'I SIO(W&L•S UOl)t,1(1 'RC(S IIJ l'&IIO'US &S OUUCTtD IIY ft!( OJI.,.•. l'!J',l !)t.11'111 SHCUI JJIIIIIS "''-Ul rQN IILWGV&L ~· lYISll"'!i 51,n ;,m .•H[S , LE.GENO M[W (ONCA(l[ ~C~WAl( ('VIS11"'1; C~Cll'(I[ 0•1.itwn ION.Ailo'OV(ij1,1r()1t(-i,AiCf O N(W C(lltlCR(l[ C)RIV(WU "1',1.lC: IIUNSI TtnH ll'AV(l,U,11 tO,,ST11££1S "*"'C IUNSIIIOH PAV(\,l['fl tr1t0111vr•ns ., '" r.llAPMIC SC4L.( IM ru, WARN ING ,M!. r.0..-111-c.toa s.w ,L t .,.,_c All "1£::css,cn PIIO\'I S!OtfS f OII IMf: \U'll'O.l:T , ~IIOl[(I IC,N, R[~OCH 10H, ... 1) R[l,JC&T I~ or &U Ultll f •[S, Slll'U(TUR[S, ~"10 Llll l,ttY POI.CS 8011• •BOV[ &If!) 1mo, C,ltOUN!) OlPI INC, CQll$llll/C l 1QI,!, TM( COMUUCTOII IS llABL( ro,, All Ohl&C(\ l)t,lof[ •s I 11a1.1,., QC l"I \ Of"(IUII~, HO A001TIO'l&L COwPENSlTIC:N &l lOW[O, TM( (01.U'&M[!i ~1 !,HO nnow ••r. •HOWH 10 "'"' r a.':1L1TJ B WITIIIN lit(,~, Wo,1111 , 1(.US ,AU, HI[ CCIH'IUCTOA sw,u CONTACT TM( r(l(.0•11.c orriu s n ~t,sr ,, l'Ol}ltS jllJIIO• ti) [l('V'1HolG ,'. fll!S lOC&H~ PHO"( ,,~,.1,e£11s a•c "'0·110<0 r o• COM\l(Nl[M((,CO"ISl')(IIAH()H ~ OTll(A U1 tLIT• COloW&NIU ~H' K AiOIJIR[O, n,'woll:Tti 'H~(R O(l'All h l[NT 1111,,11.u,. r1,wo11111 ,,.. 51 ,1,1,.,,.(.(~NT J11[1t1,11t5 11 1119'1·"1] rt, '11'()11:Tw ,,.,. 11,l'ClffS &. 11hrtlC S t C"l•lS 11111111-11oc TUlllu,f IIC!.•O•ut .,,r.n OISTIW(T •••nu,-0111 oie ··us 1100\l·U ·UH IJClil-OEIISOr()IC,·?CUr ,, .. , ()ufllT[II COWr,IIJof!CAT •ONS COstllV I.IC! WOl'lOCOl,I l,llll(NHIU\I TtLCOl,I "' fltl•(OUNrY Clt(TAIC COOi" 1vue,s ,nccr111c \ltltlZOH TW\' Uf l ll11U Sl40WM OJ,I ~ML PlAWS l[lll CQl,/PIL [D ,110..i y1i;;1ous SOL•CCS ANO ,\~( ~~l'flJO, 1 \8i:• ulii.~ 1~f~C:',_'l,u• ~;f :ct, Co,,1\lf;UCIIOM, TH[ (/ril;H,(E A •SSU',l(S HQ R[SPONSIINIT" ~on :lo{ ACCUAlcY or TM( Ufllll• 1,.,0#',,I ATIQN $MOWN 0" h[ 11'\.AH~, 111[ C()NllllCTOII' !,MALl YEll'IF'f IH( [l[Ylll()H, COM'IC.UliAl t OM, a-.O ANC.U or (Jl ~l lfrriG Uftt lT! llN[S IIRl()R tO CON\!f'Vr.ftON, !,11(11 vc-.,1c.t 1Qlol s~•tl er r.rwsir1.1t,:n , SU11s1n1 ,11., r,nsr" row~u11,r.11n,.,, loll\ lnOII IO*OL r,1)1,.if'(Nh'tO,/ All,o)l[J, CONTROl OAT A ·1 ·'f;\~~ .. " 1f •. ~;s1, CITY OF FORT WORTH , TEXAS ---------~Fla n~ECoNs t RUC T, ' WATER AND SANITARY SEWER REPLACEMENT -2004 C/P CONTRACT 7 PAVING PLAN & PROFILE IOA WAYIS . HUGHES AVENUE STA o+oo TO STA 9.+"8.36 iHUT 3 o, 27 I : n I ! i ! ~ I ii': ,. --...... --.... ........... - L -:' -· ~"'--!--·-+---------··---- 0•00 1•00 "'" I-+-------..,..-----+~+-~-;~ 1.-~--t--+-------------+-1----; -- t-+------------+...,...+---; __ II!!._ ,,_., NO. REV1810N 8Y DATE ·---I St OO 6+00 7•00 '" -2078-368 9+00 ..... ~ .. -.. ... -........ .. :.,::::-.::::-~ i t I l.!Q!!!Q; CJ ,, ,.. cou,;:~r u s.i.11 •·'4 ~ -t.•1SllfrCCO,,,Cltt:l lUk•'t(Ur 10 at lll[i..0 .. [0 Arc) lttPLAC('. a frilC • t0HC 1'£1[ Dlil••l•Af ~ IIM&C 111.lkSl !ltlfl U Ykl,lt,N J FOR S TR[CIS -~fo,tM ... 't111S~!fH PAYlfrlllf l 1,( CON rlUCI OR S11A~l lilU.[ ll.L ~(:UhA t l"HOl'1S10NS f0il 111£ SIJl'l"O"II, l"lt'1l l t l 1\,'h, ll:hOCAli\)N, AHU .«!LLOC 01 •·.l Uhl l f ,U;sr HU l,l lll 1, ,.Ck.I\ 1'1011, ,UlOV ( •NO MO UU'l ,NC CUHS!JIUCl10 N, I 1011 IS L•.l,tl lC t Ok .IL L IU•,uGU A ll(SUl.1 Of l'.l\ OPfllAl10HS. "40 .t.OOl !IOJ1 ,t.L COtif'~hSU1~ ._l O•C D, I .( COt,#A,.(S L!U(O l [lCII AM( 11.:-.011 N l~;;J~it:'~ l~:?r'·Tf ;&~Pi PR10R 10 [.I.CU f 1..S L0C .t.110H, P>,ONf -.UM&IIS 10[0 HIii C()tjV(Nl (l<l("(.CO/rlS!O(IU ltOt. LIi' L~IN(~ u 11~11• l'!N~Al<llfS t,11.T 8( ~(OUIR(~, ,1,1111.1111 ... u:tR 1K •.un111 c,.r 11,11t1,·11n i t, •0 11 11" I"• SI, M~)IA t;(MI..H1 1>,,......,,1 : ~ !~ 1 1, I I · LLI J I I. •IJM I '" I?• ~I, ~ ,C•II i I I U•I r .,· ~' i::i.•, ~ 11 ,1111 ,,1 ,1,IQ 1111.1rc,~~;~.~~71r 11, U l (llt t:1!.Uh':I i CITY OF FORT WORTH , TEXAS ,----STREET RECONSTRUCTION i AND SANITAR Y SEWER AND WATER REPLACEMENT -CONTRACT No . 7 PAVING PUN l PROFILE ·-- SUN VALLEY DRIVE SHEET 4 o, 27 ~H ii 'i l:,oi +M OIU. SUN VA LL EY ADD I T I ON ·BLOC K ·8 . Si l N V A 1.1..F.Y A DD I T ION llL OCK JO I L5J,.o ~--------+---+-..,,d~· o=t----+----1----+---·-,--·----t;;; I!! t ., G,IIA PMIC!>l'.•l.r l "lffl"I \£111(11 l WAT [II \Ult Jrl0, l3078-368 i {VISTl lf(; (Ot;Cllll'[ 011 ,vc w.n 10 !IC 11,uovco ,NC 11c,•ucto . tff-. cowc •t't DR •vt11.n iw•t TIUJr1S IT1 QN "J.V[W{N f f (>lt5llt[[I$ IN.A( I AOt$1TIO'j ,,t.v{lol(.NT ,0111 o"'vt:w.ns I,( CO"IU:4(10'! $M •ll t.lU[ I ll Nf([SS41JT ,11ov1s10NS ro• 11(_ )t1''0"'·"NOl (CIIQN. llf.lOCAl1(l1,1, •i.o /1(1 OC.•FIO'l Of •a u1 •1.,1,,s.s1•11c111H~!,.,'II'! 11••11r r ll(ll[S ~:s,~~o:~~11l[l~:,,r.~ ~l~Bl( IC)II 'll !IHllC(S 00"1( ,s, ll!SU..: ti' t-i1 S o;,i;1,1 •0tr1S, r,j(I 400IT1010l (Ol,,IP{N U 'IO!,f '~lOW{O. h( COIIPA 'll(S l1Sl[O ML.)W 111£ •"IOW"' 10 lllV( ;,Clllll[S Wll~t; Ill~ T(IRT WOfllll, !(HS 4A(.t , 11-1{ UW'II Hl!)II 0•41L cn.,1 u :1 llf: f OI.O"IIIN(, ~:,1r.T~ .t l I (4\1 UI WOIJlltS PAl(lll 11)0 1'.6V.t11Nr; .t 1 Tl<!\L')C:&ll()N, 111<1]'1f.'«.N5(IS11(1111(1V'0LCrQR COO,V(!,fl (t,/((, C0'1SJ0(II ~ Jl()t,I C-' OI Ml.11 Llflll f" to1,u•,111u un 11c •rei o to. r 1, •OAl,_. U f tll C(1t411 :U{10 18 11i l1 "•12'J ' f I, 11o,AIII 1<>11 SI, U4'0G(I.EN 1 1>[11,.., 1S lf lf)t l ·•i,13 rt,W()R 1,..H>W S l ,l :G .. IS 4 lll4rric s,i:.N.t l S Ctll\11 ·1100 u~1u . .,, ~{GIO N•l w,rci:i or s111,c 1 11 1,1 ,n,01 11 O•C · lCS S 1$001 ]U·IJ11 1,/(\IOUSOf 111c.rus, 11., C1"411 1(1tCO...~Ca l ,0~ CO S(ltV 11(1 WOltlOCOt,1 \11LL(:,,1Hll.l\l I H COW "' lll•CGUNTY t l (CTII C ,o~ TlfU c•s . C.(C TIII C Y(ltl l OH 1"1( UT•l •T•U S'ol0•"' ON ·..;: IIL4NS 111(1'1( (Olril PIL(D Tllt)YV.111 • (S41r()U ( l'lT [NO[Dltl S l i J 1ST{"'1C( ~~$\~J;:g:, I~ ;"~~ Of Al SPONS1l1lf1~ O" HI[ Ul tLtl" 11.rro11 [ Pl UolS. T'( :01i1 ro.1 t101 Sll•Ll V(R1n HI( [L(V'1l()!,f, co,1ri c.u11,r10N,u10 •IIGL C or 0 1s ntri1C UHLlh' L•"ll:!i PIIQR 10 (~~uuc,,o .... \U(W V(OIP(U IO'f Sll•Ll sr CCNSll)(R[O ' wes10I Ul'I' CM,r ()I" (:,HSf ltU(TI0!,1 , ",iQ •001110•0 1. C0~£1<fS~''O>ol ••L01t[D, 1,111- µ.;"~.....,~1----l----+---+-~~,l;tl:la.f-----+----,l---+---+---+---+----+--.......,f---H--+----+---+----+---l----l-----+-----5~5.. ~(,I) . . (,)._ ~tfj 5(,1) , .. .lll i ,, .. , ' : '. ;~ •1 i \ 1, ; .. ·-.. :; -:~ ~~ -~~ -~~ }~· 9+00 10+0 0 11 +0 0 1 I t--------·---...,..-------=1 WFI _,a . ·-.. ---· ····-······-··· ..... ·-·-·-··-··· -____ .. -~- , WI'( I ;.;.;.;;·· ,,., I ! CMff.11111 "NO. I----· RE'V IIION BY OATt 1 .. :' X . ... :. : i ;~ : ~ : ., ·-., ;:; ~~ .. ~~ ~~ ~~- 12+00 14+00 r "! . : i' f • :~'Ii 15 +00 CITY. OF FORT WORTH, TEXAS --STREl:f RECONSTRUCT/ON 5HlET 5 0, AND SANITARY SEWER AND WATER REPLACEMENT -CONTRACT No. 7 ... SUN ~~EY11 o~mlLt ••• o.nn Tn n• •• .,a -------------· 27 _ iH !I. ;; : ' .! ~--·---·-----·---............ ---< Fo@,;.Olillf ~~·-... · D1ti ,, _!JE_ i~· !>Ee .... _ ,..toir . MAJ --..... l!laMlill . ~ N /A '" .. ,,.,.., 00( ..... ~-=·=== -BY DATE '1 NO ADDITIONAL STORM WATER DRAINAGE WILL BE DIRECTED TOWARD THE STATI! ROADWAY [I LCPEZGARCIA _GROUP iCO E,'1511, l trtti.5'/ltt/00- f0<1Won!IT...,l6'!02 •' ' ~lnl!IO-IIXllf . . ~in lll·~lf .. i99/0llpinc,om NOTES '" ... '" CJUPNIC SC.AU ,,. rec, L[C[NO -----.at ORM...« DIY10l -• - - - -... .,.,. Ol'tlot @ OIWN,t,,QI AlllA DU10MhOlt 0 Cl 1111.lflUIIII• DCIICINl'Ol•t ..... 11 ..... _ lfl&.U CITY OF FORT WORTH , TEXAS -·--sTREET RECONSTRU WATER AND SANITARY SEWER REPLACEMENT -2004 CJ!._CONTRACT 7 DRAINAGE AREA MAP IHJn 6 OP 27 ; n~ : i l -., ~:-·-==::=::..·~ LONGITUDINAL CONSTRUCT10N BUTT JOINT ___ ¥ ____ _ /~ SA wrp D'!.o/!f ~ JOlffT rRANS VERSl t X,ANSION CONST1fVCTION BUTT J0/"1 """'-···-·-··c.fllfl•.• .... •-1 TRANSVIIISE CONSTRUC nON ILfrr. JOINT eroe-ee:r,: .!•:,mme:n JOINT OET AI L NO. Z S[AL FOA SAWED DUMMY JOINT =---=::-~---· ·-• n r-·· ;-, , ~--. I , . • ---• L . " ·· r-:. · · ----· ·7~ :,; ---"""""""~~--~:. •.. ·. --- .,-. !-°-~:,.; ... :. -·--~. ~ .. ~.._-:~• ,•~_.,.I .,.. '·. =---____ ... -:-· ···----·· ·'.:..··, .. .: . .-.. > o; TRANSVEMl a,~f(JN JOINT -~------ JOINT Dl1'AIL NO , 1 HAL ,OR fXPAN S/ON JOINT ..... oc'iiiwi-.... . MIW"-j §.Y,ERIMf'O§f p EV Rf "--·---.. -~~"="- OAOI NATH ,oR PARA90I.I C C~O WN§ P:=i Dot• I DIC -... ,..... .... ... ... -·----.. ---- CONfTRU Cf.Jfl/'i JEO!ND . ,_ -- ----.. -.---......... THESE DETAILS ARE NOT FOR USE ---.. ··- ON STATE RIGH OF WAY ~ ----s=e Olo'WtML NOl'II: ·•-w •c,, . ..,_. ___ ,. :·::=:":"~~ ... ..:::.·:.."'··-- #Orf: ----------· .. :;;:.E:-::!:"~ :.::-.: .. -:·-- ---:, =·:.:::-•,, DITA/I.$ 0 1 LA YDOWN CURI ANO OAIVtWA Y 1Qll f.1llll!ttn0411\e lll0 ., . futw.nl\ Ttu17610l -17)~1000 117Jal-916lflx I _.,/ GROUP -"------"-.. --...... ---&. ---------··-- ---:::,_ ,1~~..:----r; __ _ . ~: .1 ·I-. :J..;. --i· +..t·. :t.: --· +. ~:::::;..:· __ _..!,.,, ··--·-----··~-,.,,~,u --- .,,$r1.t1t~ /;/ .... '.iL ;;:~~ i ,"OWlf & • ""~~·~ 11~ OJH /."' ti NOTES WARN I NG 11o11, c~1=>,t101 s•o n w,~( I LL 11ECrss111 • 1>110'/l !,ICIIS ~r,11 TM( !,IJl'PQIIT, PI OT(( T:Q!,i, lltLC("!(lH, U ;,) l(l('IC &!l1)H t,r •t L IJ T•tl I '.(',, !,lltllCllJ"t!~. 1..:0 :JTILI 1 t l'l)L [S 0:)IH ll!OVf. &lift 8[L~W CltOl)Nl) t)UA I H{, r.'"s,~UCll OH. TH( C01<11t 1C 1(111 I~ ... •"I ( ro11 .,1:. nu1 1(,H no"r H ~ 1rr !,u. r or ,...~ ('l:"('1 ,TIC\1'1'. WI 1nr.11t(,'IIL :'..f'l lJP(',1\ITIOl<i HLnwro. loll (r,i.,:i,.,.,u ~tS'{D OtlO'I' Al{ C'-0"" 10 .. 111(,IClllll(S Wll<ll'l lll(roATwC;lt •M, !(Pl\ 111::1, TW( C(1•nucro11 Si.llll COHUCI 1 .. ( 'OI.OIJ•NC onrcH IT L[AST ,, wo~s Pfl t'), 10 (VC .&VITl 'lt, Id tw15 lC!(ATl(,N. ciwo'I( o,r.JU(l(t:1S 1R( ,11owxo r o 1 COf<iV(>j1[N(,[. C~D(lh UOO,, OT OTI!(• Ull~I I" c~•""'n"'•"ll£ll£ou111c:::i. r1 ,wo•'" w1 Ttrt °'''"'"'('"' ,,,~1,11 -u" (~, W()nll• Tl'W ST, IHHH,(l,l("IT P[llW l lS ,11,,1 11,641) ,, .... on••• rrw ST,LH;MTS 1 Hu,rrrc s1~11.s Hltli ll t •OIOO Ult1UM1 R[(jl QHAL w n c~ 01Sl"1Cf lllllU6•01H 01G·TU$ rooo 13••·llfl t,,,[""9(1tSOT OHi ·T[SS1 '111 cw•'IT[III COl,lr,IIJHl(,ITIONS con •v t,i (IWOlll OUW \olll ll[NMU\I TCl COM "' 1111·tOUW1' lUCIII IC COOi' TIU {,1S a. l:l(CIJttC VlM!l()l>I J~f.,.~(~~·i·i~s~ricxrs ;~~HH1J[:fc ~i\gC~;:t~r;uf~~fC\(~1sLJ!l!~tr~ ~\f;i't,5'1~~:.~?~." 1~o~~~·l~c or,,_!~. ~~fg~;::,~r.r.J,M·~r/l~yr:11,t~(Y ITIOH, !IHI t I '+' I IN(S r1t1o,t 10 CONSTlt',JClUN, SUCW 11,.1u r 1r.All()W S~All II[ C'OlfSl(l(IICO A s1es1nu11 • cns 1 or c°"'s u1ucuON. ~ IOOI T10l,tll COUl'[MS,ATl()fll AUOW(O, _,.., ....... SHUT 7 o, II L.OREZGARCIA fOE.,T.;O!I!f "a!!!,o·-j ivP.'Pin«om AfVIIIO N ___ NO. BY DATE -c,w--\([f~~f\ PAVING [?ETAIL SHEET l!l2'1..-...:._ _ _!!!Y!!!!S!!'.---..l.!.!..l..!!!!l.!'"1-__ .:.._ ________ __i:====:,,...=...l.,.---------~----------l-----..:....----l----., __ _ 27 i II f,:;: X ovou ···-·---··----------- Cfl'2 0·10 O' X 48' I tl~CS • ~(( *ill[ I I \ \ . .6. CrOYII", 1,1no -e,-: D•vlct6 (~£[ ~T( 11 .6.thMM ,lt l l"IQ 0•,1:ec !SU NOi[ 21 i I ci,OIV\e11zot10l'I cs. .. ictt t11,J f C>eoml 1 1e<1 if 1r.e .• or11. aeo Is o 111ini M of )O ' lrOlllll'ltOCOf'CS 1 1,.-ov 1 1to •O>, I ','• ·1 C'20 ·10 ... ,,,. I I FL A.CS • SU HOH LI TCP .(1-la) Work Area Near Shoulder ':'•,{ ·t.•• ... :.t .· ·v I L E~D RO AD WORK . ··-······--·-- ~,· -2~· . • C20 •2o ,.'~\ <ll(NOI[ '', "\: \ ..... . A CM!Y'lf :l1 i !'IQ 0c .. 1c u 1SE(HO!i'.11 , I \ \ I END j l_ ROAO _W OP:.-_{_ /'"""'' 41 ' J.2'' t SH k01C ?: C•?O·IO o · lo· ... n ' '.f LACS · S{(/101[ 11; \ £t:rlCJtYMltlll ncJ il•vlcH 1Si.C NOi t l 1 Tyl)lll lltM IIC~, C/'\Ol"ll'lel I 71'"1Q d•vi c:11 , or ·snoc,o,. •tt'l iC l t •111"1 Of'"onQO Hoos or •orn lnt;t i lQtltl, Wntn anodo• •Chicle !1 .• rtculrto, It sriot I Dt e11-,,l ppeo "with Jr uCk Wounted A1!1:'l,.C !Gr, \ . ...... . :I~ i.~~l~QR~ l ,&. C?0 ·2o \ 41' X 2 4' tSttNOf£21 ! \ i I I .... ~ 1· .A Cnc:me• 111no Ot~JC:H IS{( NO i[ 2 : l 1~_J cw20 •1 0 41 ' I 0' tF t AC\ • SH NOH 11 1\ A C'rlcMe11 ,1nq O.,it.:n J_j,, t\H Ml !l ii I ' END ROAD WORK u · 1 2~· 1SU HOTl 21 / J.c,o-2, • .... . • . wor,, ,tnic t u o,-01ner 1:~1p,,ien, necesscr1 for ·r.e wor.-. operor :on, sucf'l o& t r..ici..a, l'IO"•OOJ• c·~•. e,c., sno I rtn0 rn JI\ creos seocro,•o fr1,11 n lonts ot t roff l e o, Cl\a"IW i i to· , ion oolcu o, 01 1 ~ :rnu. • ! th : f -r "°""• ... cni t 10 ,,1 t ~ I . - • ~ __ TCP ( I -I b) \ ,1 '· Work Area on Shbuld~r · TCP ( I -I c) Vehlcles on Should~~ .. ·~·.}'' I I I l[C(M " -----·-··--··-······· .. ·•· ~ l!pe 111 t!<r~1c:,c;, ••tronnt•I Zll"l90•,lcu. qf tc,o l1e(l"7 twll v••1h:1, t2Sl lr11c,. ~no ,11eh..01or tro l l•· lol0'.11'1'0 A Pof1 oo t 1 C~•~•e f 101,n l ~ Arrti• PQl"lf l i__~i l1IU50Qe:S i "'1 1bO ' _____ _,.__.?...'.9:....... llll lc.c,o,, ·••,qr •··•"-"••"••"'""""'•"'"'· ]10' ,oo· l •l ••'9"'·ot lo"r ,rr., •·•rorr,•t '1••••' ,r·,, '>·",;,•••o \""ea,_.>!, t 1P1CAl ~!,AC[1 S,11()11; l(rtw IMIEll(O Ill( ~01«: llRtil SJ.1.:1QhAJtt l[Mt SIAl!OtlA!O Sl.tlt(H(Al(T i. uri ,tss o t t.er .i se 11a1e<1 111 tne p u1s, 1,0Qa a t •acnfll 11, Si 9'15 ~• HJJ:.J.ill. 2. A11 trotflc con1ro 1 a, ... icu 111 .. s 1r o11c er,~. o r.tf'II 1no :u1 cl'l'IOIOO .11n tne trltin9 1e s,.,00 1 1'11.lJ >e Offll:tea 1't,en .1 1c1 tll 11.1t..ncr, In trw p 1cns. l . On n1gn IPffd 1oc 1,11 1,1 oa•i:w i.::, •01 '•""'9 ,1..,,11 """"'t' ue 1n,u.11 ,.o co;,roa ill'IO te l y lX frat1 t he •OI"" orto Ot' frtwi tnt o.qlmlrr,i o f o 10~• or U>OulC:tr teper, On IO• t.P o•d loc l 1ttl1t Int 04w onct •O-niht S l'T<I 5f\OUIO o, oroct<l t)OHO on rnt. ,. lllltl llt\.ll d l lU.tlCt . ~. 11¢1 1•• "°"" wenl c ,u or ot~r c1N i""1,et11 .lhl,.,hJ t• ,i.y,,.c \l r,c:u, 1r.c r l i,:t·ot•..cl7 H ne '1'IO (\(,ti pc:r "uo Or'. I~ PO•IO l nol.'hWr . on11 pre•QuCllfl~ proovc:u anoll oe ..... o. A I/at ot coro tJ'"' trOOJCU onc:I 1ne1r IOIJl"Cta lhOy bl ootolntd D7 ..,.1,1r-o or fo•lf\91 s,onooro, c~,,,..,. Trotf l t ep.ro,rons Olvl1lon • re 1001 OtportNnl of lroni,portotlon 12 ~ (011 l ltll StrHt Aust It\, IHOI 71101 •2Ul P'hont 1S1t1 ,tl6·lllS ro11 1 s,21 ~ 16 · 3161 c ·mo t I fftr ·S IA .. DJJIOtmol 19·· dt,t . ~ IUI •. \,l, "' tr1e r{'oulrwnent tor ..nooo .. w1..'ll·ic 10 .;11 o, Hsteo ii'\ Int' ~OJ•::I Cl frl(!!:A l IIOtl!o, item ~02, !orrlc:~t,, S I~, arid t rotf lC u~11nt, _..-. STANOARO PLANS I TEXAS O(PARTM[NT or TRANSPORIAT ION Truffle: O~rotforlS Ol v i'Slcm TRAFFIC CONTROL PLAN TCP! I -I ) -9 8 r . ' 0 '.; DEFINIT ION OF TREATMEN~ ZONES FOR VARIOUS EDGE CONDITIONS ::dqc Hei(;ht ( O> :n 1-. ..;r,es ve rsus L.atera ! Cleora"ce ( Y) ir, Feet ,r i i n,r~-r_..... _______ ,.J :n, ~-~ ~~1 30 :rn 30., • • • ' ' • > • I • • I> • " • I> • • • l 2'1-( ·: '~ <D . • . r' • \ll • ~ 0 ! .. • ~ ~ I 5 '. V ; > ?. • ~;;,_. .. . ·: _'.j > I +-~~-'-'\!./~----·-·-·' ~----~G~D-· -~---~ Q 10 20 30ft . ' . >2'1 > 5 -¥-L"',-"-4'+.<'-'-<C.L..'-' > 2 -t--....,....C.,...<--.,.__.-.,-.--,..; > I -+-~~-· ~:::_.·_._. ·_ -... ··---,--9L.-,--····· · .. 0 :o 20 30f-. > 24 . 5 > 2 > I 0 10 20 30 -'i". Edge Cond iti on Edge Cond i tio n i I ((2 .99): t) to (:,I) Edge Condi t ion I I I S (3: I) ror· flatter) r1CTOP!, CO "l!,IO(ll('.) 1N TH( C,U I O(\,l N(St ,. Ola+cnee • lf' 16 to b • tl"lc, l'l"OidlfV" proc;ttcc • unl"Jer- !Ob cnn(l ltlnns. 1..,0 feet"''"''~ tor ,..l9t1 SPlll'ld cono 1 11ons. Ol s t C"Ctl · v · Is tt-,c, 1ot e,.<;I cleo,.O"e.t , .. om eaoe of +rov,cl 10"• to t1oge et f :-:rooof1', Otst-o"c• · 2' 01')811 ,..,,o• t-ov e o "''"'""'"· ). 1n odO 't lon 'le ·"ti factor., c onslaer-ed 1n tro ou t oel l nes, ,oc:h eo,.,4, .. uc1lon zone <Jroo•off s1tuotlcn &hovia be onotyzec:1 lnCl'lvlouol ty, to~1n9 Into occo1Jnt oiher vo,.1ob l 11r;, s u ch c,51 t"'off 'c m l :,1, :,osled 5e,eed ,,.. tlic cons+ruetlo,.. zo,..e. ho,.lzo<"l~Ol curvo tu,..,, O"'ld the proet1r.0 1r t ·1 :;f tr-,e ,,.eotrren1 o;t1or.,1, s 11. rr,e eo,,0 11 Inn !' •o .-1.-c11c<P In~ 11",c \J!\n ot on!\1, :,..'!'I o,. orntcl'.' lv!! bO""' ·~,..s nrl:? .J '"o" hy l.:,,,,1 ~ ~:rr! rr:;,ru,·e t, T,·o ''ir. or.•·•·:tr"t, er·c ;i,·:,..,1,r i ly o::,c,t i c.ob !e 1nr ,...,,, • .\:':'"·"'~ , .... ~,,1 ,.,,.!'. ll"r"IC."' .,,.'='"~ ..,1,.._ :<-,"l"=l'.''11'i r;' ~, ...-en e ... •er.,; -:iv "0"n r. i r.:,r,I!•· -,0 ,1 fo,. ::,19 ... 1,..0, ('113 ·:r .o c,1 1or, ~.nl"J ,:,~ .... ;~,..~. r.i-31•'·0.-;le,:i 'lCQ(!;";. howP-ver, .,,i n , ·n· ~r ooter tl"',.:;iri; 1•,(',r",n:i C"O :or.o tc:: . .,·•t,t r ,-: 1n ~ero1 orr~ci or ,. fr,in1, ffifJ 'l ;p,:11 '-c •c o hlo"'c,. •r.v o • of 1r oo•">t;r ,•, !,, •' tl'lo 0 1:-,•r.nc.c '·,· "'-''' te •••• t,.,CJ,, l 'eet , '"• ut.c of o oosl•lve borrle,. 'Tl(;y not be fl!IO!'il:'l e , t n suc.h c c.<Uft, c.o,.,.\lct.ir .,11 t-~ri • 1 "O,.ro1,11no , ... ., tQt'll'I ,., 10 o c:eal,.eo 11 lo 12 feet or 10 ioo• l'l"lnlfl'V!'l lsee C\1120·8 ,1on1, or 21 orcv i de 0,, edQO & I DOC t.UC" OS t dOO (.ond I t I 0" I , tor.e 0 0 0 0 s Is steeper tr-ion ( 1, I) <ii~ 1 re?_~~~-! yoes ~u I de I Ines, Ii~ 1 ·eo tne,r 1, (.W 8 'le; • Shoulder O,.oo Of"' or cw 8· 11 slons o iva ,..e .. 1 :co • OO"e ls, cw B·'Jo 0 .. cw !I· 11, ,S 1Qn6 OIU6 <3n;m:;. wtie r l'! ,.r.s1r1c:1110 ~noee o,.er:IIJC'lel!> the u ~e o r d,.:,.,$, ,.HIii vert i cal OO"'l e l&, _.,., edoe fill 'TIO'f bo ,vov l 1J11cl to chon<,111 th1J edoe siooe to tl'IO'f of tl'lo o,.e.,o,.oblo td,e Condition 1, (."'IP,Clo; 1 .... nlr,(l tl on:.. rr 1o~r,i-1) 1r,r ocslt i ve ea,..•'e". Wt-,or-11 oo&Jtl""f! t>o,·rte.-t s not lnd lcot e<3 , i r,e 11 ·eotme.-t shown above fo· Zone · <t may be UISOII of1e .. cor.sl<1crtJ1 Ion of other oopl rcob•e t oe tors, E.C'ge Cond 11 I on No I es • 1 Eooe Cor-.o r,1 ;:in 1, 1.&o,11 YO::l"l l r.lcs ere ®le 10 tro ... er110 on tHIQr: r.n.·,,11,1rin •l th o $loco rate of r J to II o, flc1ter. The .,1ooe rru$t be CO"l&tructed wt •h c COlfOOGte(l lll(Jterio 1 ci,,:;obte of .u.ooor t ti,~ v 1h l cl11. EdQo Cot'l('II • l.;)r 11, UC ~• YQh lc l t !o or• 001 1 t o trovcrsc O'"' ecr;:11 cof"dl, tori v l t h a $lope betweeri • l, ~'l 1, 11 end • 110 11 .so lo:,g 01 • O' dou I\Qt ,,..ceed S lnchu. Uf'ld6r·cQl"rlco, O"oq O"' l'IO,t OJ1c,not,lt ea wlll occ..r 'ff'lcn '0' O•GO CdS ri i"Ches. A!, 'o· o.eo da 24 l "IChtl, t"lt POH !l:H I ity for ,.ol lover 1, QJ"1to•1r In rr,:ut1 veh l clu, ,\, td;:ic Cordl 1 1,;,n 1111 'ih'ffl s ioou oro (7"eo t e,. then 1 1 1:, 11 o."ld where 'O' '• qr~cter lhon i inr.1',e:,, c wer,: Cl(flcl,11 C.Ol'l 'ral fcc tcr 1'10y o~lal for 5:w"Pl'I Yt1hlcl11l!, •• 1'11:i orop11r t y lrftnl11(1, l:,r n•CIITQ •C, ....,'I'll 'I)' 1,1 cr11 ote,. the", lr,c.,11 ()1"(11,c> 'r, ,~ !f\Gl"oc:; <1lfll'!·c,..1 •yo,:~ e• vn"'1c1 r.:, mcy o•l'lnrlcl"CQ dllfe,.r:n, stevi.,~ ,~·,·.-/'J n• n 1•1,. .. n,,1 ')<1,':I' "e>;r.-•i. '11·t)'!'W)::,:1t, .,.:()I",+ fl~on•·l.,r,cf'l l"IO"'I! ,.1n-,, 1"" C,"l"'"::>' r/iffcrc"'''"' . ..,..,'!"' ·c.· i :, <;1oc1cr 11•,on 2 L-.r.l'lc3 Ql'ld uo •o 1. i r<Ghcs. ;,.uch:,, oor11w1r,,.1 ·y ·~·0.51'J wit~ ,"II U' ·ood.,, l'love ll'W'Jrc atee,.l l"Q cc,,1ro1 d l lfe ren · i t 1J1 ....,.,.., 'o · t !!, QJ"II01ttr •P'l()li S ln::nai. O"'<I uo •o 2~ l'\l;~f'l$, 111'-o" • D' n•e:ic~ l' loicN15, '"' ooslll>l 11'y o' •o ·•?vr 15 O""to,er for l!'IO.SI ve,,1cr t1, 4, t,,,l ll lnc, or ovt:rloy f\OG'Qt l or,!, •l'lc:;1 r esur t Ir. (dqe CoN!lt lon 111 lhould no• t>, I n o l OGt wl thQcJ1 ooor::ier late W'f'll'"ltw;i troot'Tltn,•, or\d thtH conc,111ori• VIO!Jlc, l'IOt 00 left I" o•c.c, for t•1tnded Pl,.IOdS of ,,,,.-e. • ~ ! u 0 /: F IGUR E-:1, CONOIT JONS IN D ICATING USE OF POSIT I VE BARR I ER FOR ZONE 5 ! !Sm l , _______ .............._ __ ___ 90, 000 80,000 70,000 60,000 50,000 40,000 JO , 000 20,000 10,000 10 15 ,o Lc11eral Cleor-qr.ce , YI [ • AOT x T Whore J,Qf I• thQt Por't t or of the overage dolly troff le: volU"'le t rovellr,9 within 20 f eet f 9•"ero• ly •wo odJccent 1c:;:ne•l o f the edQe d l'OCO f f CO"'d I 1 I01"11 c,nu, T I 5 tht, dur-o- t I on t lmc In years of t he drOooff co'"Wl'I t ion. 2 i/t;tre ·I orovlet,: a oroctlc.o' ooo,oocn ro '"'• use 01 C1(1$1T lve txyrlgr1, for the prottct l cn of yehlclu fro-i ~av1111ent cro:·off1o . O•"'e~ fcctor,. &VCI"• OS •he pr11H•1Ce Of hOOVy "IOcnlr-;1ry, c.on 1truc1 le,,'\ 'll'Ot"1'e<"""S, O,. +,-t 1t1IY O"C:I vo1L,,O ot troff le IIIOy 111CJll.e the uH of po1111..,e borde .. , oP1Yoorto1 0, ovot1 11hr lhe r.~~ toodlllon atoiio IJIIJY nut l111ollfy +hfrl U!'ifl o~ o oorrtor, :, ,n oooroved end 1reotll\tl"'t Should t>e o,.ov !oec for i;.,y oosltJvo t>qr,.1 ,,. Cf'll"J ioco•od ,,,.1 4 ,.,1,. o to•ti,.ot off$c• of 20 foo t frQfT". tho cd~o of .,.,., ,,.a..,., 1 lor,n, :hfue QUl;:tt l lric,s oPoty to toruorory trot fie cot11,0 1 oreos or 'll'Qfk zont1s ...,..e,11 I r.nnTlniJous OOYWM!"t •dots,.,. dr'oO·'lffli, twist s 0<ro 11 ,r ond OdJoc.,,.t io o i or,e j u sed by t,.off l G, ,,.., 1doe COl"ldi!lol'll l"IOY bt l>'·uen• between SF'IQutder.s on<I I troYo ! IQl'le,;, bfttwofln ndlo(:Ol"'I ell' t'IPl)l'llll'IQ !r-ovel I Ol"el, or ot 1 .. 1crfll0dlo1e :,01"•,1 . cvos~ tho width of tl'lo OOYtd ~foc.e, 0:.a to lht yc,-lct,ltll y In con,1,u:11on tme .. o,icns, to feroncu In thft vorlobl1ts m.1y 011 n fl o•Ad oy the enc,rne1r . 1h10 c,vlde 11,.,., do not oooly to 6hort ter111 oo e .. otlnna. lhtn QUldtllnes do Ml co"'"'·,..,., I o rigid eton::!ord o, DOllcy1 ,.other. they ore c,i.1 l dO"ICt ti, 01 •JHd In con Junct 10t'I wll/'I i e"'lno1r ln9 /udQ.,..."lt, Theu QU 'del ll"lta rr.oy be uPdo1e d on tr>1 OulQI", 0 1..,1,10"' s oi,· llr,o ,r,onuo l6, WORKSHE ET FOR EDGE CONDITION TREATMENT TYPES Cl•·JlB 0 f ~ 8 ••• 0 ft; ... •--' ' 0. 2£. -, 0 Barricade and Construction ( BCl Standard Sheets Generoi Notes: & I. The Barricade and Construction Stondcrc Sheets I BC shee 1sl ore :ntended to snow typ ;col examples for placement of traffic contro l cevices, construc tion pavement marK i ngs, and tyDicol ccnstruction signs. The informotior ~ontoined in 1hese sheets meet or exceed the requirem~nt~ shown in the· Texcs . Manuc : on Uniform Traff :c Control Devices · ( TMlJTC DI. 2. The developmen t and design of the Trcffic Contro l Pla11 ( TC~) :s -1e respor.s:bi I ity of the Engineer. 3. The Contractor may propose changes To the TC~ t ho T ore sigrea and sea l ed by a I icensed professiona l engineer for approval. The Engineer moy aevelop, sig, and sea l Contractor proposed changes. 4. The Contractor ·is respons i b I e for i nsta I_ I i ng and rn a i nta in i ng rr1 e t,o f-f i c ccntro I devices as shown _in the plans. The Contractor may nol move or change th e approxi mate loc ation of any device without the approval of the Engineer . 5. Geome tric design of lane sh if ts and detou,-s shou l d, when poss i ble, meet Hie opp I icobie design criteria contained ;n manuals such as the Amer icon Associat i on of State Highway ond Transportation Officia l s ( AASHTO l 'Pol icy on the Geo metr ic Desi gn of Highw a ys and Streets' or the TxDOT 'Roadwa y Des ign Mcn ~o,·. E,, When projec t s abut, the fn qinee r ( sl may omit H'C F.Nl1 ROA D WORK, mt.Fr IC Fil~FS DOU BLE , an d o t her aovance warni ng s i gns if the sigri:,g wou ;d oe recundor ·1 ana ih e worK areas appecr continuous to the motorists. If rr1e acjacent pr oj e ct is comp1etec1 firs -, ·ttw Contra ctor yv i 11 erecr Hie nec essary wurni11<J sign s as st 1o wn on rnese snce-rs , tne Tt . .'P st1eets or as directed by the Eng i neer. The BEGIN ROAD WOR K NEX I X MIL t.S sign w i I I be revised t o show oppropriole work zone dis t ance. 7. The Engineer may require dup l icote construction warning signs or1 the med Ion side of divided highways where median wioth wi ! I permi t and traf f ic vo !um es just!fy th e signi ng. 8 . A I I signs sho I I be construc tec in accordance with me deta i Is fo,...,na in -;-tic · Standard Higt1w oy Sign Designs -:'o r Texas,· lat est ed ition . Sign de tc i ;s no ·t sr1own i n ·t·,:s manual shol I oe shown in th~ plans or the Engineer s no l i pr ovi de a aet oi I to the Contractor before the sign is manufactured. 9, The traffic control de vices shown in th~ i I l ustrotions of the BC sneets ore examples. As necess ar y, the Engineer wi 11 determine the most oporopr i ote trof.,,i c con t rol devices to be LSed. 10. As st"lown on 8((2), the OBSERVE WARNING SIGNS STATE LA W, BEGIN RO AD WORK NEXT X MILES , CONTRACTOR and END ROAD WORK signs snal I be erected ot or near the CSJ I i~its and the WOflK ZONE ~-i:lt1 f:"F!C FINES C·OJO~~ si()r1 wiih plo q.Je shol : oe erecled i r, c dvonce or 11·,e CS J ; i rn i Is. 1 I. Except for dev i ces requireo by Note 10, traffic control devices snould be in place only while work is actually in progress or a def inite need ex i sts. I 2. The Engineer has the f i no I dee is ion on the I acct: on of o I I ti-c::tf i c conlro I devices. Only pre •o.,o11,110 oroouc:u Sl'IO II bl UHd. A C09) Of tf'le 'CCIY1>11ont ,ort\ Zant trotflc Con tro1 Dt:,lcH Llat' 1C W2T C01 oucrlt>H pr1 ·Qu01 tf11ct prodvets o"IO 1t1elr so~eu OO(l lf'IO) Dt ODtO lnllO by c.ontoct lt'lql Stcn<1cros tnolneer IrotflC c,p.,011ons Di vis ion · I( Tu.01 01c,o,-t1Mr11 of l r«\spor101 1on 12S Eos1 11tn Strut Avat In, IHOI 18'01 ·20) Pr.one IS t 21 ~ Ii· ll 20 (011 c S1l 1 ~li •U99 lnSlri.,<;tlOrt$ 10 IOC.dle tr'lt! 'C i ZICO' Olt 11100 1 •llOS I It Ul"t!• ':itcrt Of ••Ds ltt · ..... 001.s,ott,h.us Cl I Ck on 'Al>Out t..001·, CIiek on •0roan11011ono1 Cnart', CI i ek on troff le Ol)ero tlons 8011 , CIiek on 'C Oll'Ollont WOrk Zont lrofflc Cot1tro1 Devices', Ctlcl\ on' '+'lh PO(', rn1, ,111 ts pr1ntoo1e. r --- ~CJl Revl1 l on & RovlHOC~ro 1 '-IOHII ..-. Sr ANO ARO PLANS I TEXAS O(PARTM(NT or TRANSPORlAT ION lr<Jff i c Ot>Urar i!HIS Ci ... l S I OII BARRICADE ANO CONSTRUCTION GENERAL NOTES ANO REQUIREMENTS I ot 12 BC ( 1)0 03 ·-··--···-···"··-·------------------------,-----------------------------,--------------------- i ~OAO WO'lc i i.1111111 '.n ... ') . C.lC ·lr,.:I CLOSED ROADW AY = Tyoc ,,I ROl" .. ICOdtll or i;l'l()mi,!lll"'( dt<t 1CU .-=\ r··r.o,o· wo RKJ L!:ltCYI tllll \~ (.l('l ·'Dl TYPICAL DETAIL FOR PRO JE CT LIIAIT AWAY FROIA WORK AREA c.•20· 0 . T· IN TERSECTIQN "'[~[) \.-- A0101"'" ,~ I, I AMO 'll'(IAJ lrrl()'l "I VI LES IGZO ·lbRl l ll IIQl"t lh(l(Jl(I DI erected 01'1 t.,(I lntC1'$1SC:1 Cd hl~oy a, lhO'&'l"I OOOve. 1, '°"' u,91neor wit <Jt1ter1111ne tr-e 'Yt>CS on:: •uco t lO" Of <Tl'/ oa<Jttlo"'l(JI !roHlc cor,tro1 devrcu, svcn 01 o f 1ni,i;1r end oc.c.Q"'OO"lyl"IQ :,IQ1'S, i-.r o•:i,,. 1IQ1'1. ,.,,, r'Ou1d t>• u&ed When work 1, br!ru; i:,vfOl""'tO 01 or r:ear o .. l nter:.eci 1011, ), l!"le £n1:nccrllr1$:,ocior Sholl el'l$Ve th(lr ,o,.,st,.v::ttQ" '-'C"lc zo,,e s l QI'\$ o-o lr1stc:1leG wr•i, ooco.,o•e ~00,1,,y bo:t wefl " 'IV ~IQns so ,~, 1,o•:,1111y of e•ls1 1ro oe,./IIC-.1"1' ono otf'IC!"' wor11 1_c.r,t ,\IQl'\S 15 no1 obs 1,.1;c tt'd. L(Gi.NO IC .. cotc~ •~('I" 2,or, t cet l)ctwocri c,,..olcet 1 1"'r ti!o e,.,:i wo•k o•col ;typ lc.01 i!o 10"'1,.,; i!o"o•• bo •,.,.,,a1 1co o l O'' C'.:.J l :..,1ti!,t ····~-~f~I '"'~l \ \ re,.. caa11 1onc1 l r>t()f'"'(ttlon on the :HOCOl"Cn' :,t ·,..n .. k /0,V,. Al)flCd t ;.,,1 1 iilgns, r•ler !n 110 JI ,,, lt(UO ,o,;r -----· ® r1oan l N;, lye>e •·Lo,,, lt'lt•11111y Wornll"IQ LI Ql\t 0 0 C,..Cl'W'lllltl~ Otvlcu 1ne ryoe A WO"n lno L 1c,,t1 st\Qt I not be CE] uHd wl ff'I s i v,, l'IOl'Vfoet..,.•d with Type . [ Shtttlno HIUCl"Httnf Prl.smoflcl 1111,t, l rlQ ,,... r,au1 ,.,,.,,1, of Oel>O"t111tn 101 MQ t erlGt Soee1t1eo11on M·tlOO. X ~~~ 'I~:~0 ~°';!;;~ '~,:~~inc H,1.JTCO fOI" 1 IQ1"1 Sl>OCll"IQ "00ulr e'!IC <'11S, Pos,ted Sceeo -- "p" JO J5 40 50 51 6 0 TYPICAL CONS TR UCT ION WARNING SIGN SIZE ANO SPACING L o nv·~erm Or Sr,or-1-term Stotlo~or y lntermcdloie-te,.rn Or s1on ~ 11oo~~~~~o;~~~1no .~~~~~c~u;~;~f~o sooclnQ s 1or.s ~I ons 01/lt,I'" wo .. n r "Q S rgns . x· cwio o n o c~11 Se,. 1 cs --···----EWZC_S_~:~~-~---·-------.--·--~--Fee , S~ordord 1.A l nlrn...,.,.• Stondc·rd t.A1n lm...rm' Stonoo..-d ADO "•· i 11"1c:r,es rncnes t "'e"'e&' lnct,e~ • 1ncnes • r 20 •s ' ,s J6 X !6 !O X JO 24 x 2 4 JO , JO l o, o• o, 36 -. 36 Jo :ic ~o )6 X 36 '---l __±__ U•e U~e l S-tc,.,Clord Stof'ldord SI zi, SI te •60 32:i 400 50~' j j >---- 46 )I' 118 ,s ' ,s l l -· -· --·----- ro• !yPlcel s lvi ~(11'\Ql OI' lfD"USWOU IT'( ff tUoYt, SK Porl VI JI lht 'loo, lila'ur l ~ l)'l:ftll"• 1,01t 1r. ton1rn ; Dfwlr.r.1,' r w:1Tc.n1 1~1r.n 1 mr,1 ·c111 1n., tt ll'lq'~I &r re, SIN7d Y>e ,1,, I.I 1,11-,1 111,.,. 0 '1,1c:,,c.11 lrOII 'l'O"'~ Ol'JO !fl llr~• •Ovonr.e frrnll'IQ SI O"' (J",(J/,y Glstor,cc /Jft!Vfttlfl tQtl'l(ddltlo·olslQ"'I, G.-.e,,;!1r10 li,5, I, ~c,tC.IO f (IO' !O,-QOI" t l t1 fllf'' "'Oy bf UH'J 01 f\tUUO'y. 1, Ol 1lc,,ee bO !weon ,:!tf'J J"N ldb~ ll"(fOO&ea 01 •,::QJlrtd t:r l'IOYO l!IO() •ae1 od¥0t'l',I l'Cf'l'I I~ J, i:.11 1orc1 ~·wceri Si(N •~Id bt l1'tl'1a.\ld 01 'tculr td ,, /'love 1/, 11111 O' ·'tO"t 00¥~• W)"n l"Q, 4, ror uuorrlyor M1eOl"ldor'yrood1 or cr•y 1trff'l"1rl fl)tedt or , lo,,i, tenr10IC1'!0"d1~,1Tn•rqs11/1•'t"1u1nc11,01.a. ,. S.1 1117' s i lt t'sllnq In 'IIAJ ICD', l DOlf'O lr I or ·~t 'SIO"«f"d Ml,-..oy S1Q'l O,.hl"' ~ll'll l0t«1110t1t11 1,1 ,10¥ol1ot1,1 rq-eo1l~111ol. '· ....... hlO SIUJ ort 11,,td, u, ,10, ,:u ,,,ono In 'IWJ TCD'. l ppa'ltl:h J or I .... '\1~CI Ml~ySl!11?9S :1>"''11WJU'T l lorP"'«*'li 11. Only P,-l •OUO l lf led Ol"OQ.1Ct1 lholl bt Ultd, A COPY Of tl'\41 'C(:lll)IIOl'l1 Work Zone Tr'Oi'flc Contro l 0.YICH LIit' IClllCOl dUUlbe1 l>'"t·QUO l l fl•d Ol"Oducla ond their IOU"OU ond IIIO'f bt obtained t,y tontoctlnq, s,~crdl Eno1ne« ,,.qft lc Oper ot.lon• Olwhlon . T( Tu o, 0t.wr1111nt of TrO'\lportotlon 12s Eo,t 11 1t, Str-e,t !uatln, Tt•OI 11701·l•IJ Phone IS121 ~16 ·Jl20 fo~ ( )Ill ~16 :]2" lnftruetlQl'lf to locott tht 'CIZTCO' on hOOT wto,it, O'"t• StOl""f 01 ....t>allt • WW, do t . ff01t, h. UI Cl IQ! on 'Aix:..,1 hDOr'. Cilek on 'Orp•zot1or,o1 Cl'lcrt ', Cl ICX on T,-otfle Ootro1 lon1 Bov, Clld,. on 'COffO•l ont 'IQrk ZOt't kottrc Cont ro l O,vlcu', c• tck on • Ylew Por·. ,,..,, ,a, 1, or-tntoblt. ..-t' STANOARO PLANS I TEXAS O(PIRTM(NT OF TRANSPORTATION Tr off le 0Dflrol I ons 0 111 IS ton BARRICADE AND CONSTRUCTION PROJECT LIMIT STANDARD 2 of 12 BC( 2) -03 .... ,5 •·Jl}lrl ... Cll -.. · , S1on 1no ahown for one OlrtCflOf'I M ty, s .. ec,1 , tor OOO l • lonol oova'let Sl ;t,11'19, $Pt-Ee': L 11.4 11 i 7 0 ' n, I TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS wor 1< zone speed l im i ts sna il De regulatory, estoollsneo i n occor oonce wl t n tne 'Pr oceour es for Es t oD ll shl no Speed Zo nes,· ono approved Dy tne Texas Transportation Comn l ss l on.· PR OJECT L "Ml IS in the vic i nity the ent i re project . Reduced speeds should onl y be posted of work activity and not throughout ----·, PRO JEC I Sl ""'no v •. i.n tor J L IV I TS on~olr'1C tl:>non 17 , ~ SHt!Ctt'1 !l)r OO~l t lonal O<h Cl'IC t CU I DANCE FOR USE, LO NC/INT ERMEOIATt TERM WORK ZONE SPEED L IMI TS This type of work zone ·speed _ I im l t shoul d De l nc1uoeo on tne des i gn of tne traffic control plons when restricted geometr i cs wiih o l ower des i gn speed ore present I n the work zone and modification of tne oeomet r ics to _ o nloher des !on speed Is not feosiDle. L1JNG/!NHRMEO !Atf f [R'-4 WORK ZONE SPE[O clMIT slgns -sMu 'd oe postec ono vis l D1e to tne mot orists at 0 11 t i mes.-work acti vi ty i n t he oreo cf reduced speed zone srio~,o De i;ir ·eoter t t ,011 12 -consecut i ve 11our~ µer duy . work act i vity moy also oe def i ned as a cnonoe In-the rooawoy tno, requ i res o rcouced speed 1o r mo1o r·ist s to sofety neQotlcit l! !ne work. Cr'eO, lnc1uo i nQ1 o l rough rood or d(JITl(JQed povement surfac e o, svbstont l ol 01tcr ot ion of r ocdwoy geo:nctrics ld :ve rslonsl c I cons t ruct ion aetour s di grade el w!dth . t i ·orner -cono l t i ons reool ly op,or en, ta tne or I ver· As 1on9 ·os ony of tnese condi t·Jo~s -exlst. the work zone spceo ,i mi l s i on s shou l d rema i n I n p i ece, · SHOR T TERM WORK ZONE SPEED LIMITS l n !s type of work zone speed 1J,n l t snou ·1c, be i ncludeo on tne deSi(,11 of tne tr affic control plans when wo rkers or equipmen t ore not Dehlnd concrete Dorr i er, work activity i s wi th i n :5 feet o f pavemen t edge or actually on the pavement. SHOR1 TERM WORK ZONE SPEED LIIAl f.sions should De posted and vislDle to the motorists only when work activity Is present, Work act i v i ty In the area of reduced speed shOuld be Jess than 12 consecutive hours. When work act i v i t y i s not present, signs shO~l d oe cove r ed wi th on· oppr'oveo s i on cover or removed from worl<. oreo. t l Qn ln~, CE NlHAL 1'tO l(S1 1. Re ;u1o~or, w,r11. ion. spHO , 11111 11 &nov ta e>e ... uo or,,7 tor uc ! ion, 01 cons1rvc tl on Pl'O i eCIS .,..,.. &pHO contro l II ot lrlO )or 111'1,)CrlO"ICI , MitQUlotor1 .0,11. zone speed 1191"11 t R1 ·•• 1no-..1a be rtt:io.oa 01.t"l nQ purlot1 1 .,,.., 1n11 or• not MtoeO f O tiln/MIU lnterr.,-,nc:, •l tn H OlflC, '/, neo,u 10 ,0l"7 •or• zone spHO l iftlll 1 1171, ,no,, :,1 p •oc,o on s-.()pOl'IS 01 o 1 toot r1101..t1 t 1no n•Jvnt, ,. Spo10 10t'II 1 l q,1 ort ltlut1r at~ tor one o lr oc1 lon o' 1,u ... u 1 cno or-1 nor1n011., posua l !,11" ti.Id, 1Hrtte1/011 of rro ... ,t, (, frt(luttlC )' Of tPIIO tl"'il I IQnl &nOU I ~ Ott 40 11~\ UKI i,,reoter I:. l 10 1 1111 I U )~moncno IIU O.? 10 I lfl llt t fltQIJ IOIO"'F Sl>ttd llffl i l S i 9'1l IM I I n(lvt 0 1,X)I l111 "'4tl'10 "'"' .>IH'':l lfr on o .n l h r,1 1,,·11 .... L:IJC)IV''o>l.lllO , " ;oor i co t lon. W'rectlon Ol'\CI ll'IOlfttfflOl"ICt of H[lJ'JClO Sf'l(O ,.ril'A;) &lql\, MJHI\ /CHE PICQl.lt U"-1 SPE[O lUUT S.lfllS IIW I I not Of c,·010 fur OlrtC 1,J, tlvl ,11:.11 1 "' CCI\S IOtr •O suos l CJ lo-7 10 111'11 SO?. 1. lu n h'Q 1 i \,Y11 frOIII vl ,w, IOp l nQ 11~, onr er oo..n .1,1 no 1 o, ct1 1owto, 1..t1lu1 OU'ltr• .,,,, not to. e. T•i:r11 ,1uu., trtdt m1 nf1p rec...c::• 1rc1 11i: 1puos. 11n or~r of •I feet l vtt'Wn,: A. r,OQQtf 1tot1on.<1 ne111 '"1 s to,. H. LO• 1ntorr....,...,. 1.:, 11v, I VOlh i;t1,,11 .... -:c;c1 -i .l~!>S.;IJn lli•\,1• ,,.,:\!',,, 0, lO•·PO•tr rooar ironst11 ltt6", •;. neter 10 ''llorll. lone SPt!~O ~111:lt 1run SnHI ~, tl')IJ ,. ·u ~11,rn:1~ ..,.,.i, o ~or1 1 !ru<:1 ,C11 SPHC Zont l l'IOu ll,1 DI rtQu l r 11 0 . ~ STANO ARO PLANS I TEXAS 0£PARMNT or TRANSPORlAI ION lrulf' ;,, Optjrr.Jt Jc,n 1,· D hds fun BARRICADE ANO CONSTRUCTION WORK ZONE SPEED LIMIT STAN DARD BC( 3) .:-03 TYP I CAL MIN I ... UM CL EARANC(S roR LON G' TERM AND I NTERMED I ATE T(R ... SI GNS II la ·"t: i-l l n,., of these .,10P\r. to :,,ov :oe po1,l 1 l\'C qul clO"'IGC •o .1'0ior l s 13 Ovou QhO'J ' +l'le rv"c jcct 11 ,.,1,, :,y !he u.;e of :i i Q"':,. :),;';Cff'(n • "'0-k lt'IQ.'1 , <k'J ll ri no•ln-nn<V nr r.r,()"'lne 1r 71r,e <1ev rce ,. 41 1 1rof t lc c,,,.,tro• dev l cet. &11011 COl"l f orr11 ... 11r, '"t 'l t'tOS uonuc i "" 11:ll f c ·"' lre~fir. r'.tl"l 'rn• roev lc,u f!)"' s, ..... , O"'d "';V"WO't•' • IWIC)l CJl"O •r.e 'CO"'O 'lo:,t "00""" Z,,no !r o f f !c (l'l"I H'OI Cev lc,, ~ :s,· ll s• l (lfll CD I . -. W"'lcn r.·ccl "O t li l d ~co,•, on '-"l t vc ! ;rou"O. •he lc9 D03 1 l e n9tn:1 ....,,1 be od ju:i t cd s o 'l\c s l 9" oopeers ,fro l Qh t orid l>'U't>, Ob lec•, S"IQl I NO: be p •ocKI V1d1r 6klels o, o 1Ncru1 oi •eve l lrc. A TT ACH .. EN T , OR WOODEN SIGN SUPPORTS u 10Cl"ne!'lt to wooden wow t a wi ll be Dy bo l t5 O'\d t'M,J 1S or scrc,..r.. Un hOO T', QI" lll(lnU ~O Cl lTCf°' S "OCOl'lfl'IClt'l(le(I or ot'"Uda 0M11e ;t;IO" ~l)V t)r , 3' / I', :i,11~00~ I •"'c:'' l"ltl l orot ruot n,'ll'IYt !-1 ""' We,-n '"9 1!<71 •, Sl ,o1 I bt n11ochld 41 r1et1y t o t.,O S l9'1 5UODQP't or by n 11111 101 bt"o~~•' COOr'JV od by ltlf [IIQ lneOI", W'}r,dcn Dl't'Cll't l s wl l l NOT 'JC O'lowC(I, ri~ou, E~C VAT 1Qli 0r,1y O"•·ouo ll fl 1d prOOUCh &ha l l~ uud, A cooy o f the 'COfflOll ()"II Worlt l one Tr-off le Contro l Onlcu Lia!' ICW1TCOI dHerlbts ore ·cuo l lfl td C)l"Od!JCIS O"ld the i r aoveu and moy bt obfCl ll'lfld by COt\lOC f 1110, Ston<So'"d1 ("'9 ll'lfltr frofll e Ol),ro t l Qll a Olv la lon • JC Tno, 01ocrtm,e11 t o t Tr ()"l•o,o,toll Ol'I 125 (051 111h Street ,u,t l n, r.,o, 1e,01•10l l't'ionl lSlll 4 16 ·]120 fo• 1 5 121 416 ·]299 1natruc1 Io ns to •ocoie ,..,, 'c•zrco· Ori 11100 1 w•b s t ,, cY t • s1,,..10•-,1 11s 1 1c --.cso•.1 •01,.,w .u.1 Cl lekon 'Al)ou l lw OOI', GIi Gk on 'O,,QOl"l ltot l onal Cl'l<Yt '' C t l ck on 1 ... off 1e Ootroll on1 5o._, c1 rc1t on 't0"'0 1 1o,,t Wo,k Zot"lo 1 ... 0,1 11, con1,.o • o ,vicu ', C)lcll, o,, 'Vlow POr ', Thlt 1 1ft l a c,r 1ntQble. Tht Tyoe , WO<",.·:.o I iCi""'' 11'1(.1 1 no l be uu d w1 u , i yoe t Sl"lftctl"Q 1 r 1uo""e ,'\Ca"' Pr l :rno t l t l '"11otln9 t P\c r ooul r o,,,er,13 o f llllS ·I .W'IO. or:ietdll'"H ,c,. onocMr; &IQl'I l'tuo s r~o !e,; 10 o t l'le,r •yoe, c f !.;or" M.!l'IPO'I S No I Is w I I I NOT be o I I owed. Ea ch sign sho l I be attached d irect ly t o the s i gn supp ort. Mult i p l e s i gns sho l I not be j oi ned or s pl Iced by an y means. Supports sho l I not be extended or repa ired by spl Icing or other means. CONTRACTOR REOU I REi.<ENTS FOR MA I NT A I N I NG PER .. ANENT SIGNS WITH I N THE PROJECT LI ... ITS Porll'O"le"t a 19ns O"'e u &ed 10 9 rvc r1otl eo 0 1 troft lG tow1 or r ,,;v t o t loroa . co l l ottent 'Ql'l to eonc::1t1on.s t/"IQ1 CTt ootentlo lly nozorOO•J , •o t r cff ic; oooro~1or1 a, shoW r ou1 1 dt1 !Q!"o0 l lont, du l1 1"1Qtlona. d l rtc:tlonl. d '''Ol"'IC U , ,.,.vices. r>0 l n t 1 of 1ro1erut, O"CI' o tl""r QeOQ"oO"'lco r, r ec "eo1 1o,101 , o~ cu11 ,.,0 1 lnforll'O t ·on. Dr iver, oroeoedl '1Q thrOUO"" o WOl'k ZO"'I l'lflod the SiJTIO , If not bettor ra-r, QUI O<J'lCo os rlQl""IIIO l l y i f'ISto11 ,c, on o r oQdwoy wl 1nou1 COl'l!li f rUGt IO"I. 1 . Wht" o•r ffiQ!",Or1t r19-1 lo t ery CY ..o,-r:1"'9 &IQ"~ CO<"f ll c t with wo,-k zo."'1.8 :.Of'dl t l ona, r tff'O VO O" cov,,. !ht l)f"mot'lt.,1 s l on1 ur,111 lht OVINJl"ltr':I Sl:,r'l l'IIS SO,e mo l ehc s •he r oG O'WOY (O"'d l llon. J, 'ln\er1 e•l st lno oerft'O'\e n t 5 ICJl"I& ore ""OVtO ond ro 1cc:o t od duo •o ec.n str vctfOri C>u"C:O)e:O, they !,l"IO II be v l .1,11)111 1(1 "O'Ot'l ,SI ... OI OIi t l"'l!s. 4, II e 1 ls.Hno ,1oi,1 er• 10 be ro lor.:,1,i:1 o., 11'1,t /r o,-1,1r,0 1 1 uooort 15, 'hey s"'::i11 be '"·''n l •r.d Cl" r.•n,V'W!Y •~v bo i;t~ o., ,v,:,.,.., r,n ""'l ',',I() !.•Gl"l(k'.,.1 .!'o'"·i:r.t ,\. l t-e i;f qr,,. s hn l ' ~c• u,n r noul •IJr "'(il,n' !-,J .,.,1{11,1.,, ,-,v:i.,r O" ,,..-: r.r. \hn,•:; ')r 11-n s 1,11 St0f'l<1v ds, Th i s work , .. ou l d be :,o l tl f o"" \lf'ldCI,. lhf: cco ... onr l o1e ~oy !t !')r"l 10,. ~, !oeo • 1:-,q er 1,: '"'" ,i cna, ). r f oorll\O."ll'll"lt r;lcn, ore 10 be "Ol'ftOv cd O":;: re ioc.o t cd ,nl l"IQ lonooor o•) suooor-11. i t'll, (M l r nr.tor .,"IO I I 1JAI': r:r n,1,wc,rtt1y r.1..r,NY *"' n.r, i;hn"'" nn t l'l"!I er. sl'IC l'ltJ or the CWlTCi'.I. l l'ltl 1 10"6 ~ho''.,.,,-l t-e ~10.,l,.td ·"'DV'''"9 ht 1Qhla ltit'O'WI ' e,,r. ll'f RC ~••• or 11'11 SI,() S1 o"'1(1r tf& dl,Jl'lf"l9 r,,l)r1 S tr'1 11'.'lnn, 11\11, Wfll"k ~1t r,I be ti?ld fo~ l,l"ICSol"" ,,,. o;,c.-ol)r"!oto PoY I tom f or "Otocol ing ow l •t !na •'ona. ,. Any 1lon or troHlc control clt:v lct thOt l s 1 1r oek or ~ b y the COfltroctor or h l Yhlr' :~tru,:t lo,., •<Nlomtnt tt'IO •I t>t r •u 1oc11tl 01 ,oon o , ooutblt Oy ttl1 Con t r e<tor t o ,n.su-11 O"OO•,.. o;;u 'COl'lct lo, t l'le 't'(l l C'fls•s . Thi s w11 1 b• s ubi 1dlor y to 11o,,i S01. C[NERAL lfCIHS rOR IMl l«:Wt $1~5 . t, .:o.-.tro:.tor •:-01 1 1rs 1a r l'°oi-ld ~l "lct t .. -,11,111) 1.-. o .,t,o•q,,t or,o b,\iro Co'\dlflon oi\lYor cs d l r oc•eo by 'he [/"\Ql"tor. >. Won<1 ,n •l<J"' DnAII ~11 t,,i r,ol n,•d wt-11,. J, LJor , 1c oou S"o 11 NQ ? bf 1.1ud 0 1 slQ"I 1 ut:oor 11, '· Mo l t s $/'IO I• NO i IS"e UH d tn Offach AIQ"I 1(11)1'\) K·aoor•. S. Al t s ion1 ~11 b• 1"'6 t a ll •d In oc;cordo,,cs wi t h 111, 0 1on5 or 01 d irected Cy trie t no :r.e u , $1Q"11 V,01 1 be u u d to ,..,~101 e, wor n, one, outt11 rn, ,,...,...,1 lno oul>fl t. safe ly t1You?1 '"' ..-c,r-k lOl"t, f.. lt':c Goi,t,.-oe t :,r ll'IOY 1i,rnla,h o l •he,. thO 1 l on Qe,1171 5hOWn In'"' 01c,,11 or 1,-. t he 'St O"'«Jt'C, HIQhwoy s 1i;,n Oc 1·1i;ns for t o1toA ' I SHSOI , IM {nQ l "C erl!na l>ftct(ll'".ITC)' r'tc»ul r1 thn Gc,,,tr(lc tC1, l(I 'v n l t '"' o •l'IOr' •O"'k zorw J IQl'""-5 thol ore sl'low" !n 'he TUU TCO bc.,t r.'IOY t\Qv o been O"ll ltt d rr ""' t ho ~ 'C"IA, iny 'IQf" 10 11 0,-, II'" 1he OIO"I) #!'IU I I be uocvn,r-,t oO tl y wr-I •ton <iQl"Oomont bth"oen t"' lMQ l l'lflt' oriel t he Cot\tn;etor ' 1 A:n 1p::n1 lb 10 Por"on. ,11 cl'IO"IQH "'-'•', be ooe~too 1,, ..,.1, 1"'9 ~t1ort b,i nt;i lfl'P !t"'8M t d, Th is CO" l"'(lvdo dOC\ll'Ot"l!lr1Q •he Cl'lor'!9f& In 11,. 1n1oec t0f''s h il OT dlOl"y oncl t,ov lr,q t>O'h Int lnti.lfc to,-Ol'ld Can froctor tn1 11o t or10 0011 t/'lt OO"ttd UOO" C!iO"IQ!I I . :ne OdQ it.lOl"'Q I sl ons r P.CIIIII All!d t,y tr,, [n9 l1"1ttr/ '"•tt~iQI" 1'101 I "'°' Ot tubs ldlor y. . ,, The Coritroc l :;ir "'°1.1 .ti..,...n 11h si on auooo ns ,1 .,,CK1 1,, t he 'CO'l'OII Ql't .-o,.k lo"C Troff i c. Con t rol Oovlce List ' icwz 1cn1. Tr,$ con1roc,or 1ol'lcll lr.,-t a 11 1h11 1 1on loU?N>ri In oc:c orOCl "<f wi th thf ~1oe t ur er'1 r,coi,nenoot l o,.,$, I f t 1"11rt 11 c, ouea•l ori r e,;;c:rdl"O ,,,1 101 1of l :,!'I o,.ccadur o.1,, '"" tont roe t t,, 11ic 1 1 furrilsh 1rie ·Eno1 r1,e, o cooy ·of t nt ll'Ol'\,l f OC t l.Yff"'s 1,,1to 11 011 on rec°"'"'1\QOt lo,1110··1h(l1 t r.a t no ir,eer c:o,, ve r ity •h« corr•e:t c,,-o c 1 dv'"t1 or, b•'"9 fol lowtd, 8. '"" eo11troc10f'" 11 ru~:'\ll b l t f or sio, 1n a t o :10?1o,11 and ,..eo 10,;:1~ l l q"I wl rr, d<J!loQe d or erock•d au;>srro tu c:notor COIIIOOOd O" mor-r,o ,.,11,et lvt 1h01tll'\Q 01 c,1reet 1d b y t*'lf Cno 1"8.,./l.,,01etor, · !I , fden •ff lco•lon ll'O"k lno1 ""'Y t>e a"'Own :,nr-, or, •tlo boc\ of the 11,;;n 1~1tr a•o. Tr.e r'Wl1l 'IIVl'I /'lf::Cjl'lt n f 11 tter1 d"'d/Gr el)l"'O()ny I OQ(II UH<I t or 1<1,n t t 'ieotlon 1iw11 bl I'. •o, tr-e Co·w·<>etor sha ll r,ploc e dorc;qod wooj r,o 1 11 . New or ~O •ood 1 l g,, ;,0511 $1\a l l not oe 1G-r 1e•d. O\Tot lon o' Work 101 Otflried by the 'h1101 lobluol on lhlform Traffic Control Oevlcu• Port ¥11 i , lhO •yoes 01 i.•on alil0Cr'1 s, t he 1 1ze of ,1q,1, G"ICI 1ria t ype o f 119"" ,uo,.1,.-01.n eor: vory C>o1ed en tilt 1yo1 of wor-k !>e 'no oerfo"ff"l!lo. The Cno 1rit1r I i r.soor,1 l bl1 for H l tct l r,o tr,o Ol)Ol"OOl'l cte t /1'1 s l qn for H\t tyo i of w:ork t>t l no c,trfor"'II O. l/'141 GnntrOGt~ It, re60(lnll b l o hr. tll"MI i l"Q Iha! tre 1 l or. &uopor'I enc, 111,oa 1rn10 ll'COIA cro&nworthl r,.eu Cl"O ICf\911'1 of wo,-k rcou l r i,l"Ori1,, o, LO<'I ~· ,,,.,, atot l Q!"O"y • work tl'lo t OC·CVP 1H o ioc:o t Ion ""Ore thon ] doyt ; b, rr11 rr.'Cl()Jo11•te r m ttOtl Ol'l(ll'y • wor k ttlo t occuo •e1 o 1oeo1 1on f,-OII O'lerio.lQh t t o] ooy" c. 9'Qr t ,t 1r111 s t o t lonory • day t ime work t hOt occvol ea o l ocot lQl'l fro,,i t t o 12 toiot,1, o •. Short , ou-otlori • IIOf"k triot occi.or 11 o 1oco 1 1or1 vo t o I "'OU', . o. l,lob l l t · work tiiot l!'C V81 lnt.,.inlt t c"l l y o,.. coMl"IIJOUlly, Dou no t ,too 1or :l'()'"t t !'lon IS '-!lnutt1 ·ot o tlll'IO, Sleli MQUJ,IJIHG H(tCHT 1, lhe b(l ttCW11 cif Lt'lt'IO · trr/ l nten nedlote: 1er111 a Ion• Jho r t l>t ot 1,011 7 fttt, ~t not mort 1toi 9 fttt, cbov, tnt ti ov•d st.rfou , l, Tho bottOflt of Shor~•te,llV'ShOrt Oi.rorlon ,10"1 sho'I bt o ml n lll'Vll of • 1oot ~o,.., ,n, D0V"'9nt aorfoct ou1 rio ll"Ol't •r'IQn l '"' ot>ovt !ht !TOt fld. . . l. l ono·tsr 11V 1ntrffledloto•t1r:m s ron, may bo.usec In 1 11\J o t Short·torl!V'Srio,·t Otrollo" s lQl"ll"O , •. ~l'lor •d•r ffV~rl Ouro t lon AIQl"ll'o V,i,11 bt UH (. a rtly dl.Jt'l r,9 doyl l(tlt onQ shel :I bt r,mo,..od a t'"• t "<I o f t he ~r'kdoy, !a, Aeq..i1 01 nr y 11 t O"S Vol ' b11 'T'Oen ted 0 1 !eo,.1 ' t111 11 1, l>l.11 net 111c;n1 t ho·, 9, O fut, o bevt th11 oovtd s urloce r 1Q<T d l u11 ()f wr>r k ouro rton, Sil[ or SIGHS , . 1, l h1 [I\Qll'IIOI' il\l y a ll ow the use o f ~1 111r si,e con,ir~I IOl'I w::ir ro l"Q 1 IQ"111 o., secor<1ory ,ooc1 1 or c1 1 y ttrtau """re sooec:11 ore tow If t he ~,on "'~" l a 11 ~1e,; o, on 001 1on on Ir.ti 'lyolc(II Const r ue +lm Wrrnlr10 SI Ql'I !",t u, ,,,.,c, Soocl 119' ehcr t l "IC ..,, O" oc ,,1, :. Tri e Coi,1 ... ·oc10f' 31>:31 1 li.rr1 l s h t h1 s l 171 11,u v,ow,, 1,. 01 011a, 11,• SC Sho11 1,, .,... iCP Votla O" o& d l:flc •td by •ho C•w;;r•'tl er, S IG N SIJBSHIAT(S Tl'lc Con l rc;c t~ ~II t"4U"'t tt-o t lhe SIO'l &uba •r o t o :1 o H o .. 110 f a r ihe t yo1 o ! slqr, sUOoO"'t 1r,o t r, 0,1n; IJHO. 1,,, t•llC.0 · Is i s •<JC" M t l r c t o 1r.0 1 t or, be uaed on lht d iffer,,., •yoos (II() ll'Clde ls or &Ion SLC>oor t s. l , ·i.ac ,,. .. •vi::n "'<'1 tor/o :o C'!'"C NOT 0 " OCIO"OYCd )I Q", ,uhs•rctc, J, ·All woo.c;1 or l rdlv ldOOI a Ion oor-ela fo!,1-l eol ctJ 'r am 2 or l"()l'O o l ec u $1'1G II hove ono or ll'Of"O t l)"lllnod c1 on 1, II?' u,1ei.. /'l y Ii' wide, fo,,e ned t o fl'lt boek or 1F"4 .s t qr, OM e•tend lr19 ru 1 ly ocroH t l'lt slQ'\ The e l oot V.0 1 1 be o ttOGhtd to the boc.k 0 1 t he s l !TI U$1no wo od acrcws tt•Gt oo l'IO ' o,netro to tl'te foco o t t he a lO"I OO"e l, l l'le s ere,,,"'°'' bo p roceo on t,ot r. ,1001 of'"" t.o•l'ce nr't1 lflCCo t1 ot ,. CIW'l 1trs, '"' Cfl\1 \"4!•r moy ooorov, othe,. 1110thod1 o ~ :1c,11 c 1r19 thl s lQ" faces. R(Fl[Cf IV[ SH((T IN(i 1, Ao'•octor l zad s 1on1 aho 1t bo co.,atroc!t d of &hco1 l"O ,raot l no the co l or-Of\d retro •r c '1oct 1 ... 1•y r ocul"eirron •a of DtJS •U OO CY ~-eJ ;o. Tl\t O\IS 1oec 1f t corlON eon tie O(.(;Ulld frC111 t nt ,f oH o•l nQ •eb odOrtn • Mto, ll'tlON.IQla , dot , sto, .. h ,u,, SOl d yt'!OWtt>ICOlll'ICl t H l e G,ner 1c _co1 t eet 10,,Ylcw, c1 •dofo..i l t 1 t,•ooto..l • 2, Wh i tt srottl l "O, 111Nt lnQ ,,,, reoulrtrfltntl ot Oi,1S·8JOO type C fMI C,, Sr,eclf le 1nt1n,11y1, ~11 bt uuo tn, s l9"'1 wlt/'l lo'hllf ooci.:Ql'OIJ"ld O"ld eh<:JNi•I 'ZII\Q dtl vl cu. . ], Or onQt vo.111 1.,0, ..... ,,1r,g tr'lf r"fQU l1'tfrltt\f S ot OWS •&]OO"Tyoe ( I FIUCYt&G,nt ?rllffl01 IGI , &hQ l 1 b, UHd for •'ons wi t /': O""O"IQC bOCkQl'ound,. SIGN LCTT[ltS 1, •• t ,1111 ·1t1 (1e,s dna f'V"Oer l shot I bt cltO". ond ooen r ovnd&O" f ype uooercau ctph0b1t 1,11.,., 01 000,-oved b y lhft reovo t Hl tflvoy 4Cffln l strot ton 1rMw•1 Of'ld 01 puoi!shtd In t he 'Storldord w19hwo y Sign Ou l oi-, tor Ttico1' f!'IOl'IUCI I, s 1on,, 1,•to,s and rol'O()r:i ,1tio 1 1 be o f flrr,I C10$S workn1Qm'11o ,., OCCOr"CIOflet Wl ,th Otl>Ol""lllltnt StondO'"dt on(I SotClflC01IOCII', R(MOV /_HG 011 COV(A I NG 1, Wntn 1 lon "'llstuoos·moy ~-con f u sino or do no t c pp 1y, '"' a tg,.s 1no 11 bt rtm0veo o,.. COl'"Ofe1t1 y c ovoroo. >. 1.CIN)•ter-111 Al tJ t lonnry cr l riterlflldl ote ttotl Or.cYy slg,, fr11to l l 11d or, tQ.IC'lr"O mo t el t l..Ol no moy "b• llrt\80 owoy fr O'fl traH :c 90 oeor oo11 Wl'IC., tl'lfl 11171 mauoq, :, not ooot l c®lt, Th l .s 'Yo• or ••on 1uooQ!'"t ""'11 the croV"wortn tneu 1tondo"<1s r100-c •ou 0 , ,r,e 01 r .ec1 1on or lll'(l()Ct . 11'1 11 ttd'lnl out ll'IOY not bti UI Od to,-1 lon1 1,..,,o l lfd In 1h11 ""(l'IQl'l of (l'IVIO•O h t gr,w,o y, er rotor Ol"ly ll"l t tr'HC!IOl'l6 -.her"• t/'141 1 1171 "'l:lY :>e :icen from ooorooc;t,ln9 trofile, l. S l ;ns hAta11 ,c nn s•d ds ll'IOII ~t b• f url"IOd a l 90 d•O"H ong l u t o fht roodwo y. ThtH 1 11711 s !'IOU lcl ::i t "IIMv•d o, eOl"Olt t t t y c ov.,.,d Wherl flQI ,..,o,,,tr o(I, ~. When ~l oni ere covered, t he 1N:1terlol u socs 1hQ I I b• o:xu,ue, wen OI heavy .,11 b l ock p 101 flt, s. eur ico shel l I NO T bl UH:d lo CO Vlr' 6 1Q"S, r., Ouc t t oi,1 or o tntr' ~1lv t ff'IOftrlot lhO I I HOT t>, o!fl rt<I too &I Ql"I f oc:t, Then ff\Jttr ;o ls e on 6ot1oQ1 11,, ,..,,r ore f l 8't l v lty of &IQfl &1:tetlt19. 1, SI~ 61\l'!l' be "IJl'IOVl'ld 1.e>on COIIIPl•t lo"' o f •I'll work, SI GN SLPl"OA T W(IGMTS . 1, Wl'ler'• 1 1171 1ouopor i1 ,.,ou 1.-, •t'le UH o f w•I Ql'lts to kH p f.-Offl t 1;,-n 1no ovv, the UH c f 1on<lboo• •l t tl r:Jr y, cohulon i ou W'ld •, r .comnar.cseq. 4'. The 1C/'IOl'JoQ1 wll l be t l lld 1hvt to 11:ttet t t,, .IOl"d fr0"11 "s o1(11n9 O'IQ t o 11\0 lnl~I " o t M ,.l gr.l wcl (7\t , · · :,, AtH".k, c.nrv;,.111,, Iron, ''"' or 01n.,. so li d nt>jeci, wl l t r,ot be PV'll l tltd fr,,· u1oe CA ,,,,., Juopo, t w11 lq11s. C.tY't'll:11)().\ 11hrll J1n w,:!Q" n ,r,lr,l ."V'!I o r J~ 1t,1, r.f'Cf ., f!IC'IY ;'t\.n o ! 50 rh,;, 5, SOl"d ;:i,ooa ,,..c.1 1 Vo '"Oat or o e..,ou 10 "'<l •o,10 ; t h ,,1 i teo·J UPon v•l'l lcu lor l !fll"«I , ,. Aut)bo," f NJC h u:. I lro t rnc,, tubo s l VIC I I N()l DC U&OO f or Son:lbo91. '· AIJbbor bol l r,i at, l &uc:1', o, thoH UHIJ wl t t> COl"IBI QI' tdQ,llr,1 ehomt l lztr;I 1-hO I I NOr be VIC4 QS 11,n l(,(>pOr't w,1~11 . fl , Sor'ld bOQs ll'\01 1 on•y bl e,loc.,d olonQ Or" to ld over the boso suooor't1 of fht traf fic control dtvl e, o"ld &"\OIi not t>t 1u101/'ldeo ooov, r:,cund 1,..,,1 or ~ wl •r, rooe, wlr,, chol r1a or othtr fcttanvs. SondtlOQI lhO I I bt o loced o lQl"lq ttie 1.-,;th 01 the skldl to "''cfl <IOwr. the ,ion IIJl)OOrt , ,. S01"daOQ$ .hOI ' HOT bo oloe,d undtr '""' sk i~ or o t"<I J I rio t bt U6td to l ev•I 1 10" SU()CJ()f"ts o i oc,o Ol"I 5 IOOH, ..t' STINOAR O PLANS ., TEXAS O(PART~(NT or TRANSPORlAT I ON T,offlc Ot»rof I ons O l ;,,l,$10n BARRICADE ANO CONSTRUCTION TEMPORAR Y SIGN NOTES STANDARD 4 of 12 BC( 4 l -03 •. ,ow ----, i I i I EXAMPLES OF SK ID MOUNTED SIGN SUPPORTS LONC/INTERMEOIATE TEAM STATIONARY PORTABLE SKID MOUNTED SICN SUPPORTS 0 ,,. SHORT TERM STATIONARY/SHORT DURATION • PORTABLE S IC N SUPPORTS 0 loo ... oto,:11 ,,.ont I .:-:.1· .... * I SH 8C!4 1 ~Of' ~IQfl rw :Qr'lt rtq,..1 ir~n1 SICI• h:4 o,oc" 11no1 n of sk l os me 1 !>II IIICf l/USl!C f C.'f OOO i Ti ono• :STOC i l !ly, l/11' OOl 1f •l l'luU 0, l:!' ~ J ii '/' llfl ln, I IOQ ( 10~1 OS r10..,1r110 OJ (11Q ifleP( or os ,n.c.n on o •ons ~or Duy t I~• vu on ,y. • root wo...,n1 ioq -11 :Qtu EXAMPLES OF GROUND MOUNTED SIGN SUPPORTS ?.lH' i>uUhJII CI I O'l'llltr 1) ere ·-..u1ni;i ]' 1 .t,ppro •. , WEOCE ANCHOR '3YSTEM WI TH TH I N·WALL TUBE II' lO' -~··---·-JJ-L___ he ••coo onct'Or &7111,~ wit'\ tn in we.I I T.iOinQ rnoy o, uHO to wppon \.(I' 10 10 1q, 1,. of &10, crec. ....,.. lOIICI roell I I onc:o..i,t«-ttl Ot Q"ouncl 1,.,,1 , t"lt fOl..t'IO(lt l on 1!'1011 ot o 11lnll'IU!l oeptn Of 18 ln::nos. When 10110 roe!\ Is enc:ounttroo oetow Qr"OU"'ICI 1ever, tne founCIC'flo~ snur r ex t el'ICI rn 1ne ao 11e1 roc:t\ o mlnlrun oep1n of t8 ln:nu or pro ... 10, o !Tlif\ill'UII fouiClot Jen o~,n of 30 ln,;nu. 1f so1 10 r oe!\ 11 encoun1er,o, t n, 1oc11.et/stu0 ,rioy 1>1 rtQJCeo In 1,n¢1·1 os re~lreo too min. 1t"91n ot 11 lncnts. Ml:, tMttr lo l rfffiOv*o fr'OIII the aocl\tt/s11.1:1 1no 11 1>• f rom tu• 0011or.: ono ~,hl c 1tQt"onc1 re~irerr.nu s"IO..,-, ooove ""''' ,1 ;1 1 o, Odf'l•r •g 10, lht lnr,,r surfocu of tne 1oc;t..1tl f stl.b l!\JII rtfflOln lrtt Of C•br t~. 1n 110 11 1toooe At'lct'Or Sysretn P•'" rrom.foe1.,,.,r ree0tt1enootlons. Al lOCfl Int 1 10'1 10 lilt 119"1 oust. 1:istl"t m, s iQ!'l "°" 1r,:o tri. soc-.,, Of'CI ollQn .,,. i lQn face wi ir, tne rooowoy. 0,,1 "• tne we(l1,te intu •II&' :i.uct.•I l•J •1:c ... -r• pu:111. 111 1, wl ll 1<1tO w1: uPPtCu.· l inote !y J !nct"IH el 1ne .-t~Q<! ttl!~!lt'C. Svsiporu Sl'IO • 1 D• ,,ro lon1 wl lnii: 11 ~ lnen por '.i ·tot1 ·of tettQ ,n 0110 ~'I011 hOYII u iJl10Qt t:, unifor111 !Ir.lion free rrc.ni oeltCII off t etln; strenQlh or oopeorcoc,. "'1 1 tio11 rit11u, (Jf'l<J &t11tor110 encis sno11 Dt lrett f"Ol'h t>1,r,, WI NC CHANNEL See l ne t:11'/I _CD . f.,,.-Oftlbtatanl, > PEAFORA TEO SQUARE MET AL TUB I NC lll'ltn At'ICf'IOr Sltt'l'I 111:>· torqer mon iion ~,11 Bou PO!o l I 1,•· 1on;er ll'Kk\G;'Tt L>O•T I )te 1ne cwzrtu fore'l'Oo~n,, A.11ftr 10 "'' cwzrco ond trit rnonu tcr.11..1nr· 1 1ns101 1011on pr~,cU"e for eccn 17pe 1 19" I.JPP«t , i tw n1C1•l11V11 »:c.n i~,..ur• fouto(JII ~11011 tKl'wre 10 tfle t:ior11,1!0C:11.T"tr 's recormwnoo11on. f •o 1>01t 1nstc11otron1 con oe uHO tor 1aroer 5 1(,ns, m oi' • .'(:;., •! . I * 1 8' EJ Olre,;1 l c11 of lrottlc WOOD POST SYSTEM FOR CAOUNO f.40UNTEO S I CN SUPPORTS No iro re ,non l sl on oosts U\011 01 /TIO!.l'llto .-1 tnl n o r ft , c l re 11. 1'nl:n pro j ec, 1, COll'O IIIIO, ol I I IQl'I S..OW"U ono ta..rioat ions sno• 1 De rM10v1C1 from '"' prc.;ec1 site. ln l s .:1 1 t,e eons loer ,o 1v0s tc:<or, 10 l lfllll '.102, n Ser. 8C:1 4 t 1or oef l n ltioii of '"on, 0..,011on.' it ',iy1 oc111, I.IJ'.il bl~ pi 1e ,.· Sp1 :e i n<; wi1 1 Ni)I \J,:-1/1,u •~U . Po,•, 1,rou l l :,w VJ l r,hU •lli 'u . 6 !!• .. Hit Cr llCO 'tit the, 17pt uf !.IQn )\/.)S1 'U1e IIICI em be uHO tor eocn c.poroveCI 1 l Q"o 11..,g por t. l ne..c>f'IQ111 \!IA.I L tlUmc<lt QI ll()I ru .. -~,.;,: t l,IIOH ;, l \JtUor :11~.-1 :, 11'004 Dr ,..,.,o , Sf\C!l l NU' 1)1.' uS11c. Only pre •Qi.,clllflld P,OMU IMII M uM<l. "coi,:, Of ''" 'COl'J'O II O,t lork Zant trolt lc Control 0t'I ICU list' IC'IJ llCO) o.,crlbH pr 1 ·~1lt l 10 prooucta ond tntlr 101.rcu onci 1nC1:, De oo tolneo 1>1 contoct lno, Stcnooros (fl91nter koftlc (%1erotlOM Oll'l1lon • IE l Ho, ~tNnt ot tronaw 1011on 115 [011 11tr1 Stre11 Mtln. !nos 1IJ01 ·14Sl Pnont 1,;,121 ~1,·ltlO ro11 15 121 .,,.u,, 1n1tn..ction1 10 roco,, tn. 'CtllCU' on 1 ... 001 ••01 11, 0"11 Stort 0 1 •toSIII • •'",!JUI , ~1u 1•. r a,wi CII CI\ on 'ADOut hDOI ', Cil ek on ·a-~l to1 torio 1 Chart', CIiek on Traffic (%1.-otlons 8o1, CIICII. on ·C~IIO"lt l orl\ lon1 Traff ic Control Oh ICU', CIICII. on 'VI I• ffif', tnt1 al,e II Pf"ll'ltOOlt. _.-. STANDARD PLANS I TEXAS DEPARTMEN T Of TRANSPORT AT ION l rof"I /c OpgrQt ions D i v i .$ /c,n BARR ICA DE AND CONSTR UCTION TYPICA L SIGN SUPP ORT STANDAR D 5 of I? ll"'l"I ""·~ -JO f o C ' ·~ ... ..... '( n ·----1 I I ' PORT ABLE CHANGEABLE MESSAGE SIGNS 1, l l'le ·[no Jr.eer1 1r~e>1c.,or s'\:,11 QOO"Ov 1 0 1 1 l"'oflUo~e$ usec 01' on<tCD ·C C."'O"'tQt ob l r ..... ,.,.:-.:, !'("! 1rr.vs :. z. l'C.I.IS ·010<:e :: on r ,e $1\0ulCtr or wltf'I II'\ tr-e li ·O·W, 0ti1 or o !'IO • W.ll'ld o C-O"'lc ""'*'" 1.-~1 •1, hc-'r !r ~ .. ,._, havo n ..,,,..,..,,.. r,f l e,, .... r,!(l.~'l r. l.,..,~ i,1oc,e11 :""' ,.., ... ., :,,.,.. ··: ··r.1t ·-r ... Ol'I ' 1•,: uo.t.'·t"c · .\•<'.fl :i' ·tor ;·cv~. l , 1HJ1,o;u, c" n,:v.s ~"'C'-IQ co•'-'O.I" ~ fflCYC , .. c,., I •·r,•c:1 1 fo.,"' •o ,i c,,,1 r.•n•('t.•,:-·~ r'!'·· .. .,-r11, n1;1 • lrv;:uc:'"O ~\'flf'I!'! ...-:,r(l,\ ~~"" n~ 'TO,' • ro11, • • 41, · ~ •r.. ,. l,lft~~nor..,, 1,."lr,.1ld u:•'1,lst cf o 1ln(llt11 ohn1,11, l)r t · .. c Qi'\Q~!!~ •I-Int l'J I tr.r""l·t, :·r ,:r. ·r,t-,o.~t IT'e ,,.,o,;ie ., CY<!I "O' or ro ·•"-<l s. {oe~ DhC$C of tt-t "'flUO(ll ,nou *d C:,r'IV•Y O s l nQl!'I •h(i,JQl'I ·. 6. Us • tl'le .... o-o ·rr,·• t.o ,.,,, .. to C"' 1w1• "Cf"'P C"' o f•nwoy1 I.e .. '(YI I Cl OSI ).' Oo l'lt)1 U!e 1h11 1111'111 'q4UP.' 7, ,1wo y1 via rhe rout• or 1"1.,.,101• du 'gr,o tror, I IH. US. SH, 11,11 olO"O _.,,., t~ .... ,,,tw· wr,.n r111f11rrll'l(I ton r'OOC'WO)'• a. Soe elfy • ..,. oei uo : ooy, or th, wuli.,· ,.o.. TUE!i TttRou-;11 rAt or lllB·PH 11'1 H1~ t r,t,lnt; ... eek •~ot w,yk ocf i v'f) wll! otcu~. ,. Tt,e 11:euGQ11 ''""' 'W(l l((JrtD' ,i,ouio Oe usea only If ,,.,e wor11 1, to snrt or. !,o llY C::oy "'O'"'"'CI and enc: by Sundoy 1ven ln9 01 '"'dn fQ"t. ,cliJOI Otl yS O"Ci h OlJP'r, o f WOl'"li. sl'\cvld t?• d l501cy10 0"' ,~ .. POIS I f *'Or~ I~ tn h,:91" r.i,. lrldoy 1ven1no 00<./or car,t l""Je Into uo~C:oy ll'I0,,.,1no, 10. l hn [09 i..,e11l'/l 11:loeetor ,nc;y 1,11ee1 one of ,.,,o op•lons ..,r1cr-ore ovoll· otl l t fer :1 1:m oy :"Q o t wo ·DhCH 111uso,, on o ncus, (oc/'I Q/'IOU INiy b• c:1so•uy11<1 fO"" e :"~r rour HGono , eoe" Ol" f!Y 've ,eco.-i,, ei,c."'. 11, Dn roe• '• ·.,,.,.,. ,..,.,.,,oooi or wn,"(I,. lroclud•:1 in o ""'Js~cQfl. r~., "'9Al<104l J."'fNld t1e !-IP:ue.v bl.IP'" o· eMt lrw.,ou.r; W"\119 C,I S()IO}~CI. 11. Oo l'IOI cirtt,l'"'' •ed..J'"IOO'\' 'riforffllQ1 IOI" on:, two -P,,oH INll.!10~19, 1. f •• ~eeol r'9 tyt, , ·ne, of •he 111euoc;ie t h(' IO"'I Ot'd ct\o""IQlriQ 1!\t! tl'llr( I Irie, 1 ). Dn Mt \,Iii tl\f wor ~A • nonoer' o, • Cout 1or,• 1n """HOQf!, on not c1sri1oy tr,c """nooe ·t.&MU !,H1 r1 l(F1· or ·t awrs s ,011 R !r,"'' 0"1 O PCIJ5 . :,,1v,,, Clo not \Tldtrator-<t tt-ie l!lfUOQI, 1~. Oo !'Q I c:iscto~· INIUOQftl 1h01 scro ll hnrl ror,+011 y er wir•:r.0 11 y CC'CU the foee oi the sl Q"I, 16, "/"\e fo trowrno 1cb 1e 11sts ~evl oted •CYO I Ol"lCI 1wo ·wnrd otv"oua tr-ot O'"e cceer,1~11 'O" uu 0" o C1 t "4S, Sotl'I wo,<1, 1., o r.rvnse "'11 • be 01,01oye<1 10111..,er. w.,.-cs. O'" otvoau "°' on tl'II S 11 ,1 sl'\OIJld "ICI be nbbrevl el,t'. ---... -........ ··-·· --···-··-· ·-, Wore Of 11,-.,.C'\,\'!. !,.,b.-i,1/lc •ln., W()l"d ()I" PIVCft. '. LO:i'f'IYi ot lon ...... -.. ~. v\·•,roc,, \"·-,rot·, .I WU(N HCP 0/ UH. O~IJOV( I W( PC~ tA(')U !Hf AI G°MT ,0( ·WU Oil Pl.AC( IMl :1c.vs BEIIINI) CO"'C 'iET ! u ,r ric 8ARAl(A, TYPICAL FLASHING ARROW PANEL IN ~ 10,t-t l ,.,0 ... ,ow Pc~l Sl",Ol.;l(f e• ~•Hd 10~ 011 IC)'\11 c10,ur 11 Ofl l"IJII I· tor,e •CMXIWOyl'., or ta •ow "'OYI "0 1"Ql-1e"O"'c.e er c.or-s ~, ..:c.t 10,, (",(0 '1 .. it I ti 0"' t"'t '"OVt ' lf,1 '\e,, 1. '•os111 ... 9 ar·r('lw Pun11 •s 1hnl.:•C: ,•,r.1 t-,: ..i uo 0" •w-o -1c:""«!, t W<1·wc:y roaowoys, coto\TJ., dlvera,i o"s r,r 1.-0 ·~. c·. shclJ ;oeq un ·,u 11'ie ·uur •o~· 011e>•oy 'Ste Of!•c,11 r.~1ow' i s u!fln. '"• f ,';11..,,.~r''"'"'i·•o• !."':I i: .. l!IC1'f ,.1, .,..., ... ~r· 'C'!"' !1 0",\. ~-rlc.OGu on<Vor e •rier iroH•c on1ro• ce~l('.U 1.-~, ,,..t'Vrc1 ;,e ,.,eo ·,, r.er,Ju•et tn:-, w"·"' •"ft f lc,~hJ ,i; ~ .. ·e.-ll,r111. ,,..,. , 'C11J"'·o A~ .. ,, .. !"'~· ~~.,,.•er u on1 ,:-•,'> 1113,r,1 r.•, ,.,!'! to -'ti"';"~ s)""Oo !s , r1o&J".ll'Q OOUBl C AAA CW r •osnil'Q OUI I QN (") 0 . . . 0 0 • • • • C • . • 5. The ·c~uT•ON' dl10 1oy eOl"l :s ls ts o f tc w r.o,,.nr 1~, ncsl\1,,,;i 1 IIT\J rtoreou1 1y. 6, lhe 1trolQfl1 i1n, eou11on disoioy 1, NOT tl ~CIW((l, l, <he F loVl l "Q lrrow PO'"'le l V,O ' 1 be GC.OoOle 01 ll'i n l"V" SO ooreerit Cll rnnlno frO"" rotto 1aro .vol t oo,, Tr.e flos.l\F"'Q r o1 e of ,n, t aros 1P-Ctl nc1 be 11111 tl\o, 2S "Of'" "'O'I tr,or, 4(1 t 10,nu per '"11'.!te, a. 1,1 1n1 ~, l n,,a 'Of'! 111'1'18' a"io •1 t>e ooorow1111Qli,I)' !10 orr.en• fo, •ne flosr.lnc; c,r.-ow end eovol ir,tervo •, o t 25 :it:'C("',t fer ooc~. 110.,.1w•• ln1 :>l'IOa • "' '"I! , •:,snino C"tivrcn. !I. lhfl snoue"' :.,1 O'"•O• olsc,'oy 1" N()t "LL0Wl0. ro. The f to.si ,hlQ /Jl'"IIJW (IISl)IJY I s !he '1100 1 SIO"\OOt 01 l'IOW"ever, '1"11 SOOUCl"'ll()I Chov r !)<'I (ll~oiny "'(ly t,c UIOO (lyrl'"'O :loy ll (/'l OOO"O l l !'lns. •oo •e o l ••• • a a [. -o --] r·-. ·-·. • ,• ao . oo .• .• ~c I •• ·.• .• • a o _• __ • __ o __ .. _ L • • • ll'le i1oarilno Anew Po,,tl ~c r 1 bl! IIIOl'"'~O 0" o veh l el e, +,.;:;ri,,r nr c•l\or .sul!Cb to 1upp()'"t, 11, A rlo5'llt'1Q ,,.,..0. Panel 511CULO NOT 6[ US(O IO lotercl ly .V,111 (Ill !Of1t1 o f t.-oi f lG O" o 11\J l ti·tone rao<i•oy ai M(.t!, t,t lNl \,11.IU TY O[ 512£ 30 .-~O •B '% MtO UIH (l,ll:lrllS IJIN llrJUL/ U'Nll,\N tvl,l,le(II VISI S IL 'TY or l>ANfl L•vP\ OISTA!,i(.( 1) 31' .-.J le 1!) I no ir e 1,no r1 ,e ec...-1ocH1d w:1h oL.'lom::,t lc (lhTT'fn9 C'lev :cn~. WM(ll NOT :lrj USC. R(U0\1£ 1M[ AIU!{)W PUl[L IP()',I !Hl :i GM !-Of ·WA ' Oil PL ACE IM( &AIIOW P AN(l 8(HI() ;(lt<P(I( 111AP!(. 6Ull!(P, TYPE C DELINEATORS FOR CONCRETE TRAFFIC BAR~lt~ ANO ATTENUATO~S 'ype r. Oel'neotnr1 i'XI II be 1Y•OJOl lfl1td, o"ld col".fonr. to t"'e colCY Cl"ld ref1oe•1 .. 1ty r ecul r a,nerit, of DMS·l'Oi>, , 11 ,1 :,f prec:ruo1ffled ty:,e; 0e 11 neo•o .. , ,on oe fQUl"C ot 1rie t o1 1ow 11"1Q w,o ,1,.,, It o• 1/h:,, dot, &tcr+e , h , U61 oubl •wdo1 • '"''~0&dl0Clf /°"68f>OOO""eo. oof , '· ~.:'l !(I .. "' {fll l l"'f!t)l nr,. "her '. bo (I,'; .\o,!C1 f le,e 11'1 •. hi, 'I P.JO! VO"ll.lt'I : 0" IJl'll lo•.,, :,nu ·:. {G"''"O ric~·i.::c.s ' 11 1,1u1co:. tt,e c;,:st o' '"C lvpe c Oc lr,eoioq ~;OIi l",r. G(ll'l ,o;lc'lr,.-1(1 S'J~~'dllY)' fo lie,'! >(1 1, • ''"'""' '""'" .... "" "'" ~ lyoeC Oel lrie c t Of":s J. 1wo In lyne r: 01111~010.-, a/'\ou rd be mr,unt.-.n nn eocl"I s.e,lon o f era Ire oe>or cu,ll"Olely t<,e 111l<fs8'tlon of the CT!, ll'le 'yo e C Oel lnegt()'" on ll'le 1 1oe of tl"le Cf 8 ,o;h(Jll be 1,.,-to1 1,d d l,..ct ty t>•low tl'le Tyr:H1 C 0,11 ,..otor ~fld o" to:, of tl'I, er e. c, Jklrlll\,ri ~POClf"'O of l ye,• c Del 1 .. ,0,or, la •o teat. P.ove,ncl'II 11101"k er'1 or t lllll001"0"J r •er l b l e •refl ect Ive roodwoy marker IO.">S Shc.11 "f('J' hfl u .. c1 OJ. CT" d111 t lnec,l Ion, !. ,,toc.l'I tyoo C.Ool lf"l(IQICY:S on CTS o, 000"' ~roc.i uri::r ! fCC(ffll"On(JOT lons. I, UIU lt'IQ i'lr noTW"IQllld Tyi,• C o,11r1101 M1 f,t'>QII be r•oloud o, dlr•cl ed by tl'le l,..O 'f'lfe ··. LOW PROF I LE CONCRETE BARR I ER I LPCB I Q[l 1N[,lT10.., &PP~(l•CHI~ TP AH IC 00TH S!OB ~£ S10t ,..., ,, verr ieo • f'lone 1 ii1oc1-1 Iha Tyoe c oe : 1"eo ro,, 01 ri,er fll('.f'll.1lnr.rur11r · 1 r 11r.0"1ffi!tndat :l'IIU, ··----··----·-------------------~- !, lrye,k 11'(1oU'"IC(, n''C''Vt)lr, ... ,: a .. ,: l,tor.r: (.I"' h,j(IT l,:ir.·r1 ,1r.~ 11';,!,I ~et l"'IC •·co,;l .. eTC!"I~ C)tJ t t:r,cd Ir, "'C '-'O 'IO"CI ::oJoer ot Ive 11101-•oy ffa-'110rr,ri n,.,on~• No. !'>'l 1 \'(llllP .1S'l!. 1. Re'.,.-10 '"C C•ZICO •or ,~11 •110.,l rC'T'll,-1,. or l11vo i ") o..-l evtl ) 11.1,, . .\, .Aoler to 1hn cln l r:.~ -''In"-"' •,, IN: r.WJ l(O 1,-, ~n .\ur~ tt,ol thn 1).1& ~t11A l l'lfl o~ --11r,,;'r!l!Mf'll11, oM th,:i e ro!o~wo'"11'11ne:s:s e,-11orlcr c1100 1r 11'\Ccl by !"'O reckYa• ttli;,,wny &t)Tl l:,f &t roll on 1 rHW&1 for TM&s , •. Refer lri 11'1e CW71C:ll fnr n • ,_.,, r.if f'll')(lf'"l)"'IO TVh. 5, Tt.t,, o,e r1Q1Jlre<1 t "' freeways unl u,6 oll'le'wlsn ri..i 1ed lro 101 olc,u, 6 . • II.IA NW>l ,la M 111.ed o,,ylllllfl thot It ,on be l'.W)t l tlnrwtd OOQl'o.-l1110•1l y 100 feel or teu In odvone• o f ll"HI cyeo of C'"cw cwoo:w.ra v lll'IOUI 01,.'ve ,.~c ly !lifoc t /n<, tr.a WCI'"'-t>Ct"fOC'"ffll>l"Ce. l . ,~, r>nly rto~ c: 7lili al"lo u ld l'IOt bt ,,qu1,,c Is .,..." o "O"' o-t0 11 apr10d Clown ,,._. '"OOOWOY and o,, worl!, v•• 1, en er1•.-.ofld dl1•onc:e fr o,> •twi 11,1,, WARNING LIGHTS 1, wcrnl~ :1~1$ Ah(II : mee• 'l'ICI reou ·rCl'flet'l·s of ttie IWIC:), 1. wcrn lno i 1q,1, foho• • NI)' :>a 1,.,.·~l l ld en tx,r r lccc:u. 3. lyne •·Low 1-,tf:f'!1 1~:,, r 10,,/\1~ W()l'n 1no LIQl'lts ore ,oinnon 1y used •' "' ,1t,'la, Tttty or , ln·t'\OtO to wqri of O"I oo(>!'oo.::r,frio oo •trt 'o11y 1\0ZordOU& oreo. ·rie 1• use sr-4 11 t, c, ln:,ic.oted c,. 1h 11 s"'11n• C"Glor n"'"'' ,;~oeis nl •ne plor-a by lho co~l9"'c11on • rl'. !"e 1,-p0 • wornl"'Q l :a'lts Voll net t>o .·· usad w1.o ... :4IQf'IG.-~toc 1:,.r.l': ,.,.i,., Tyc e C S"'oe,1 .-9 1 r 1uo·cscer11 \ .. t;!~":;·~.:J:~~~~a .:~~.'"11ou1r ~,..,. 01 ·c11oor•""""101 uot,r l o · 4, lyoe•C St1ooy ik,.,.ri l l ;f!•I O'I lntl!r'l(IIICI to bl! uud In o or 1111:,, 'or dtl *"'ect 10., t:, :su:,ol81'1e"', c •hor !roff l e coMrc1 cr1v lce.1, Tl'le 1r use Sholl bl 01 l1"1Q lco 1ee1 c,, tl'II S sneet crd/CY other .she•'• o' tht 01cY1.s by •ri, d11 1ono1 1on • se •• !,. lne EnQl"8.,./ lruc11etor or rM r,lon.s ~tKI I I si>ae l fy ihlt •ocot IM .o~':iy~ of -,ornlng _11 or,1, to be 1n11011 1d on,,... trotfle . c·oh.1r:"ci);'ta.l.Y1·c;.{.-!'"' .-· ;'. , ·&:.~, Whfr, rtoJ1 ..-.ci 't,y ,tht Er,g ll"lltr , ''"'' Con t roc•or 1h0 : I tirnlah Q · ""etlpy n~ t~ wlY"n lno II V,ts eer!lfl cotl o". the wo-nl"9 IIQl'lt ll'CJ"IIJfoeti.,tr w• r I cert lfy m, won 11no I l'l'lt• ,,..,, the reoul r""41nt1 of ""' 101111 fl( PurehoH Specl t leo,10n1 tor r101nl"O and S•10(Jy·8ur·n W!Jlt'.l"'J llQl'ts. END TREAT MEN TS FOR CTB ' S USED IN WORK ZONES (l'ld tr'°''"""'' u11c on c.1a·~ I n werk zone, 11"1<1 11 rree• erosrlWO"'"'Y stQr'dol"da os C:1f lr,tc •ri tt-.e Not Lor.err Cooperot iv , tui;r,woy Re&10"c.n Repot"1 lSO. Re ier to 1'1e CWllC:> ll.SI IQr' oc,o,oveo enc: •roat111D,-11 Ol"·d l"'C'Alfor.h,,re.-,. Only Ql'"rQ\.IClllfled OO'"OOUC t s shO II 011.1110. • copy of tt"le 'CO'l"OIIOl'lt Work Z~ Troff le Con tro l Oevlces Ll at' ICWZTCOI 011cr1t,e1 pre•ouol l f l e d proo.x;t, c,,d tt,elr' 10\TGH O"ld rnoy be obtolned by Cl)l'ltntt l "QI S1ondar4S (l"'IQll"ll>V Troffl~.Q:>lr ottor,1 01v1,1or, • TC Te,:oa Oeportffillnt of Trcroawtot l Ol'I ri5 (oat lltt, StrNt .t.uatln, Tnoa 78 70 1·1.Ul Phont ! 5121 "6·)110 rox I 5111 ~H,·31'9 lnatrucll0t">$ to l~ot, tht 'CWZ ICO' on hOOT w1b1lte er,, Stor t o t wtt>a lte • ww.c)ol,t tot t . ••.u• Cll cll on 'About TrDOT', CII ~ Of'I 'Or";on llotlonor Cheri', CIi ek on. Troffle Oc,trotlona 1011, c1 1c1i1 on 'COl'Ollont 1or1i. lo,w ,,.o,1r c Con t,.0 1 Oevlees', CIiek Of'I 'Yl tw POf', lh11 alte It pr-lnl0b l 1 , --STANDARD PLANS I TEXAS O[PIRTM(NT or TRANSPORTATION r,,,ffle, 00t1r ollons D iv Is Ion BARR ICADE AND CONSTRUC TION ARROW & MESSAGE SI CNS , REFLE CTORS & WARNING LIGHT STANDARD 6 of 12 BC(6 l -03 ~-OIi 11· min GCHCIW. NOICS CJ/16' Ol e:!, I typ ) _for l'I0.4"ltlno tlO"IJ one wor n lnt;1 1 IQntl [ocn O'"UII tnO I I nc,• o lllll"lltn..11 or 1 orcnoo ono 2 wn l to 1,r 11>11 ulll"\O lyOe C retro · r ot1-:-c:1lvo st~elir.9 •l ln 1he t OP ur l>e oelf19 oror"19t , iooer to 0110. fOt S10C Kl/lQ 0 mlnlf!VII of 5 Bost I J6' Olo, lhQ,i:J I, t)"uM OnCI 011 rtlOlto lt~S s/"1011 c·Olr()17 'l'ltn !ht rtQu lremtntS of 1ne curren1 version of tht • hies M<nJOI on 1111-!orfl'I traffic: Corurol ~evicts' t tMJr co1 ono tr.t 'Co11trllon1 Work lone Jrofflc: con,ro, Oo•d c:H Llct' 1c,z rco1. 1, 1)"1.1"5, l>OSU, ono rll01tO moterlOII lr"IOI I I KMIDlt 0000 w«IUnOn· llh i P ar.d lhal I w t r ee from ObJoct lonot>l t mo-k s or otfec~, rnot WOU id CIOYtrHIY offecl their oppeoronc:• or ltr•ICtOCl llty, & 3 ' !7:,;~~,~~ Q:~!;..~~:o~,~~,~::r:~ !:v~1 1:!n:~~:: 0 f~ 1 reptoc...r.t oy the (n41neerlln1pector. Tne rep 1oconnt dev ic e IIIJtt oe on oPPt"0 111d dtv I c:e . Prequo1it ieo ~1asi1c: on.Ju sno l , rree1 tnt to11owinq reo,.d retner1ts1 CtHt:MAl 0£SICN HlDUIRUl[NIS 1-10,, ic: o-vns sno 11 De o two ·p tite• oeS 1on, 1n1 'C>OO y' 01 tne G"Lff' U'IOII oe tr.e ,op por1ion Ol'IO ,no 'boH' 1h01 i Ot tne bo •tom. 2. Int oooy aVJ oou sr.o11 Joe~ t oOGthar In aueh o momer rnc:1 thl 000)' seporotu fr OII Int DOU ..rltn 1111>QCtl(I Oy O venlc lt troY111 lno ot o s peeo of 20 ~Mor 17 ec1er 0\.11 preven11 ocelotntal separat ion M ,o normal r'IClnO tl no oncvor ol r 1uro.,1onc:o c:reo110 o,· r>ou lno •ehlc:tu. · ~00)' tnol I H Cl t'l'llnll!IIA of 0. 01 :r.ct1 In thlC:l\!'IUS, lf•l9r1t Of Ol'l)' lr"'1'1 11.,0C)l ltO lhal I hot ,r:,y !IIOl'"t thorl O. S IC. frcrn that ot 1nc PflQ,.,G I I fled "tOIPlt, 10. Drun cno OOH lhGI I Df NW'll.tO wl tn IIO(\,jfOCt\Jf"tr ' s no:re O:"<I ~.I """'"· ACIAOll!rl(Cf l vt Sl4((TIHC 1, lne ttrll)H UNd on crUN ,no11 c.. constriJCttd of wet lt'IQ tt,eetlno ,,,. co1or encl retroref 1ec1 lv!ty reQulre'lltnU Of Otport/Mntol MClttrlOII S~lflC:Otlon I.IIS•IJOO. ·riot S:.rloce Rtflectht srittt1no.' Hl<,Y'I Sotc:lflc: 1n1tNl t y I lyf)t Cl retro· rellec:11 .e tnee1 l n; sno11 Dct 5..,pg1f•(.I .. 'f1l e,s utrur1 wlu Jl>9t:il itAJ in IF"lt PI MS, 2. l'rie ~11nq .iio11 tie ,..,1ioo1e fut' ..,Si:' on uno ~11 "-'\J 1t'f"• t•J rflC' Qr"\Jifl s~t\lC* l.:ch •not, "°"'' wvnk,.•u-l"CICC:1, lt'l' ~'IL'\'l'riJ =i;IKil , 1 it11,0ltl t:\Jllllfl WC.I l11 ·1,!l 1JC."t Cl ~ tllllllJ ' I f~ Ut lU'ftll'IC!ll'\9. c:nec:11.r~. c:r"oc11.ln;, or ,cu ot r etr~tf 1ec1 lvlt)' c t r.er ,non tno· h lSS C:UI ;o ot)l'(IS\Oll Ql ·,.e snot lnQ SJ IOC:I!, BALLASJ I, unt)OI I011H ·OOHI at'IOl I Df 1ar;e at'ICk.q'I tO no 10 UC, t o !10 tOS . ot SOl"IO. 11'1111 DOH; wt'Mtn f111e·o •ftn ·tne OOIIO U tM t er lCI, SJ'\Oul O wt lQn oe, ... n 3' 10, lffilnlh.J!II. (lfld ~c IOI IITCl l lffVIII, ll"lt 001 IOlt fflOy DI sono In OM to tl'W'H scn<1t>e191 uPorott from tN oa ... sO"IO In o 1ono •f l1 1eo p1oat lc: OOH,°' otnv r,0 11att l"9 oevlc:H 01 Ol)i,t'OVIO oy ''" [n9 ll"INI', Stoc11.rno ot SQl"ICH)0QS wl 11 Ce OI IO•· 10, ncwev·er ne iont of sonc»oq1 ooovt pcvt1111n t turfoct mo:, not e11c:et o 12 . 1ncnu. ~. 9oses wl tn OU I lt ·ln oci roS t cho 1 l .. 1(11 De 1wun <4 0 10&. enc: SU IDS, Bu i It• It\ 0011011 con DI eO!\l true,eo of on lntlQl"O I c:rurc rUObtr DOit or O SOI io ri.,eoer DOH, In• bcl 10,t lll'IOI I not W t\tOY)' OOJtcu, •01tr, :>r ony lfl0111( IOI 1riot w<>Yld btlcortw t1ozcr00us to rt10tor l 1a, DtOtstr lQI\I, 0r ..eY.11.tra .ntn tne dr\AIII ,. 1trUC,. o, 0 vtnlCIO, -4 . l!nwn ustc in reolot\S .su1C'ePt1D 1• to 1reez1no. orvna 1na11 "'°"" arotnoqt no1u l"I tne OOn°"" so tnot wottr w111 no t c:0 11ect ona tr,t.ll DtCOllll'IQ o no1cro ·wtien stn.ck Dy o vtnlc 1t , · S. 80 11011 snot I not ·~ p1oceo on toe> of on .. ,n$. 6, i\dl"IU l\'tl r'IO)' Ot ..,sec, to HOJl"t DOSS OI O'"IJl'IS to pcv.ritnt, t 7 p, r wor nin(, llQ"' or ow~v•o 1;.t,s,:1'"'1• ':!C.J'"•C ~u jucen, .,., 1:\ot ·ri:,ct .o,. WA RN INC L ICHT S AND DEL I NEATORS MOU NTED ON PLASTI C DRUMS 1, l>u•" l,u1n!11Q .ar11 ·110 11oi1111 or11 1n1anoeo to .orn arh·ers tnot 1hey or• opproocl"i ln, or ort i n o oo,er111 0 11y r.ozaroous orto. l, lyc,11 A f ;asnltw, -.ar n !oQ dq1t1 ort no t 1n1enc1eo tor 01 :1n,011on on-:,· snc l l no t ot .., .. o In o 1tr lu. l, ty~• C s teooy•ou-,, •Ol"n int;1 lion ts ore 1n,enot<t 10 ot useo In o strlts 10 CJtl lneote tne oOQt of ,ne t ro~•• I~ on Cle to,....,. on 1on1 cnon911, 1J1 1 tl)'t! ciosu-u, aio 01 1 otntr sir.i11or concltlcn1, t lypt" ooo lyl)f C ..urnlno 11on11 sr\011 o. :n11011.o 01 1occtlon1 o, CJe!O I 1eo CHI Othe'"" snee1s In lr"le PIQ'\S , !>. Wor nlno !l;t,rs sno11 no, Po i n110 11 eo on o crt.m 1no1 nos o ,io,, c:flewron or vtr,1 1:0 1 pai11. ,. ly~ A C1ou t. lyoe 4 CIOU 1, or l)'Pt 8 Rtf l.ctor 1.nl Tll 10 I. ON S1tnu<ro1 ftly De 011 ocneo ro oruns 10 oe1lneo1t Int inienc;eo ven1c:u1or QO !h, frw C:C IOf'" ot tl'h! rtl11!CIOI' !.1'1 11 lt'IOI ! correspono 10 T/"le D(!WCl'htt11 l!'(lrkl nQ i t ts SUPPt1n11n1rno Of'" t«-1rn1en It It suos,11..,,1 09 • ttft •e1~11n,•11 ttow Of'" rlO'-"lt 1ooe 1t ne•.nlt t l, TN rel1 1c1 lv • uni t shall o, atr(.H.'IIBCI 10 mt l"IQ'10l11 of 1ne cr~-us1n9 tne 11ourutno no 1e neGrut 111111 1rovo1 1orw cno srio1 J Dt 01 lono,o ~q:enclc:..,tor 10 op()foocnh\Q troff ic. l, Oe.1nw,ur1 ma y o• vsed 01 o lrecteo oy tne En,otneer, Ce1 :nector1 mo, not oe vsto 01 o luO&t l tutt for .. orn lnq ll;nu. WARN I NC REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUB ST I TUT E f OR TYPE C WARN I NC LI CH TS P--1 I I I I --·-ij I ' I warn inq ref lector fflO) oe rouna or so-..ore. ltlist nova o refrtct ln Sl.l"foco area of ot raos, 30 ·sq;JOre !ncnes I. A. wcrnlno ref1eci or or r.w,-0¥•0 SUll !l tltutl ,TICly De ~t•c on o p1p1tlc or..nt os o svo11 11..,111 for · o Iyo• C, 111001 Dvt'n •Cl'nlnQ IIY,I at r·ne e1 11en11lcn o! 1tl4t c~,,.~1or urdus <1 111cr•I•• llOlttl lr. !ht OICW"II, " 2, ,,... •ornll\~ r 1 fle-(IC,,-,r,011 be IIIQWICY.lu:'t,J ..,,1,19 IJ I I'° ~Sll"Olt yPl)rl},flJ IQ uu •ill' u1<1-.1k Clt'l.11\S I 1Sttd on ,ne (WllCD, l , Ir,• •CJ"t:ln(I "•'l•C:t!,11" st,0 11 nc:v e o 111lrd111Jh r ttr1.1'"•f ••~t1.e ...,..IQCC o ·•o H,1n•·•i u.1 ul 3ti -.""'tl"I tr.ctw s. ~. ROU"IO ref1•c1ors Sl'KIII Oe fu 11:, r1:fl e.:1o'"llt(I, 1ni;,u0l n9 1M or •o .nera 011oet1ed I <, 11,-u,·..,,~ 5, So.,or e 1uo11rotu 11\111 f'IQv t o mi~tn.11'1 cd JO sQ,.JCYe lnene~ of rt! 11c:1or izeo snett Inc;, In,, ~c nc1 MYt to Ot rs!1tc:tor it1d •twr e It 1.1ttoc:l'IH 10 tne Cl(..,n,. ,. IN 1 loe of the wcYn lno refrtctor lccfr.o opproocnlno :roftle snotl htlve 1nee11no ,...tlnq ,n, Co lor ono rttror•f1tct i •i :y r~.,trtlftMN"\1 1 tor 1),1) 8JOO· l7pt O I Pk.n · I u,orescen! Pr ls.wt lc.;1, 1. wnen uHO ne or t•O·•OY 1r o!l ic, DOtl\ s lou of tne .. trnlno r1l1ector sno1 : et rel1ec1orl 2eo. l!I, :ne .ornln9 reflector sho1.11 0 oe r.ount11 d on •n• ,roe Ot tne nono1e r'lttor a.• appi ·<ioehin9 1r11fflc. TYPICAL DETAIL OF LANE CLOSLIRE USING PLASTIC DRUMS AS CHANNELIZINC DEVICES l. Plos,:c: crvns ll'\011 ~ cons,ructtd of !l (nt wel<tnt fl tl l0 1t, ono a.lonnoolc ll'IOtOI' IO U; Tnt ContrOC tO<" Sl"IO l I HOT u .. 111810 1 O,tJJII or a rno 1e o ltet 010,t te or1,111s Os Cl'IOl"ltlet 1101 Ion Cllvlces or a Ion IUC)pOt ts. - --~•atr ------ ,t, Dr..ms sno11 pruent o crofllt triot 11 o 11:l n ll!IJII ot 11 lncri.s In .. 10,n 01 1t1t 3' lnc:n Ml~t .nen .1 ,wea frOtl on)' o rreet/on. tne ne1c,,· ot o-lftl IAltt 1000, 1n1to1 1eo on oou1 1no1 1 l>e o fflinil!VTI of 3' lncnts ono o ll'lclli In.,,, of 42 lnct\es. 5, Int ,op o/ tnt orl.lfl M'IOl I nave o Du l •t· In ncnolt for 101y 0 1c,u,,0 ono sno11 ~ ou l;ne? 10 cr~ln.wo t er O"IO no1 cc.11,c:1 OOt>r i s. !ht .hOnGlt snoll hO"e o 111lnlr!Uft o'f ·two •iOOly s paced "" lncn 0 1Clf'O IOf" l"'IOIH ,o c t lo• Ol ~OC:rmtnt of o wOfnlno I IQnt, oe 1inentor ret1ec1or u"\11 or non·PIYJrOOII .slcn, (,, flit ul•rlor of 1t,c cr'IA, DQO:, lhQ ;1 nov , o 111tr1l1TV11 or IOU"' 01 1ernolinQ oror.QO OM .nl1e rotrort fltctlwe c:i rc:1.111feren 1lc:1 strll,W) tlO t Jeh :1 101 4 Inches rl()f" Ql'"IIKlttr ll'Kt"I I i oo,,u lu .10,n, An1 non·r •f 11c:10t IUO s poc, oetwetn Ol'I) Twc OOJOC:t/l t ,,r IOU $1~1 I 1101 Ut:t11HJ 1 lnc:ties ;,. •ltlth. 7, 8osea sl\011 novt o r.io~i,vn wlo 1n of 36 inenu, o 11.o·aift.lll !'lt ;Cfll of •. 1ncries, ono c mlnl,vn of 1.0 400 ,no ,01 01 llvtt lc:lent s l l(! 10 cttow oou .ro b• ne10 o:>•n .tlllt 1eporo·ln9 Int orvn D?Oy frcitn ,no O<l ~e . I , P1111 1ic c,r..,u 1no 11 OIi! c~,1,1r.it·1ro :it u11ro•v i11 1•1 1 100:11.r:10, oronoe, n lQl'l·OOl",Si 1y Ptll)Olnylent 1110P[J or o rne, oppr ove'J IIQt ... 101, ' IJ, Ori.l!l oo~y stio1 1 now t c niln lllV!l unoo1 ios1 eo we 1g 11 of 1. 7 res. 0"10 r.<U•il!Vfl ...nt>O l t,Jg"IWO .,:or,1 vi 11 LD fi , !r111 •0 11 o l 111• or ..,to ¢ ~ * * -R ~ 0 ~ 0 ~ 0 ---¢ 0 ~ 0 ~ 0 ~ 0 _N ___ .... !D.. a> -WB!B -~101niro;.;;-o-;-:----··------------·-·------·--------N··----------·-~o .. 1oer - ,.101 1 1c L------1 ~ _ P~•1·--··---·--fAllNS •l1011 ,Ut(A------···---------·-·---·t ·----·--· lhJ ~.,[R SPAC[ ~ Or ..n,s I ' l',ostlcDr'-"'11 fl1ost lc:Dr...ms 1.1,,,.ornl no j ,crtt .. ror, •crn inq 1;01" or -1on1, •0i·r,1no .-.1 1ec 1r;:r ~ .-arn lnq ro11ec1or Ol"I .... ,7 0 ",.. or...ni : ve• 1 ·cot pon•• or 01ner oooro ... o c •1u111• .. , l l !no ""'" ;1.'ttl ,..,c,,,ict OOdQUOlt Sl(,lfll OISICIIC:111 .n,n I.HOClnQ .on. c:·c:si.,r o, JO 11,01 PHICIII .c.:r~• c,0,..,,.1 i n w!rt 11\.u, QI' t1C,,l ilU(1IO I i::vr,u, ~H l!CCl!II for 1ob1 e lltl(iW iHQ tht: socclnQ at enurv1t11111r.; o.v 1cu II\ 1ne •w•r crd 1onoe n1 H c:1io1'1. * NOT t i Lone I Ines sho 1 1 o·e removeo wnen tne I on e c I osure occup I es o t ocot I on for I onoi9r tnon 2 weel\S. LEGEND 3fl> ~;~::•no '""'' O ..,,os 1 lc: Or lAI (I) P1<1 S1 lc:?r..-, wt (l)Pf(l•r.0 <.1"\0l'Yltlil ill(I ".:1!•ite 18' 111-4 ' SIQl'I I M01dl'IU!I SI(>'; Olflit h,;tc:·,r Cne wron C"'1 •1!1, OrlvhUJ SIQl'I OlOo, (HP Rl 1711 "' Str it ·~ Qr t•l•,,i-1" I • •Jl :li US :IUI)'" W•<II O :•) io,v " ·,~•,•• ll' • 1•' v,rtl co r Pomiit ,,4;1....,.., a,I In OiOQOl"lC)IS s 100 :no oc .n ,o.O"cl~ ·,::.,., •i.l) P ly wood, Aluminum or Metal sign substrates sho I I NOT be used on ·plastic drums SI CNS, CHEVRONS, AND VERT I CAL PANELS MOUN TEO ON PLAST I C DRUMS I, Slo,1 uStO Ol"I C!!Oll lc: Ot'vt\S ,no :1 .,. IIO!",,.l fOCIV'"lll<t ..,,,no Sl.CS1(01 f!!I 1 lst·eo 1111 tne Cwl l(D, 2. Crievrons OOC' 01ner WOt"-' zone 1 t,ns •i 1t, orl oro,ge DOCkQl"O""'° s 11<111 01 nior:uloett.,10 ·.1,n type [ .r 11.,oruc,n1 rr !tm0t lc:I sneet ln; meer lno tnt color ono retrortfltC:1 1¥11 7 reQv lr•rents of CMS ·l!ll OO, • r 10 1 Surfoc:e Rellec:11,e Snet1ln;,· ....-,11!:u ouitrw1H spec i fied rn rne p 1or,s. J, vert lc:-O I POl"le l S ll'IOI I oe l!IO'"ll.,fOC:IU"l!cl •itn Ol'O"\qe Ol'ICI Wl llt .,,l'ltl lll(I 11W1,t :ng tne re0w1reetn11 of DMS ·!30C r,pe C IHl ;n S,,..cttic: 1n111!Nlt 7 1, Otuoono1 11rlp-.s on Yt<!lc:c t fawu 1no 1t slept oo..,, to.ore m• inu,no,o iro••l td lont:. 4, Dtner s to, ,ressooes rtur or hlttOOt tci IIIJ) oe ..,seo os ooprovt111 o-, 1r111 ~nolneer. Si;n e1imen1 hi)n11 st1u11 no • eac:eec: t e lncnts In .10 1n or 2<4 lt\C'ht S Ill Nt l!l"lt, !,, Slons sr1011 Ot i1111oi110 usino a 11? Ir-en oolt 1ncnlno 11 enc nv :, l •u .osner s, ano ON 10Ci',.int;J ,osrwr tor eccn col'Ylec t /on. ,. J.IOU"ltln; 00 1u Ol'ICI ruh Sl\0 1 " o• lul •) tr\90o-O ono oe1eQvOtt 17 torqveo. 00 11, snou1d not e111eno more rn(ll1 11 1 lncn ueyonc, "-'!!, On17 Pf'"t •Ql.lOl /fled oroouc:t s sh011 Dt "''"· " c~, of tht 'Conollont ltW'k Zone Tro ttrc: Con1ro1 Ot•lcu LIit' l CJZ IC01 desc:r lOts ore•o.,o ll fleo pr OOuc:11 ono tnt lr sol.M'Cts ond ,noy oe ootolivd Cy c:ontoe1 lnq. Stonoord1 Cnol,.,..,. lrott1c: Clc*'otlont Ol v l1 lort · IC tuos Olip«"taent of froupor 1ot lOl'I 125 ,Eost 11th Strett A.ut.tln, fuos 11701•24U Pnont t SIU 41,,)120 fol I S121 4"•)299 1n1truc:tlon, to IOC:Ott t/"le 'Cll"ZICO' on li:OOf WIOlltt are1 Start cit nOsltt • ..,.,Oot,1101t . tl.u& Cilek on 'AoOYt t.001 ', Cl lc:11. on 'OrOQ"llzotlonol Cnort ', Cl lek an 1rotflc Oc>t,rotlona Box, CI iek. on 'COIIIIOllont tor11. lone lrottlc: Control Oev lcu•, CIiek on' 'Vin ,of•, tnl s sltt II pr lntOClt, V O) H~,I S!IJl"I .....t-SJ ANDARO PLANS I HXAS O(PART MENT OF TRANS POR IAT I ON TrCJf/1',• 0J)fJr at l cmi 0/i,/Jiilun BARRICADE AND CONSTRUCT I ON PLASTIC ORUM STANDA RD 7 of I 2 !3Ct 7 J -03 CHANNEL IZ ING DE VIC ES C.(N(RAL NOi[~ VE RT I CAL PANELS VP· IR ,,. ~. "J < m le. Li l PORTABLE 8' 11'1", 8' min, i--: ,r· j, 1" . !t· I L ~,.1 f -r 1911 •no ~uo:>or i 12' 111 lnl-'!V'I ""'"'"""' J deoth J_ OR I VEABLF. ';Vi "''' A$*"' ~UOOC"'I I l i I \/ ,. ·ver tlco l PO"ela 1•Jr-•:i1 O't'I r,or 111C 11 y usod to chcn"'tlll ,e traffi c o, d lvh:11 ®ooatrio lonf& o f ,,.offlc. 2. v;,·, ""1'f bl! uHo ·,,.. 00y1 1,ne o, n1cr1 11.T1C s i tuotla,\O, 111ey "'<IY be U6'Cl ot the eooe of Sho'Jlest:r O'oo ·olfs ond otl"l1r 0-101 ouch Of t e n(! 1,cn~ltlon!, .,t,o,rc t>Ot.lllvc d(lytline on(l l'I IQhltlffll Oe tl ,,C!OI IOfl I& r,iou l ri1d , '"'" [l"IQ l necr/ ll'IJOeetor t,l"IOJ • rote, tn· t,e -looctwoy o'.lcs i~ Uo'll.JO I aooel'ldlw B • Jreou•ont ti' l'Oveme-"" Oroo ·o f's In Work Zo"'H' lor odGllt lo,,e ' Qt1 1{,il 1"C~ (Y': 'M ll!.': ~# y :,• s tor O"np•off$, J. VP' t, , ... nuLd bf fflf)l,,.~f (l(l t>OCII 10 be.ck I f uc.od o• ll'IC CCIQC of cu,, 001or.en 1 •o '•o ·wor ·~ •~ r ~i,woy.\. s1,1 r,e.\ Cl'CI tonn•r:flei:,•1.,.e"1'n""O,:<l"r:•t1f 1rr.1 1vcwt•'•r.,.,-,r1 S"'OU1d otw:::ys s 10011 c,own,,,,orc, ioword 1"e t~ov,1 1 •one. •. y::,·, V61d ,,., •wor uswflyl, !,.011wc·1 ,., onCI n., hi O"' 5DOCd r oG<l wcyi ,~,01 I l"IOYI o ,.,,,..,1IIV'I nt 'l souc,a l r,e I o' re· 1~or1f t 1:;t rve or•o fOGl"O ,,.c,~f,c, 5, S11t •r ltjitl no .ti..c>PO"•s er , ovolloble w11r-. por1001 1 t>ose. s .. 'Co,rollont WOt'k /one l"offlc Contro l Oevlcec. ll1t' CC WlfC OI. ,. Shff ltno for t h• VP '& sl'IQ IJ o, relrorer le etlve Tyo. C fHI Q"I soee lfle l:"1ten1ft yl conformlno to Oeoortirentol Uo t ,,10 1 Soeelflcotlo,, M ·BJOO. v,1u, "Oiod otrierwr,o. 1. Oooo ,1~ T,oHlc LO"'tl Olvl cer, IOT LOI OPPOSIN G TRHFIC LANE DIVIDERS CQTLOl or o de llneot l o"' dev ieu 01t1igned to convert o norll'IOI Ol"e·WOy rooOWO)' ooc t IQ!" to IWO•'lfCIY ooerot :Ot\ OTU)'' ore UHd QI". t en"OOl"OI')' eeni or lil"l(JI. lr-.e ;JOWOl'C: ono dowii'lf<lr(l O"r ows on tl'!fll s ron·, foct. lndleote tl'lo d l~cet l on of t roft l c or, e ither s ide ;it tf'l-e d lv:e1e,. l hl!: bose It, ~ecurod •o 11\C )ClYCfflOl"I' w'th on c<tle :dve o,. ,.ub)tr' we 1Qr\t 10 111Ji,J.T1 :ze 'flOVe"'eri t GOUHd O)' O vehlG !e ["IC)OC~ 0,. wl"(I c;u ,,. "' I I _L T .... ....L."'i::c-:......L..-. = ,.Of'lfl l!, ll'nl.lf\1 11(1 b:clt 10 boclt Por l oblfl, r =rener n.-11,r:oo ·e Bo-.'! l'•)'f :;i, llM!Q r t-e OT ~ n r, or ceed on o f I ev I b 1,. llfl I t • rlQ"l!nQ svooor t 1hQ t ro•urn, 10 on u:,· r 1on1 :,csltlon When l110oc 1e<1 by c vel'l lc1 ,, 2, lt-.e OTLU lflOY be u&eCI In c~!not le>n wl 11'1 al"'OI• tuoulor JIICY..,er, nr-v•rllec l Oa'lft l 11 lvo' ,1. l . Spaelnq 1:11•wun ,n, OTlO sno 1 I not ew eeed !1 00 feet , Tut1u10,-ll'Ol"ken. er vp ' 1 citoceo Nitwe"r.. th't n,~n· ., ,~;,d rw,1 11,cud 100 . l oo t t,DOC-1•19- ~. l"'e OHD ~t-o11 b,: e~onqe .,.,,. o 0 1c,1o r,(I"'· ,~r'tw',' 1vt: 't:Ct.'""(. ',"<:"' ·,'iJ rev 11',I') 'i!l(• AhO I I be ,,1,0,e '•e,:.t lv c ly;,c ( 1 1 •.J(tf et.enr"• PrlSllllJ ilc : eor,fr..,/1-.0 ·o De.>nrt""fl'i'ot t.10 ter ln 1 !locelfl~ot l(ln D',IS·UIYJ. 1,.,111u l'\Ofll(l Olhe""W I ~. l n,: l t'041"1<1 :;ha l l l)t pl()(.k v1 ,.y1 "Ol'l·r1ll1c"v• deco• 11'\t•""'O ,,,..• trio 'he ('flOUl ri,nnni J Of OI.IS •4j10. J. ->··1 , I I . ----i I r wod Oose wt •oorovlld Adl'les ! ve 1nr1\'eoble iklHr . or r 111v lb1 1 S~oort c on r;e \t H dl CHE VRONS 1, lhe :nevror, S"'O I I be o ve,.• tco• r ec.tono ie wl •r, o "';"'111\.J'ft ,1u :,f 11 by 11 1nchu. 1.. {.NIV"(\f\f, err. l "ll(ll'(jcj IO g l \•C N)l lc_c Of Cl r-c,., Q'c,,,oc 01 01 'C7"""0:"1• wit:" ,~.c c:Prec"a" c,• t•ove ' O"IO oro·,1do Oddl1 loin 1 eti"t)hOs :6 O"d ~,1.,<l"'tc for vch lc.1 0 0011r:,l(t"S wltri rr.vn"d tn c.t,cY"C CI 'n hor iz;:,,..10 1 .:,1Jorwrnn i nf i "l'"O~O)', J, Chev.rc n11 . ·.-hen use~. 5r,ot I ba erfl ct et;: 1)1'1 11·e o:.;•,11e o' O Y\O"ri (,t,..11ft or ''-""· .>' 1r !ht; fr,r ~Id, o! M ln1v,..et l on. lt'fly 1,hi,1 1 M l "I lll'IO wJ ,r1 ono 0 1 dOf!t ·cno iu to oo.:,i·oo"1· rno t roff Ir.. ~ooclro sMU •d bee 11,el'I triot t"fl rno1or1 •. 1 OIWO)'I hOI 1hr''I~ ,,, -..lew, 111 ,n I ,,,. C.l'lf°J'I ~ i n ,i ll()l"'Mnt elltnlnnt4A 11, "411d, 4, To be ot,ac.l i vc, !ho ChCW"O"I ..-WhJ t>e v l slble for at ltost 500 fHt . 5, c1-.vrcn•6J'lot/D410""~w1tt.001c.cknon· ,.eflflc1 Ive lec;i~. !.heel l"Q for 'I'll chev,.e>n ~.,0,1 be r otrQ1"of ,ce11vc ryoc t :r1 uc.,.esc1M l'r'M"CIICI co,,f or,..inc;i to :>e01Y''Nl"fol 1.1o11..io1 SU!(;lf l CQllon ows-uoo. l/'lleU no1er1 011\frWIH, '"'• lec;1el"ICI ""nll bill btncll. vln)'' "Of'l"""''ec11 Y• rtecot shec• 'no ,rcct lr19 tl'IC roQU l r'"'°Ms of OM~·ll20, 1,11i,1'""' :l t111lrnl)lt1 Su0~11111ed lklvlMo."' roo_.. Le,.,o•"• w • Si,oet"'O of ChoN\111 ,,,,.,o O•vlc:,n eo · -,co· 90 ' -11 C ' 'M ·lC'o11c, 10:,ott•1"0vot"ioc"ro,...,c1oc:101•, I ·~fll "'Qlh of l,io•r I I,. l W•WICth of Of •11 ,1 I,,. I S•Pn111'd ~OfU'lC l \ill'M I ¢: . °"""" Yel lo.w Center I 11"11 1, Wo,.k Zor,1 C:riorw,1 11 1 1'\Q de vicu 111 1,1stroti,d on 11,r, ,,,.et "'OY be •n's1ol1 i,o rn c•ose ::,,-owlinli y to traff ic ot'ICI tro ,vrtoblo for vti• on tllQti o,. tow speeC ,.OOOWO)'&, Tne Lno 1neer'/ln1~c1or ~ho1 1 e."lsi.rt ·t hQi sooc!l'l(J <J'ld oloceinen• 1$ ir,lforl'l'I or.cl ln occord · 1. t~:::~,~~d:;~;~: =•;.,t~~f=~=er~;l.~::"';r ~I ~~~:~• /1::'~\ortobl1 OOH. !r,o r ,:CJJ 1re,11e,., for se lf-r l Qht\rio GP'lor'W"cl :11~ oev lcc~ 11\JJI be s ::,otiflcd In the Ge"'1r o 1 Nn•u or o1ntr ''°'"' s hee•s. !. ;:t-or,r,e 11 r 1n9 devlc.u ,,. ,.,,.,.rq,1 1'\Q &uo:>or+a ·st,o,,;IC: be u11~1 11'1 work 10.,e oreos ,....,,,.e c homt tl l ll'\Q devicu <Ye rr,OIJel'I' iy 1~or.'111d by orrnn1 vlit-.Jr,1u a.-vf!llite ;e r 1 1:i1 110 't'll'ld ou••s "IC~l"9 oti~...,,.c"'' 0 1 l"C cn~1111,.,; devlecs dlff1eu11 to lflQl,,toJ '\ loc:ot 10l'l11 of H,e,e dfl vleo, ,."Cit . .,.,_ 011011,c, 1 1111..n1ir 11 Ir, •Ni OIM$, r,-.,H ot~'eu lhol l eo,.,fo"'"' to -u,e Tfwll.J TC.O o,,d 1i,e 'C.c~lla,,t t o·~ l~ Y,·oflfe C.on 11·0 1 Devle n llff' !Cft'ZTCD I. •. y,.,,. r.n"',,.t'JC".'"'" MC",11 ~,,..101,. ~11vlr.u ,,, o e1 ,ii,l"I ,._.,"ldr 11 0,., orw:t ,.,ti•oct dCl'IOQed. 1'1:)1'1· rclleetlvo, f odod, c,1 · bro>ier, c,evreiss 0110 ~0,:11; 01 reO,Jlr·ed by tl'le tt1Ql ricer/1 l'l10ec1 cr, The (o,,t,.oc•('t" Sho ll t, r1ou lr1d 10 1!1Q ll'l4oln l)l"ODI"' Oevlc1 ,ooc 1nc;i CNI o llQ!'ffllM , S. Portot>le boH$ ar,011 btl t obf'"leo t ed f ro-ri vl "'Qln O"<S/0"" ,.ecycltd r 1..t,01r, Tt11 wtOble !)OHS &"O H ,..:cf' cooro,:1 "1Q f tl y JS lbl, : 6. Pove,,,c"lt s 1Y •OGos sno, r be :l"'aoored In o inc;r,no,. thQt ei,aur'Qf Qf"ODer t,on01r:o l)otwoen t he odr:ulvu, ft'lt f lw e,d ll'OU"t boHI c,r,c, the ocvtll'fl'lf aurfeee. ,c,,u •v u Sholl bt Of'IPO"ecl Ol'\d 000 11 ,::1 occor<lll'IQ •o ,,,. JIIICNfocVv ' s ,.,cO"ffllndot 100,1. · 1. n,. lnato ltot l on O"ld rflll'Ovol of ~JIJ:1"9 oev lcu thol• --o• eo.iu oe1r 1......,101 efftei 6 •o tne flnot POVcmsr'I ' ~toeos, lrclUdll"Q cx,vt1NSr.' i vfoce o isco torot lQl"I or ~t'oec '"hQl"lt y, Orlveoo1, boua fh01 1 l"O I be p1r<111t i,c: o" f Jn:,1 oov~1 5Vfoc;u. ri"'t (i,otn,,,.,1,.soectOt' sno1, OOD"OY• 011 oo:,r 1eotlor, one, rrnovo! O"Octdu'u o• •lwed bo1u. S. (110'fOIH on tn i a •"'"' art lrte "IOI! CO'!tllf)r,l y u"d e"'anl"el 1,1,.0 oov:eu ,,, wOt"k lOl'lo,. For o tl'llr-c,v reo1, refer 10 11\o UZTCO. Only pre•QUOllfled prOOJch lhOII be IJHd. .1, COPY of the 'Conollorol lol"k Zone kofflc Contro l 0.-1tcu Ll1t' IC'fl1CO I de1Gr'lbH pre•quallfltd product, and their awrce, ond IIOY be obtolntd by ,;ontoct lfl9'-· SIOl'W'df Cn,glne..- Tro1flc OorotlON Olvl1lon • T[ Toot 0.l)O"'t111tnt of rrQl'1600f'tot ion 1n ro,1 11tt1 s,,. .. , Auatlf\ Tuo1 ·111o+·l~ll l'hot'lt f!,111 ~,,-1120 Fo• , s121 !~,•-~>nt lf'\ltruc:t l on1 to 1~11 't he .'.r.rlT~O' Ol'I 1i,no1 wMalh cret Stort ot Tebal ,, • """· dot, a tot•. ,w. uA Cl l ek on 'About twOQl', CI iek on 'Oroonlzotlnt"IOI CncY•·. Cl lc~··on Troff le Oovotron, 8011, CllQI oi, ·corrorlor,t ror11; Zone Traffic con1ro1 Oflvlr:u', Cllel\ on ·v1 .., PO,., lhll 1111 11 l)l'lnfot>lt, II <> I I I ·. . R II I =-J=:: __ :j::_. ___ . --1 --r ~--+-6 =+=-~----~~,. 6 --·+-6··0--==+-6 ~ s s ~ ~·· s ~ s s ..-t-S TANOARO PLANS I TEXAS DEPARTMENT Of TRANSPORTATION rroff Ir; 01>1rul I ons Ofv /3 l or, Oooo-,ll'!Q '""' Olvl der "''f•r.11 fll'IJfl VP or tuoulcr UQrke ,.. w1 r 111o<1Bo,e 00P0$1nQ lono Olvldtr ,.;rixcd '!bMi · VP or IUblJ •or LIOl'kt r w1r1uo801e BARRICADE AND CONSTRUCTION CHANNELIZING DEV ICES STANDARD 6 s,~1,-; bft·weer •t-.e v:,· $ or ·~ou•or "O"lo:0'$ V'\0 11 t\(11 Heeed 100 feet ,, :o;, ,,ooo.Gyl wl t n M>flll <'.S rn.,., tt-.nn ·~ 'I.PM, )~=-'~ ti1 •we,., t"'O 1ubvlor lflfYlo.t .. s r,r lo"'',. Sl'lo)-l be os '""""" .,... f he ~':"'."l·t~I~ )POC l "'Q foOJ e ~ on th l & t>O(IO, I ' fritl lt..:>lt Sl'IOWl lt,C'IC.11"(1 QJ'tCh,. '~ I.@ fft l bCIHd M IP\fl rhooway·1"'*"'1 fl"IAA Ull4 ti 'llflll l'"-"' of 1()0 fettt sooch~ be'"-" 'ho 1,0,tor 1111;rl\er& or V-'e. h""' flftp,. c.l\o"r."lel!r 1no ·otv1~ ittc1 '1 bl 00'\ OJ ~!). !iooclno beh,ee., 'ht OTLO ,r,o, 1 l'IC'I' oG .. o SOO '"'· ~ .. u11no· t'til,i t y1H1 of 1,.offlc: r.oii~,-nl .. ,:ue,. ltl& OlLO, vri•, o,-•unu•or · "'Or'lo.er, a,holl "'Ov• •he flwed bOH ·wttPI OOP"OV9d Gdf:ltla1ve p .. •l'le "O"t.l•oe•v.,..·,·,.,c:°"'""l'ldOIIO"\&. Bof 12 8C (8 )-03 TYPt I I I BARR I CAOtS r. ~,hr 10 ~ne COIT4)1iont 1'0rll, ZMI rrott lc con~rol DtY l (U Litt ICWZICOI fer dtrct1s ol ft:• fypt Ill 9orr ;c0dos on<1 o ,;., of ol t 1110ttrlo !1 useo In int c:ons:r1.1Ctlon off)'~ 111 Sorlc:odu. 2, iype 111 Bor .. Jc:octH lt'loll ot 1.rsoo 01 ,oc:n one of construc tion oro j ~u c1ouo 10 011 trortlc. ), &irrl cooe, 111tr.'ldl1'19 oerou o rooo•o, Jh,vlo l'\owt str l pos tnot SIOPt oc-.nwcra In 1rie a lrectlcn 10..ora .r,;cn 1rofflc n:11 turn in 0010l..t"lno, 'll'ntn t>ou, r1cn1 ona loft ,~na aro oro.,1cc:o, 1,w CntYr-on si r 101no mo, 11ooe aown.ora In eo,n a Jrec! Ions frcm ,r.e ce:ner cf tht oorrlc:Ode. 4. S1rlpl"O of ro11s. f<r 1n, r lQ"lt sloe of 1ne roaowo:,, an0v10 slot)e oown.orc 10 tne ltfl . rOt' tn, ttf ~ a ide ot tne. rOOC1.o~. ,,r1p 1n9 S1'10u1CI SIOPI oownwora to Int l"iQl'l~. ;, lotnt /f lco tlon nr111.1no·s mo, u srio11n on1 1 o., mt ooc.1>. of tn, o<rrlcooe' rolls. fr\f l!'IOxlft.ffl llll9lt of ,,,,,,., tr.'d/or CM'()Ony 10901 USN for I cent ; f ic:01 Ion ShOI t o, ,. , ,. lcrrlcOOH 11'1Cll1 not o, PICCOO OQ""Ol ltl 10 ,,offjc ,JIIUI on OOOQuOft Cl•OI" lOI,. II provlOIKI, l , wcr n :nQ 11c,11 sno11 NO T 01 /l\ltc11.o on l)(lrrlcooes, IS, w1 ,u1 U<.rr l coo.1 rt<Nlr• m, IAI of .. 1111ta 10 11.eeo from h.xntn9 over, ,,... use of 1ai<1:>o;s wltn <r.''J, c0Nalon11u ,ono l s recQflfflft"l()f<l, f:"le Sa"ICIO<IQS w111 ot tltd st\.l~ ro ktep ,n, ,cno trM so 11 :1no Ol"W! to l'flOlnfo in o constont ... I Q"I•, Rock, ccnc:r,u, Iron. 1t111 or otner IOIICI ooJeets wl ll NOi oe perni ltreo. SonotoQs 1rio1.1 1c •e l9f'I o mlnllfU'II of Hi :01 ono o mo.-.lll'Vl'I ol ~O 10s. Soocooos ,no11 ot modt of o OurOblt mourlor tnat uors l.()O('l ven 1cu1cr Jrrooct. Auooer I klCf\ cs tt r• Inn«"' ,~ ... lnOII nor DI USl<l for lcncEl091, Sondt>09S Sh0 11 001)' bti p l OCtd 0100Q or u,pori rne oose support, of tnt Clt~lce ono sno11 not r,e &u1pena10 000 ... 1 Ql"OUl"IO ltvtl ot" r"U'IQ .; ,r. rope, wire, cnoina or orner fOS,t!'lfrS, Barricades shal .l NOT be used as a sign sup~ort. TYPICAL STRIP I NG DETA I L rDR BARR I CADE RAIL TYPICAL PANEL OE TA IL "10 1n of R.altitc:tl•I Sr.cetinQ I lncno. roR SI( IO OR POST 1'P£ BARR I CAOtS 4' min., II '~•. £0C(L IN( CHANNELIZER 1, Thi s Ofv l e1 11 int11'10t0 or•1, for v s~ ,,;· o i oc1 of o •trl l c:cT·~.1 10 c:natnelilt traf•lc o, lnoic:otlnq tl'\t tOQlf ,, tr1t ,,001 IOnt, 2, 1n l 1 oevlct U\011 not o. v&eo to sauoro11 '1<mu o' trullle tooi;osrno c,r otntrw l MI or wa'n o t c<,j'fCIS, l. lh i s 0e ... 1c11 i a bosee on c i ;i /ncn, lwo•c,iace enN: wl 1n on otttrt'I01• s1r 1o l l"IQ po1111r11 IOI.I'~ ,~~h r11rCA·1 f11tctl wt i..onoa, .;,non oppro•lmo,, 2 Ir.en m Detween ooncll , The! r;o1or of tnt ocno SlioulCI c:Ol"re&l)On(I 10 ,,.,. color of,,,. -«,ellne tYello• for· ••ft tOQet lna, wnltt for rlljlht .0°911 :r.1 for wf'licn Int N:tlee l a sut11fl tu1ee1 or for wnld'I It 6Ul>PllfW'III, Tna r1fJeetorl1:t0 b<rlCI~ sno11 1)9 rttrortf1iet1 ... , l:,tM t IHl<fl S91elflc lnttl'\lltyl eonfor1t1II\O to OtPOl'"l,.,.,,,OI W0t1r101 SJ*:lfleoth1n :>ws·UOO, IMllHI otn.r•IM flOtto. . • •. The c.o"n raust .. 1qn o 111ln lfl\AI of le 1es . TYPE 1 1 1 BARRICADE !POST AND SKID! TYPICAL APPLICATION CULVERT WIO(NINC OR OTHEA ISOLATED WORK WITHIN THE PROJECT LIMITS (ocn rOC)JltC, of o O'•ldeel nl"""°J &f'OI I :,1 oorr Jc~ I oi ,ne sent r.iotw'lfr ...... P(RSP(CT IV ( VI (W _,,./ PERSP(C 1 1 VE VI (W Jne tfYN ro111 on Iyo• 111 oO"r l ecoes &MIi ot ref1.ctor l1ee1 orono• ono r tt1te1lvt whltt arr11>11 on one sl ot !oclno ont ·•o:, 1roff1e ol"IO ·,orn t l<1u !or l•O·wo:, lrOffJc, eor-r rcooe s1r lp1 no :1nou10 :1 1on1 oo.n..oro in trw olrtc1Jori o f Ot:C),,I", --c&+:-·-·· ~ 11. -·--··' !' IIIOII , l ,. i i O'lS ShOulO rH :l'OunlltO on lnoepena,r, SUOCIOl"IS 01 O l IOU! nio..ntll'IQ hOIQ"lt In ccinttr cf f'~c,. 11·• t.i<,.c !ll-:i.110 oo a mir•i lf,Jfl 01 10 11111 ott1 lno l7pq ti , 80"r l c,x:u , 1, AO•<.>nl.:c ,1~r1l1w,i ,hi.Ill be us ue:lfi ,o ,rnwlle!'t In tr'II Oh1ns, CONES 28' 1n11 1, _J PLAN VI EW ;tuu11e O"'\ITI •f H, Sl tOCIJ l>urn I i q"11 I , lrofi l c CON:S anC1 II.Aller 1'111)"11.l!t', Sr'IOI t 01 O 11':lnl/T\J'II of 111 lnt:"ltl ;,.. l'IIIQt\1 -.fllf"! \1110 el lhtt' on fr11wo1s or 01 n lQt'l t I i!f'e, '/. Conu or tvo...tor IJOt'lltrt lt'lol1 01 1)(1aom1nan111 Ol"OflQ9, 1 1uoructnt reo·orOl"tQ9, or f1i,,or•se 1~1 ,,1 1ow·oror1Qt, 11"11 1 snc.ivto ~ ,.~pt c;1e1,11 a"l<l or lQn t for 11"10•l1TUt1 ... 1,10 111 1,. l, Cones usto cn11 tor 00111111111 OPtirut lc.in , oo ru1 r e~it• u .. r.afl•ctorluo IIIZllll, ~. Conu usto IOf'" "l i q"lttlr.. operct lont ,no 11 OI re11,ctorl.t10. A:1t1ector 1zeo ff'Ctarlo1 ShUI I l'\I.IYI O llROOIM, '1'110 11t0 outer sur foc. ltlf,l t OISPIO)'l IN '°'* oppro.-.lr.l!Jfl C:Ol or w :ng tnt oor ono nl9"1t, Tno rtfttttorlHO ~1 sho 1 1 ra rttror1f1tc11~, typ1 C lHlgn Speci fi c lnt•fllltrl C011f orn.l"9 to OtlXJl'lhlllOI lil01W1"IOI So•c l flc:ot :on OWS ·llOO. un1u, Otnet'•IH noted. ~. llhen u&wa u1 111u111, uw,opr 1u11 par1onne1 sno11 tn•'-""• 1no1 cones ono tuD\,,lor MGrker, rM10 ln l n 1n1 lr proper 1oco 11on ono In or-vpr l 9""1t poa ltlon. £. fttfi,ctorlzo1 •on of c:>nes sno11 cons1s1 0 1 o rnlnll!Uh Ii Inch DOncJ p 1oeeo 0 1 11os1 1 ircrit1 Out no1 ,ror·1 ,~ 4 lncnes fr1.1191 tr11 top, 1uPPlemitnt10 c1 o ffllnlffV!I ~ lfll:n Dono spoc,c o 1n!n l tufl of 2 lnc:nu oerow me r. incn D011CL 7. llet~tC1or!101 l on o!. h.rOvlor mcr11.tra anGII Pl c 111inil'!Vt of 1.0) lncn bO"IOs p1ocoo o 'TIO•lcvn 01 t' i ncne, trOfll tne top •llr, o i'l':l.-.lffVh ol , lncnu oeattn oonos. lne r.r :ac,or l zeo bOnOI $t\OI I be r•irorefleCIIYO 1:,PO C IHIQtl Spec 11:c: l/'lte:"11 i t1J COl'I · ICYr.olnq IQ Oeoor ,r.ien10 1 lil0\(tr iOl S!il'CI ti CC• loo M•UUO. IJ1 1US Ol!'lthlH "IOltO, i , Or.w·1,1 !1o1cu ~u·11.1t i:r 1.,~1~ r.v.-t.w& trc 911",ll'CII, G<.,i 1Q0 1c to, 'Cll'OOl"~J w!.O(IC tw 10 b no\lSl •itn otri.r ctxffl'llll!o,·on oe,lc•s ,1.ctl us ,trtico t OOl"IIII, oruril or t•o •ploco co"IOs !or 1vri,; 11o1rll\ 1110911, Ccre :1ncu10 1>1 1011.en 10 •nSurt u,., r1111C !n i n ,na i r prow IOCOIIOl'I Ol"ld In °" "°'IOM DCl lll on. ,. Cono1 Of" t\lOulcr morl!.ers u1,o on •oc:n proj tct ano 11 11>1 o·t tht '°"' a l H onc1 ll'IOPI, 10. fnt noncllt mo:, be CIH IQ"IIO os o h0o11. or otf'llr ~,. faorlcotto frcm I\On•rlo ia 1"1110tor101t 1ltnl lor to tnt eona mottrlo•, onci fflCIJ eutnd 1.1!> too tn0•lt1V11 of I 1ncnas QOOYt tnt top o f Corie. LtnQll'I 01 1"141 nan(llt sno11 t'IOI DI CO"ll'lder't(I •I tr. rtQ(ll"d 10 tno o.ero t , ne I on, of ,,... cone. 1. '""'' 00,1 •:,. rld ir•ctlono l C:oPOO !l i l) I S J)f'Ovl oeo. Qr\11\S "°I"" "mittec:. .~/ ~;~~!~ ~~!.'!r-;;-~;n,;wr\Q !~1 1'1) u:: rcq,.'.•t-3 l t'I t1,r f,117'1 ,, .!. ,rr,· 1ic,it l'Ol ~l'l 5 o•, f 1e.f[l •e s.,1Jf1ur 1 '"i o, sUOs1 I !ute~ tor or~ 1tr.e<1 111r :l!IOIJUJlf •I Otn /I ltU !!\On ~ fttl, ~. ,w icn U'lt. Sf'lOuhJer •lc,n Is ~tottr rr ,1)11 ·i ttl'r, s·ttour·CIU"rt 11~11 ftlO) 01 Offll t t ea If crU'l'.t er, uHO. ~-Jrlml fl\.lst ottno tr'II 11no1n l,ll 11'11: CulYtr• wldtU ll'lQ, CD CD-- Ct, lt'll;r •on ruo11 o f p1011 te c)':.AS ori tN sioe ol ~rooct,tno 1rofflC If Tilt crown wl Ol n n~ea 11 n.cuacr1, lllillnll'V!l of 2 r.no mn~ ·r,,n c;f • Ol'Ult$1 * Mo•inVII 1D«:in~ oe, .. ,n dt"..JflS sno, 1 oe ,er 1w.t1 , ,. 111ll'il!Vfl ot •·~ Or"""'5 $/·O · t 1111 i,/'ifld :icro~• tf'ot worll. <T l!:O, PL AN V I EW Ont7 l)r••Ql.,O lll l •o P,UO..Cl1 -.IU I/ 0t w,,o, .._ CUii ~ QI IN 'CUff11llont *°tll. lo,19 lrc;ifllc Cu,,11u1 Dtvlc:H Lisi' tC ll ft01 oucrlCMII l)l"t·~llfltCI P,OOUCII ono tnelr SOl.t'CH Ol"IO l'l'IO)' l>t U()tolntd 07 cor1toctll'WJ• S1onc1oroa tt'lQfnter froftle ()pM'otlont 01 ... 111on · 1£ f111.01 Oapcr1,-,1 of kunspur 101 lut1 t 25 £oat 11,n StrMt Al.ittln. Too, 11l01 ·2~U PF'IOM I SI 11 ~ r&· J J 20 fo.-. I !121 4 16 ·)21' 1natrvctlon1 to IOCot• tn• 'C'IIZICO' on f•OO~ •IDl lt1 O"t1 Stcrt at w.Cl lte • .... 00 1.stote.u.us CIICll. on 'AbOut t.oor·. c11c:k on 'OroonltotlCl"IOt crior,·, CIiek on troff le: 0ptro1lon1 ao •• Cl ICk on • C~l lont '°'" Zona !raft 1c Control Devices', tlld\ on • Vin POr·. tl'III 11te l1,0rlntCIO lt . ..-t, ShNOARD PL ANS I TEXAS DEeARTMENT ;Of TRANSPORT AT ION Troff f C.·OIJ,Mr<Jf (C,Jrt6 01 ... 1• fgn ., AND CONSTRUCTION BARRICADE STANDARD BARRICADE TYPE I I I & CONES 9 of 12 BC( 9)-03 ···-····--··----·------·--···---~------,---------:----:--:---:---:------,----,------,---..,..---- Terroo~ol"Y r1e)l(lbt8~Re flec-tlve Roodwoy Morker T obs WORK ZONE P AVEl.4ENT "ARK I NGS G(N[Rll :, r1ie (o,,,roc t or 5hQl I t,o rtaoor.a l b to to, ino l fltG l l'l l nQ WOl"k zone cnG 01,,1..,0 OOVCl"en• "'C"";t'l(J$, '" occordon(.(: -.Ith t,.o a•:Jl'lc)Ol'd speelf l· tQtlC."15 a"'ld IPOC IQI 0"0\'lll 10"S, on ell "0C'ldwoYI CPM TO traf"lr: wlthl"I •"'c CSJ t !ll'lts ur,len othfrw i se 1101,ci ,., the ,ion,. ,. Color," ,allftrl'lll n,'\C1 <1 lll'lfll'\IIN'J 1MII r,11 i n r:l\l"f l')r1T1Mc11 wltr, t~ 'To1ca ~or on I.hi tor111 Troff re. [Ql"tro1 De•d(.ta' 1 IWJTC OI, ], ·AndltloP'C,I !ltJ;')l'.)ltff\$n1i,I )OY .... "'1 "°"k 1"9 (lf.ll)l l ll ltW)y tit fou:'\d I n 11\t: pror,, or ·,o,:.l !lcot rcni, · ,. Povllll"41'1' ,rorir J1"1Q11 Y\0 11 bl lnstc1•1tJ 1n occordotlce with tlWI JWJT(D undo, 5110""' e·1 'he i:1on5, ~. '#t',fn •~• ,,,.,.. "l()r'klf'\9! ore ''°"·""'don 1he ot0"15, st-C"' ,,,111 ~ll ln\]6 ,1io • I COf'lfo,"'ffl 1t l tri the 1~1CO. Irle QIO"I I ey,(I dll01 !l OS 5-Mwn on l t,9 S•tirwkJrCI PICM Shtel WllSfP\I !, 11, Wt'lcll l'Cl"IC'cYd DCl YC11C"' raQr'klr,~s ar'c r,ot 1n o •oee ono •l".o r ooow.iy ;, OC>e"·•O t n t•nffl(., DO MOT PAS$ $1Q"'11 1"0 1 I bl 1r1c:t1d to ll'O(k 'he :>eo t'Vl1 "; t'l f 1ne s,c,tei"s -.nere oau i no 1, oron l b l ted on e: •hfl .uc t ln,r :,. w,..,11,.11; ooa,;lno 11 01r mi 11 11;6, ,11 WC)t'.,, l O"C c,:vcmont l"()r'k i f1C$ $h0 1 1 :>!l 11'1$1(1 )•CCI In CC C:C<"dOXr. wi t h 1•.., r.r.?. ·•nri. l ofle :in.,ltffiflP'l t Uo•l\lno:.,' IUIUO P•\l[lil(MT lilAAk[AS I, ~0 1,00 OOY(:'IIOr,1 "'O"k(lf':i orc t c: be DIOC (C: oe:.or d l l'\Q to ,.,e c,n1t o,na fll'I 80 I I, ,. At! •t1 '.'\Ct. t\Ollt'J"o'l"'I "O"l\,.r ~ 11,'\r,,: f r,, wr,.-~ l :'l"r. w<,k l ,.Q,, "~I • l"f!fll •ht1 •1"11111 1,r.-:ri •.·, n, 1,IY" 1,12, ·1u 1~1.r, n1'!".\lf''l:1 w1,te 1.:s · onr1 ;:r.l):Y•· lfl0rl10 I 1.1o 1c,1e1 S01tc:t t1c:011or ~·'200 r,, ou s -•!00. t t 11st of f)l'CQ.IQ l/f l ed reflect t •,c: rO l .)O d covfllll!ln t ""O"•c •io. C:O" b( •~,.-d c• 11,,. •ni 1n,,.1"'Q -..et, ... 1,,, f1 c,r /I 'i o, 001, ~I OI fl , '"· U.V01,1;V I ~Col• 'n 'nto.,a/n::!!/C)'lA OOOo .. fl O, oCJI 4, , l 1.-., of O"'t:Ol;ol I f l flld .-.o,.,·rof 111~t l vA ,.-"r,i r. :)J !t o~ c o,, be •.,1;"<1 o i ,,,ft f o : rowl ,,o wee s i te• H p, /1 'tp, ,1ot , .,,a•~. 111 ,u/l,/OIJO/hdl'J I 1,,1nt a 11c:1 oc f/4J C'IOore1:1 . a d 1 Pll[f A8111tH[O PA\1[1,,t[NT liUAklHGS I, ~Ofl'IC YOb l a prefclY I cot ad 01:1vome,.,+ ffl()t't,,1,,01 3,l'lc• 1 1!'4e' ,,,a .-e(l!.J lr e,r,e,..,h "' OUS ·lll4 1, • 11 51 of oceo.,o11r led ornouc t, CQl'l .tu1 folrld .o~ t f'le lallow lf'IQ we ~ ,110, ' · ftc,, 11 1,0, 001, 110+0, tw, uv.DI.Jt>/trOOt · 1,.,1 o1oaG1oo floa venio-k , odf 1, N(>"l ·l"O"'OYOOlc prr,f()br l cct1d pov""""'t "'O"'il l"'Ol\ • t o t l baci.:1 1"'<1 11 ll'flet lhe r1oulrerr191"1 t s of OI.IS -8140 or th1 IXflOI l\rehQH S:uec:lflcot Jo,, Mo, 55 0·74·19 . .1. 11,+ of oreouol lf lcd orod.lC'a ona o c:oo y o f 11"1o 1¥001 Pv"'°'' Scet l f l cot ?on, cc,, be lo.J'ld o• web ,11,s, Ho, II t t o. do t , atot o. +>1, l,16/0Ul)/hdat , l r,f oJO,Gd/CK1f t oovome,,+, odf fli,,//1 t::,, oo•. st e t,, '",UWOUO/hda•· Ll'lfot os,t;/1)(1/t u l'.H J n . O<lf WHHUIMtM!j WOIU lOHl PAVU,(NI .. .I.HIIN(j$ 1, t r,1 (1tn,·nc •,,,. wi ll bf! ~t.\POl"S l b l c ,,,,. 'lltl lf'l i Ol,l"\Q wo,~ 1o"lf! ocvemanl IIICYklnor, wl ,,,lr. t hQ work l l!ll lta, 2, Wor k ,0 .. 11 oo vtmc"' IIIO'"k ;flQ& $f\OI r tic :,.,soccte(I 1,., cccc;r c:onc;e wl +-, +,,• f •t o Jency and rn.JO'"l l "O .-aouln,,,a,,lt; o f work lC~ tro ff le co,.,tro i cwd ce_.1"1 ,c;C),t ct:o.,l\.GI ,.,ouJ.-eel by HYrn.~9~. J, 11'\e IIIOl"k l rio:i :J'lnv td orov *dc o ~lalblo .-o !or'91'1CI far a 111l ~I IIU'I cr,10"\C e ot JOO f11et dlJr'tno ,,arl!IOI oo~r 1on , rioi,1 cn<J 1~0 ru , w"le n l l lll"l"o t ed tl y OYfomob l le 1ow ·bec,,1 ncae1 1,t,1s ot rdgr.t, u,,leu $1Qht diJtQ"IGe 1~ re~1r rc+ed by rcodWoy oeor,iet,rr.&, ~. VQr-k l 1"19 , fo l , 1..,Q t o mr.a • o,r:; :r r,er 1" r,,,01 : r,e "cr,i n,c:e d l'I:\ r nou l "Cd bv the [:<1c,l ,,etr at the 111oense o f tt>e CQl'l t rar.~or'. 11(.\IOVAI . n, 11,vtuf ."' v,Ar11r1r.!. ·-------------- I, F'oveffltf',' ll'IY ;.1,..os thOt ore oo ,o~r cro1 1r.oc,1 e, cou :o r.re o ie con lv· 5 1qt' o, d lre c.• o "'O l ar l sl t owcvd or 1,.,10 l"'a c l11l1d oo,rt l ol"I o l .lhe r ood',,G y, Sl'IO '' be ,moved or Ol)l lteroted bah:r o tt,e 'OOCIWCIY 11 ODtn· od t o 1r off Jt;, ?, l'\c abov e ~11 no• aoc ry t, de'°''' ,,., r,1oce fo• 1e,11 t i,on t wo weeks, w!'IC'O f l CJQQers c.l'ld/or s v l flcl ef'I I cN)nr,r,41z •~ dovl cu ore used In 11 91,1 !If l"IO':Cl "\Q6 t o outlll'lt the l'ltlo:., rnu •e, J, Pove,119r,1 l'IO"k l rios IJ'ioo t r ta 1"9'1'1C1Yed to ·,,.,. tu1t u1 tw i .-,, PO :ia lbl e , '° n,; mt tn l tnvfl a d l urnl b le l'f'O"k lno, hy r;ny INll "OC'I ,N)i do u. r.nt t,01.,.rc11 y dO'!"CQe lhe !\Tfoce a, ter t Lr e of tflt uave,rer,1. •. Tht rffflO Yll l a l riova1Mnl 111(J"'k l N,JA "'CY rer.:1lre .-u~,..loc1 1'1q or 51 11 1 toot lno pcy 110·:1 of 11,e roodwo y. ~. Sut,J e r.' 10 ,,,, cpprovo l of tt·,1 (ng l,,tt"I", ar,y l'l'C!t"'IM that rvov u t o r>e sueceutv l O" ':l L>:J1"t1c'-'1or tyoe oov,,,,.n1 ll'(l y ,e uHd, •· &10,1 c l eordro r,,oy ta used bu t wr it "Cit t.1 reOIJl "t<l \f\l tu s.otc t flca r, 1ysrinwr, In t:'\ftOto,,..,. 1, 0v .,.,,e1,,t1,.,~ ')f Iha ~k In~• S~"ll lo/Cl ·st per"'l 1'ed. a, Al'llO'\lol of ,.,,sed ooverncn• f'l'IO"kers &nc11 be os o irec •ed by tne (~lf'ltV, 1, lllfflQvo t M u 111 •1rio oovsment "'Of'll.l "li' Ql'IC lll(jl"kO"S wl 11 be oo ld 10, dlrtc:Hy lf'I r.t.ttv ,:lo,,ce with "'"' '77, • (l 11,/l "iJI IMG 01 Sllt.1f, IIAV(~EM T Wl!'(IIIGS 010 w,F1.[AS.' uni.,, Oll'ICr'w l H SI Olt(I Ir, t he ,1(11'\s . TO, V l (W ' ' __ __; t---,. ! '/i' '--i 1~ /' lb-·· S IO! Vl [lf 3/~ .. •l (TI• of lohl,,1 .,0 ·11w,ua l ''f PIOl"fl t rio,, ·1 4• ~,,a l ea~ ,,.en I', r----·-----------------·-----·--··-- i STAPLES OR NAILS SSA LL NOT BE USED TO SECURJ I TEl.4PORARY FLEX I BLE·REFLECTI VE ROADWAY t.4ARKER i TABS TO TSE PA VE .. ENT SURFACE · ------- I, 111ff100•ay fle,IO lf!·rc'l f!c ••v11 ·MtNny rvYk!'lr ten" Ullf!d OA Ol ,df'J"O"'k ~ st,0 11 me,t Ir"! r e()ll l~e,reM ~ <,' M ·!}C (, 1, Tuh a 1:t•u 1 ,~ti r,,, ,,.., !' ~,,r.l"!• r,, r re ne '".H~f!c. ·r:c <V"<I <".cr.eC1 •t1c ;:y ,,,,.., (ngln1er or d n l '7'nied 'Clll'o.s t Mat lve. Sc:"'01 1-,9 'Jne' •u tr,.,o Ii,. .,..,1 ror!'IIQll y re0t1!•11 U, 1w1w11vr,, o • tr,r. 1tr,t l l')r\ o ' •""II r.nq ineer , ~111,~ •t,' or ·a· be low "'PY DI! i.-icc,,l)fl •r r'l!I M.,"" ()Ufl ':,y l\11f are o l acfl'llfl "I or, H·f' r o aoway. A. ~.1,ct 'h '" 1 S1 Cl' ,.o,·o •oti, ct "'l"d""' fro"' 110,:h ,0 1 0, ~,..,·,:., "'0"1 J11(1 Mb'lll t lo ,.,r. (ol'!ld .. uc ttor, Ot v 1$lO "'I, "401,,..10111 O"IC Poven"e,,t Sec•lan ·e Cl~'"'""'ll'lll •c~c !f l c;o t ta., ccr.o •i a.,,:e, 8, Se !ec • 11vo 1s 1 1ou Cl"<l or.rlar111 1f':c fa 1tol'l r,o 1r.s1, ,,rh, f ive 15 1 +-ob, ,::t ?.A lr,c h ;,,1fl rva 1, or, Gr. ospt,olt l c oav.,..,.,, ,,.. 'J titrc•or,t lltwi, IJ ~l rQ !l IN'ld l t,.., .\11!1 !)0U81'19!" \/Sh l tlf! Ot' Ol tkUO, r'Uf'l c,,,., 1h11 ll'O"lt.e r 11 ..,111, u,e froM (11"1(1 re:,, tlras o t o $1)11ed of !S t o 40 '"'''" Oft" l"IOI.,.., lo\, 1 •1 1 1ine, I" eocn c,1rect ror\ p,;o ll'Qrc thQ,'I one f ll OIJI o f !he f i v• 1 5 1 ,,flect l ve ,,.,.iocu S"IOII bo tost or dl AOIOCtC: as o ruu1, of ,,,,, tut. l , $111QII dHIQi"' vor l~e• --ay i>• ,,nted t>etwHn tob 111Q1"1Ufo:t\Tera, Rolse d Po V~nt Mo ,.kei"s ._:uo cd oS: Gu I domoi-k$ 1, .:;o l sed :,ovemon t ''IOl"ke•, vsed 01, ;v :demorks 6"0 11 be irQl'II tne 01>0~ov11d orcduct 11,1, ond rt:·U1 lho raC1Jl~eqr\t1 of. M ·llCiO, l, 411 tlll'Oor.:ry c:ona 1ruetten r oruc; £X'Ye:net\t l!l()r'k:ei'a t1rov ?Cl1Cl on o l)l"O· Jtct shol I be al t~ 10"'• rcnufo:11)"•"• J, A<lht&lve 1:,r outo"""'lt' ,,..011 tt or+l)"Jnova mot,.-101 f'lat oc,olled·()t" butyl rv::bv DOC! ~or ee l 1\ll"foc:11, or 'hfl"l!IOl)l C1tle for tQf'\Cre11 w,oen. · · Gul Ct"O'k:$ Sl"IQII be CIU iQ"l(llfld (11,1 V[LLOW · 1 tyo CJ'l'01r r ef ·oc:.tl ve :;.,focef, wit,, yo t low baay l, WHlr[ • ,I Ol'II &lh••r re1 .11,c.1lv1 1 ur'foc11 wi th wn l t1 bO<lyl , PAV[Ul~' Ut.R .((RS 11:t~fL [C IOAtZ(~I 0lr,IS•(200 IRAHI C BU TIO"l !I DUS ••JOO (POn JMO J.0M£S•V£S OlilS •i•OO BITININOVS AOM{SI V[ r oR PJ.yt l,,t(NI t,1.1.AK[P.S OlilS ·i •JO Pll (rA8A JC.1.1(0 P.1.V[l,j(~l t.lARKI HCS·P(~l,Wo'O,'J M ·l2•0 PH1:H8H iC.l.1l0 "'A VtJr,l[Hl 1,/UlklMGS•ll(W)VABL( Ot.lS•82(1 T[l,IPQIIUY tl[IC l8l(•A£'UCIIV( no t.OW.¥' ltl t.All[A :,as 0¥5 ·12~2 on1y P.-t ·wotlfltd prQducts w1 • l>t u114, • c:opy of ,,,. 'C0111J IIC1"1I lorti lOf"II Tr'offlc Control Devteu Ll et• cc11 1co1 dHcrlbU ore·OJOllfled oroOJetf ond t,..,,. .ourc., O'd tllO"I c,e obtolntd by contact tnoi sfonooroe £notne.,- Trou 1, Operot rona 0 1v 1,1on • 1£ t,.o, O..X,,t°'lll'tt oi Trc,,,wtot l on 125 [o,t ·, 1,n· Street Qtln, t,woa 11101-1411 Pt'O"le 15121 4ti ·)t 20 rOlf 1 \121 "'·lH9 1na,ruct1on1 to ioc:o+• ,,,, 'CWZICO' on hO~wtbalt 1 CJ"•• SIOl"f ot "''°'"' . WW, dot, ,tott, h , u, CIiek on 'At>out TvOOT', CIiek on '()"Qonlio11ono1 ChOrt', Click on lrottlc Ooftl'a+IQt"'la Bo11, Cilek on 'COfltlllont Wark za,,e Trofflc tant,01 Oevri;:u•. Cllc;k on •v 11w Por :, Thie elle If prlntQOlt, ..,fr-S TANOARO PLANS . I T(XAS O(PARTMCNT OF TRANSPORTATION Troff le Oo.rot fons D i v is ion BARRICADE ANO CONSTRUCTION PAVEMENT MARK INGS STANDARD 10 of 12 BC( IOl-03 hOOI r.iv-01••1 •n• •·~II i,.,Qllrl ~;;-.,w;~l '{f.: flaJIIUfl'U'I ~::; r-~~ ..... --~--~-~ ~ 11 ·01 t-·------1...c.-=-+c:..:.+-=-=-1-==-i -----) I I ! PAVEMENT MARKING PATT ERNS CENTER LINE L NO•P AS S INC ZONE BARftiER LINES ·rnR TWO•LANE , TWO•WAY HIGHWAYS 10 to 12· -, --------------... ~.----0 Yettow Ye11owP R[r L£.CtORIZEO PAVEMENT \U.RKtNCS • PATi(RN A =-}---~-:s..- ~ '4 tO 8' -'r'ftl lOw R[HlCIUH I ZlU t-'>.'llM(Nl 0 MA.RK INCS • PATl(RN 8 T10• Y U1Jlto•1s ---10~~-;-;;;;-1 1-•·• (,'J ' a 000\ Cl ~000 0 ,Jooooooo"cioooe.:, \ OOOOQOOOOOOOOOO lo~o oooooooooo Type Y ourtc:ns /U.1SEO PAV(M(ht' '-tA.Rk(RS • PA.THAN A <> lype ll ·A·A lype 'f Ui.JlTUtl ::I o o· o461'o ~ } o !I o o oio o o o o o ~ o o o o o o o o u o 0..(, 0 Op o u l.l ll t ti U o o O O 0 Type Y outtons 6. ,i.; e · \ I 0000 Type 11 ·1..·A RAISlU PA'l(M[NI MAftJ.lHS f'ATl[HN 8 Pott•rr , 11 1ht rxoor St<rldor(I, no .. ,~.,. Pattern B ffiO)' oe uHo It oppro,,,,o oy !,... Cnq lnt•'· Pt"etoorlccteG mat'kln91 111ay t>e ~uost l tutoa tor-retlec:tor :zeo O()•«Mn' ITIOl'k i nos, EDGE' LANE .LINES roA DI VIDEO HICHWAY )'JPI 1 •C Wnl ti!__ --Ye 1 1ow " / Ye1 l ow wnlte\- A[F'i..[CTOfh ZCO PAV[M[NT MARKINCS oco.iooooouooooooocooocuooooooooooi;,000000::i,c: . Type w D\Jttor.a < Type 1 ·C or 11 ·C ·R (? O' 0000 0 0000 C 0000 Q.,.,,.,.,....0000 O 0000 C Type I •A, r:,oe Y 01.Jt1ons , <} 0 0 0 0 0 DO O O O O O O O OU 000 0 0 000 0 0 0 0 0 0 0 U O O O 1,1 OCI 1,1 U OU 000000000000000000000000000000000000000000 0 lyr,e 1 ..... / lyl>e Y t>uttons ,,.,, c 0000 o . 0000 o<oooo o........._uooc o s) lypewou11or.1 lype1 •(or1r·C:·tt 0000000000000:,ouoc:oooc:ooooooocooo:::tooocoooe RA I S£0 PA'l[IA[NT '4AP.K£RS \ lypo I ·C LANE l CENTER LINES roR MULTILANE UNOIVIDEO HICHWAYS 0 0- Wh l te/1 - wn1tol'_... µ _ Ye l low -----------·-·---------·-------·-lllfLI.C:IOl lt li.ll :,,.YLM LNI WAHIUl~C~ Prtt®r i:o,ell ,ncrk :nos !NlJ 01 svosi 1t ... 1ec tor r1tf 1ec:10t' tzeo OO't'lff"ttln' tn<lrklnQs. /l'yOt! W OuTIOOS lype 1·C: -<}. o 00 00 a 0000 o 0000 n/ uooo n 0000 n t1P• , t ·A·A Type T uu,,o~s O c' :J o o o o~ o o o o o o o o o o o o o a o~o o o o o o o o o o o o o c o o o o ooooooooooounuooooooo1,1ooe<.1uoooooooou co o uo 0 0000 0 OU~Q O OOUO ~-----~.2.::...~-~~s ________ ,_, yr,e _ 1,-c ·------· .. ··· ··-· -··- R:. S(U 1-<l.V\.M(l~t •.u.n .. rn.,; TWO•WAY LHT TuRN LANE -~ -Yel I Ow -- R[H.(CTOfHZ[O PAY[Mtflcf MARl'.INC~ Pr•fOCYICOteO ll'IOl"ll.ll'IIJ• IT'!Oy ot SU0S1 i l1JIIO 10(' rtf1tc1or i ZeQ '1Q,emer11 ffiQ"l\l flQ!. 0000 C OOr.>O 'Typo W Dv1 ton, u' oo oo lyoe 1 •C o a o o o a o o o a o o o o o .i o u o o o a o o o o?o o o i:i o o o a o o o a o o o o o ooo> o 0000 a 0000 a.,,. 0000 o ooo" c Typ• y Dut1ons ... Type I I •A•/1 U OUOO O UUOQ O 01.)0U Cl OUCl';I O (1000 C OQUUOCOI.IOOUUU UQ Ol.lU<.IUOC,OOOtlOOOOCJOOOOOO OO OOO ~ 001,11;1' n oo uo ,. _o.:_ _____ 1_ype W OuftO""S H,t., Sft) P A ... (MENf MAt'f,o;(RS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS DOUBLE NO ·PASS INC L :N( -..,,u l'otMCIII IUO(M 11c,.cc10111,uo •tt(lll.'fl1 W.*,1,-Cf 60" : 1· < TO o2· .LC-;, !:c , C C,'':' :\~A 0 ,0 .000Q CJ(.)O CO .L • 41 ' Type l ounons ofo c o 0 C> 0 0 • ,o ,2· 1-·----------------· ~,.,10.. -1 T)'pe l •C, 1•A or,,.,.., SOLID LINES EDGE c I NE •'41lrD ' ,i¥1"i"I O O O O O C 0 ~Tyo• w or r buttoni, 00000000 OR SINGLE NO-PASS :NG LINE mllllU -' ~ 6C' J· ll(hl:IC111 1l{, I ···'""·' -i-----------------· IIA~~•II" ,4' wr,:,e or re 11ow · WI DE L I NE 1fflOl•ltll-t".t#Ol••l •fr<••""' a..c..u-tl 1l,1oc:,,to1:u1u110 01u0t .. ai:1 ,~.,, (.,-..C ,•C.., AAISIO ,.,lMCII' 1 •2' •tr1.acu111 ,no ,nt..i:111 l)'Pe I ·C ,1 t-u,· ! )' Lo'l o i o o o o r·o O O V lJ C O I s· ' Type w ov;tcin s o o o{o o o o 0000000 . --·---1 BROKEN LINE 0000 a.,.. __ o oci c uu o o l--10' -4.-30' -.=:r t ype ·C c1· 1r·A·A. ;---; r- t iP• w or Y Out tens I---<0' ! ,. . . -l 1tt•1.lCIOUllD '•VCIOlltl IMAl •t.cl ~-+-3:,-------:;:::::: __ /u /- wnt,e or Te l l o• REMOVABLE MARK I NCS WITH RAISED PAVEMENT MARKERS 1 f "Oll;ea pov..,.n, tnOrk*l"S ere v••o 10 supp1.-n.n1 RCMOY A&L[ MOrll.l l"IQ~, tne rno(kN'& sno11 ce applleo 10 tn. rop gt tne t cipe 01 1ne oppro•dr11e11t mrc, lertQtl'\ uf toot uHd for t:1ru11.en t I not « ot ?O foo, spocln9 for soil(I lints, rr.i1 0110..s on eos ter r cmo.,01 of ro/:;oc, pc:vanont fflOl"ker1 on<l 1oPt, !7pe 1 ·C.: o r ; 1 .,..,. lw1'tn r e:>,1 i r eo1 !:t1tt1t I Int or ,1y · •wi i u ot-... ,e<f uo t<IQt t lnu --------·-------------·---"···* ··---·----·-··-···--·-~. M1y ~t·QUOllflMI Pf"OOUCtl ano11 ~ i.1MC1. A coc,:, of the 'Cu1ollc.m tor11 lone lrolf1c COt'ltrOI Otw lCH l l ll' l(flZ ICOI oucr lt.its l)t't •Qvetltl eci ~00...C11 ono ,,,.., 1ourc:u cino rno 1 oe ObtolM<J oy con1oc11n91 StondOr'dl Cr19lnter trofflC cip.,-otlont 01.,1e1cn • 1( tuos Oec>o"ttfllnt of tronspcrtot ton 12S £oet 11,n Strfft ...,at tn. 1111:u r1101·l413 Pnone , ~121 41,-1,20 roa I S121 4 1&·32" rnatruct ton& to 1ocou tne • C,ZICD' on Ta001 no1111 ore1 Start ot .. o,ttt · ww.dot.•tote. t11 ,u1 Cl ICII. on 'At>ou, TxOOT', c11c11. on • Oroonlzot IOl'IOI Cnort', CIICII. on lroff lc °'*'otlons Boa , c11c11. on 'Cono llMt IOf"k Zone troff le: Control Oe,ice.s', CIICI\ on 'VI •• POr·. ttila SIi e Is Ot"lntOl)l e , ::::n~:W:~11~:•r!!~1: :;,.:! ~~~~;v,\v.u i pr,,.~N', : , •, · ,f,: ,·~•.,1 """ • •:t,. ! u,1,u ·<1 ~ t;;I 1 19111 ·10 ·'.i (C• :,,1,v{Ml lt! l,l.t.ltiJ.{Ri.· ..-iit STANDARD PLANS I T(XAS O(PARTM(NT OF TRANSPORT AT ION !r uff l e owrot Ions Div ii i on BARRICADE AND CONSTRUCT/ON PAVEMENT MARKING PATTERNS STANDARD 11 of 12 BC( I I ) ~03 SGZO ·I w/D l ooue 48' X 26' SG20-5T 48 ' X 24 ' ~4 ·9PIJ Vor I ob I c x 1 2· l ,11.,., ·l 1oc1i ~, ·1:oci. Weer ·1 ·«11 kJc:tior01.1'¥1 • O-O"'QII ~ .. ,1. ~·•·r• . 1 roc~ ~ ... , ·l toc, !!C"der -ll eeli I CCll9"0Ul'd ·Orc;,.oe l 1I I, ~ti' Of'lf" • 0Foct l!,,c•170V"'d · O,O"Q•"•''· 1°'' o• •0001°" S•oto 11 · ,,. ER20• 5 ?loQue J6 ' X 18' Lotte~, · 11 10;~ !lo,-(ler , ti•«~ ~°'"Vl>V'? • r-11 9 ••••, 1 111 ,1·1,· pt---·-1•· q,J• R20·5 Ploaue 24' X 12' L,1 1..-, ·!lloc:k "°"fk'I' ·Ila,,;• 3otl<O'_.., • llf'I I •~ lt'I , Ti.."6'-tll,Lr,, I J IO"•I • 10 i,., \.'HO •o Of 'O<T IO Cll ' 11rH•, c,, rOtl(I~ 1...,, :7'• "'O t o ~•ote o, f ..a,r o• ,vtll)tt'..,1'11,,.,,a,, l'lo•• .. ••· tt l/lou 10Ntt o, 1,1nd 1 .. or ,,oo~o • rvre ... ..a rou1u, ,1,0, ""-" '·"' 111• ·'JIii, L or \ 11~ It UM4$, 0 I I~ 11,11-tNlwll"''"•~of •n.o ttreo• bol"9 001 0U1"r1~ "'Oy tlll".QV"f ftfl Ol)OY I I f . ES · Io 48 ' X 42 ' l1t1er1 •'1111'1 11,.11,11. .,. .. ,... ·.Wh :1,hfl, we..-·1"1 11,11,11. t IOl,I 01 ''Ill -..~. 10 ~ 1 O" e t 1n,1:1,c 1,.,,r"Oo1 t "fl de · c. Onl y Pl"•·01JOIIH,o or0<1uC:t1 inG II bt u11d • cooy of ttie • mollOIII Work ZON f,-Offlc c.on,,.0 1 OtYIC:.f. L l1t' f CWZTCOI =~~::.::•b~~~!:~: Ol"oOJctl ond thtl" ,o~co, ond "'°Y Do Stawo"'dl (nQ lnee,- troft l c; Ooorot Jori, Olvl alon • rt !1110s DtOOl'tmeiit o1 tronaoortotlon t Z!i Cost 11th s,,. .. , Aust If\ Tero, 71701 ·141J Pt\()"lt l ~ 121 .f I 6 •J 120 row f!IIZI H 6 ·J219 lnatrue,t lc,n.a to loc.ot, tt,e 'CIZTCO' on TwDO_T "1b1 lte tl"I• S•0"'1 0 1 nbalfo · W"W,OOt ,1 ,011, +w.u, t• lck on ' i OOUt lvOOl', CIi ek on '0,-qo,,llcr110l"IO t Che,,'!', CI i ek O"t t .-ofHc Ooerotlon, Sow , ~::~: :~ :;::1~;!, lor" lont Trofflc; C()'wo t o,vi eu·. th 11 .,11e ,, c,rl,,,otlle. lock1701rd • , ..... ., 11,11. EG20·9T J6' X JO' 1h' 0·7.0o 18 ' X 18 ' Lir tlt"• ·9ri't1lttf 1, SY""OOI ,.,.1,,11,1 :, IIM def' ll'\!'tlt1I ,, llo(:,grn'-"'Cl ·(ll1,111ll 1 l 1, ~ .. ,rr·;y~_,~\q ~I i:···· °XL /J.l''I,· L ····-·-······· '7'/.· 0 · 1 Arreyw Oe1o l 1 loe• ••~• , I toe~ Oo·Gfl• ·OIGCk ~o:;.•O"'O'l"O • Or'C'l"QC •e• t, 0·705 42' X I 4' E5 ·2 48' X 48' G20 ·91 24' X 24' 1 •t ,.... , ijlor.- 4nr ~~ ~Joe ~ e,,,:-7w .. 1 t,,1••oc •r11 , l.llfl "I · 'lf,!11 111H. h-.001 • tP.h1 Inn, lo"ocr ,.,.,,,.,,1 ,, loc.11q-ou:,c1-11u.1,•1 . Ullt'l"t • IJIOCII lorOer ·llocl. IOC.IIQ'"W'd • O,,QnOII lt f1, .. ,. . .,,.. ?ti ' ·)'--IZ' ------- CW24 ·2 Vo e . X 48' ,,.lrr'l!' IIOIOQIIIIIOY&.I.IW'd!O .......... O""°""'-O I IV-1, ... llE==;; .. =.:;;;.,;;; .• ;; .• ;; •. _:;;;_;; __ ;;;;;_.=;;;-~,;;==~-=-··"'="'-"'··i'i;.;;. =~~ 1 ' 'h. G20·2b 48 ' X 24' ~If,.,.. . • •otk ltYr141' •ll lnr;k B«kg,o,..,,,t1 •0-0l"IOll"wl t. ,11 I ll Ill ,11 I ll :11 '" Il l ..-t" STANDARD PL ANS I TEXAS OEPART1,1£Nl o, TRANSPORT All ON Trr,ff rr: OMrot Ions D 111 1s l()n BARRICADE AND CONSTRUCTION REGULAlORY & GUIDE SIGNS STANDARDS 12ofl2 8C(12l-03 1t ;; .::.i, lT.: 'I .. ,,.,... •• I l •Ol r....J-!.:;;;;---,-;-=..:,::,.::-r==i~=::J CHANNELIZING DEVIC ES FOR UR BAN ROADWAY TYPE PROJECT ror 1p(l<;IO'tl C..I •••" Cls¥1 C••• s•• IIC I 8 1. uu se1t •r:C)f'l ,lno ,...oooru In oreos ,i,nere :"•r • ;, o nlQn pot•rni ol tur cl'Kl"Y'1a li 1 l nQ Oov :co1 I C :io &tr..,CI,,, M .. IT r•Olr •CIIOf\01 QOl"r l COClt .:,l'I , 1no 1, n•oc•a o~r l • or cw , •6. BARRIER DELINEATION WITH SAFETY GLARE FENCE MULTI-DIRECTIONAL BARRICADE r-----···-·----·- I -· ' ¢ ! ===i ~ T r, 1,1.,11i•olr s.:1lori.:11 t,ot·,·ll:UO• •NII n u1 I.IV uuO lut lune 1:101.M'eli, ?. Mu 1 c,,t .,,,a for ,..,<ro cn01"1qu, In OI IQl"\"1en 1, or· <1cro1s rooo.o 1 trOlt, ,,em ol 'I' l ,i1,r :1ir1 ci ;on. ,. 11:i h:<l ,1 1 w1ec f l.I'" 1n1 vll'ICIOl1i1h1 IGt"ltl S1Nlonor7, Snor 1 lvrm S1 u 1 :onor-1 Or' !.nor, ,;,..,.~,ion •or" zv1• op,r u·:0!'1 1, ~. 5o:e 1n11 (1t1TC O L'st tor oopro .. ec ou :on:1. ' I cw 1-e USAGE OF CW I -6 , ECWl-60 AND CWI -8 SIGNS -··---·----·--------· ''':;'' '' '' ~~-=--·~;=-~:=-- ---·--~~\' ~ f -, . fn. CN[\liltOH sron I C•l ·11 IIIO)' DI \,IHO IO rcp lOCO roocs lu oe, tneo 11on on cur"•' or 1.1110 :n iron• sl t luns ot taper s • ·r;~/ ~ I I ··~· ~ _-.--. . -. . ---~~~ ~. • • ~ • -.--..-::--*':-\"--·---·-· . , -. . ~·~ ~ ------·--rn> ----• --~ ........_ NOICS, ----~---e ............ ;---......_ ECWI -60 An llh!MIO Sl OP I f'IC AAROII' 1 10,, I t(Jll ·~O ! It Jn ,.rld tO 10 o• ..,,.o io 1na1co 1• l f!Oi)tn nt ~o fe1 1 r.1ore f@nc11 •i i i' 011 51'M!l':if l t<1111s11•n.,-11 In mt1 pl()"l!t., -..._·-....,...,--... • ., .... _ !r.e c...m..10 1t .. t! 1"101nir101 '-'~~"' c:t m e now1cr un l u 5,no1 t 11tq,..,.:i 1 '"" ......_ llltf i...1,jlr,1111\1 "'' (I CII WI llf lr011ll l luo'\ I I ~IUYIO Im 1,r.-ir.t1r.t c .;,., c.-1 uc,prc,· Pf,Qr • ..: .... , .. :r,,,~ IIOl •u.tU, Ol'IU lof!OIJI.: IIOI II• l<HOHll'~llt\tO.,W• Of' "~lftl on. Aclw!soq 'l>t10 plOQul i 5 OOI IQt'o<l l, 1eno1n of ·ne lno:vi cuu : sect ion s ot 111,rooroq eoncrut 1rc1t ic: .... ~'--........_ barr ier on wr,;cn tne)' ore tN101110 so tne Joint oeheen borr ler l [C[Ni> sec tions •'.II no: 01 s:~ot"NO Dy ony one i.n l t, --------- l. Pcr111 1 0 1oou wlt 1 De Oes lo,,10 sucn tr.ct rtfltetive !.h9etln9 eor,formlnQ wi ln 01t1crmtn101 M01erto1 So1clfleo1Jon OMS·ll!OO. f 01 Surface /.11fiec1 iv e S11Cclin9, i ypc C lt1 i9"1 Specific 1nun1 l ty ), mlnirrun alu of 1 l:"lene, = Borr 1eooe • • t,y 12 lncnu ca-. De ot tocneo lo lhe ,oi;ie of tht pone .IDtooe. Tne &!'!lllt lnq ar,0 11 t>• o tt<r.t!MI to an, panellblOdt ptr uctlo~ of -:c11c r et1 oarr ler no, 10 e•cete o spoel~ of l O ttat. sorrier refttc:tcrs ore no, r\Ococsor 7 ..nen por,o1 1 DI00111 ore :nuot 1eo. l"O ,llr IIO.lnt•O t 1osnlf'IQ orro• p~, ~. M00,,,,1er Clorit <;c1e~s tor n.oa 11~, oorrltir sr.0 1 1 rnco t ,no reQv l rcmo n 1s ot ows ,11,10, '''' Only l,lt'"t"'-fUC,11111.0 \,lf"OOt.lCU JhOII b9 UNO. A C'097 of Iha 'CCJ11'911ont tork' Zone Traff ic Control Dnlcts Ust' 1C1ZICO > oucrrbu prt·QU(llltl'to P,oduttt O"ICI tnelr 1CM"c11 end mc,7 o• ootOlned 07 contoct lnQI StO"ldO"dl tn91n .. ,· . trofttc OperotlON 01v1 ,1on • I( Texoa Oeoortiftlnt oi konaportotlon 125 toe, I t th StrNt .t.watln, haoa ltJ01·20l Pnont I ~121 .16·3120 ra.a 15121 ,41,·32'1 Instructions to tocote thl 'CWllC:U ' on Id.IOI w1os 1te ore, S1ort 01 •IDSltt · 'l'ft,001,stot,.h..uS Ctlck on' 400..,1 111001', c,10. on 'Dr9Cll"lltot lono1 er.or,•. Cl I Ck on troffle ~otlon.a lak, Ct lctl. on 'COll't>tlont tor·" Zone lrofllc Control Otvlcu·, Ct let,, on '"1'1•• Por •. tn11 1111 1, prlnt oo1e. PR(OU,t.L If ICAIIO!'i PROCEOURf.; AR( OBlA111tO rRO.. CONSfAUCIION 01"1'1S•CtHJtit(R1.t.LS ANO T(SfS SCCT tON f[.O,S CEPARIWENl or !RANSPORl AflCN I r.0011 11'i UST' 111n Sllff:[I AUSIUI, tJ. 16r:11·2~8l OfP,1.AlM(HlAL l,U.HAU.l SP[C 1r tc .i.t 10NS ----] fLAf sutr.t.C( AHL(CT IY( Sti (ET1HC 0\I S•l)OO OCL IH(AfOAS ,t.N') 06J(Cf IOAK(RS OMS 8600 MOOLA.EA GL.t.AE SCl:l:UHS ows-a,10 -·---------- CClO K ~~~~~( ::~:~:~~ ;~:~ ~ : ~~~iR~!i~~: l~n:~!~~: fl j Ill .I.Cl( LlG(HIJ ~ tl(J~l){HS V,Nft NON·Htfll:CI IYl '.,WEE I ING , ____________ J 1lr.Hn 10 ltt( BC ~Hl!r, ran Su((l ,kC R£0lllfl{Mf.~J ON (HA/olt+~l :11~ orv1C(!r,, 1,/~ L~--=.J u I . . l'o.-ms...-•c;, CWI -6 • :.AMC[ •AAO,r 1 1~1 1 c1111 ·" 11 :r.,.ncr,o 10 oc ... seo •o q1 .. en,g1 tc, ..,1 c snaro cnoiioe in o•l91'"'*'' 1 11.,.n, In,,.,. ci,,,,:Ol'I ol :ro,e ,. 11 sno.;1ct>.-pr eceo1c•i lf1 on oc,p,-OIH"lot• oo,onc• con1tn,c 1 Ion w<Yl"l l ng 1urn 1 IQft. t ne rtv, co1cr-,'Ol"l t~ o f ..,;,-11. c..urotlV'I cua tnt l r 11,ne 01 o 1oco1 1an sno11 be• "'· L1,1119 ·tarl'll S l OT tOOCt"y !!. "°'"' Tr'!CT CCCUl)I IS o IOCot lon mor, men) 007S, B, 1ntert11eo io1 e ·1er,n s1c 1loncr• 1, .. or11. tno1 oceuoies c 1oco1 lan IN)r'I mon ont co,1 :Ql'lt perl in ~ 10 J ,o,~. or 11:q,1111:11 .o,->. 101tll19111cr • ,,,un, ""'-"· t:. ')not"1•ttrn, s1~1 ;0,,cw·~ il O'Jy "ir..t: •Drll. 1h01 (1Ct:u~i 111 o 1occ1ion 10'" inor e •l"l(rL I •,ov , :1 :..,1 ·O~ll l flUll I"/. no...<t. J. '!iflOr ! o...t'O l ,UI' ;~ .or, u·o, CCC.,P !IS Q IGCOt Ion up ,:, ; rlOI..I', l U.USflUJ ION or SIChlfolC, ro,i1. C:Vl'lf'( I ''" I (,Ii~ 1LLIJSrAA110Jril or SICNIHC ro,i A """ '• c• ·Ill,, l l•Pllr,..: • ..... , •• &i/Tl,I 11,l'IGII Ot.r IIOwl"IOQ on 11 .. 0 5WPOl'I J . i. Cnt,,t uni . ,.,,.n vseo, Sflel t IMo .,.(:1110 on •N:t o..,,"io• 0 1 o ~«11 c..,..,., O" ,..,..,,, o,-on 1n.. fer ,101 ol Of'I 1n1•• •~-<:1 ioit. ll'Wr ,r,0 11 01 In 11 .... •I II" UIIU ... I r ll,ll)t Ut1',l!U 10 u:i,i,rooe1,>l'lc; t r ult IC, ~oa<:ln~ lll'lOuld o, ,..en tho! 1/11 l!IO !Of'III 01 .. 0," l'ICI ll'l<H In_, ..... ..t'l111 '"" C:hCl"iqe In 0 1 ;Ql'fte'\1 el l f'llt\CIIU 1:1 ,.,..o. t fo, ao ·•O) u ·oltl:, "'M ,.,_or,~.,,·"'' •l \lf\l on , .. 11 1,, o l "''' ,..,,. ,ocn 01r1c::11crt ot 1#0,t 1, •· Aporop,,-101 1 oo,~• .,.,,.n lnq (\JR¥£ v !Loflt. li i o:"• .1,n ~.i s«~ \CIMO o,ou,.,t sn,i...t a ~ ..,ua .n.n nHa.a. ~ STANDARD PLANS I . TEXAS DEPARTMENT OF TRANSPORTATION Traf f i c Operations Di vis i on TRAFFIC CONTROL PLAN TYPICAL DETAILS WZt TO l -03 'J ,1 ) . ' . .. ' -'' • 0 0" t ~ .~ ~. ~ ~ 0 •• u • 0 r g ~ ~ ~ > O 0 0 ' 0 >' ... ~ ~ REGU LA TORY SPEED LIMIT DETERMINA TION GUIDELI NES __ t._. ____ _ ..l!.!Ll_~. o. ,, ..... 1ro ll•e WO"• 7C"'4! c0f\d :t 10"' !l"QI Q:):)11.,) Step J n .. ,,,.,..r,.,11,.+,1c,- 1oc1or"s tor 1:'lft O)Ol'"OP.-l:'.l +• CONJ ', lon.s Cil>)ly t o the ,cec 111 e site YES ~0111 'IP'Wrt worlt l O"!t o,totretr l ti .,,;,1-red..i<:td dtlsllj,'I SDHC:S e,()IY'f()t I.le ovc,1'-'eCI. ·he work 10,,e .sottel 11 11111 st,ov i ll •\Qt ,vci,oc, 1rie Qll.S IQ"I soec..,, evel'I I r ,n r, "~')U l•os a S)'!O<I 1ri.1t ,.ftduct 10,, 17i,1;1e, 11,0I, •O "'O"', Step 4 SE ioc· 1~c •Or"k lOf'\t soeo<111.,•1 S:>11t1e 11'"1 •mc:,b11 ~ rt1(\1Cf!<. by 10 ll"O/', • • --~,.-••~· -• •-•-•rn ·-----•--•·- Condi t Io n 1, Rcodtldo .\ct1 .. 11., ! ~: -I t : i I I i I I -----·--·-·-·-·--·---- Corid i t l o,., I t.c1 ·v1• l 11!o 1nc1 n•e rro,e i,,n,1 10 1ee1 're,• •~• e (Sl)e of tri, trevo led w~y !roe<111 i ,;,,: Cf.1 · ... 1•y1 lyp!col Aoptlea1 1on, Ror:cwoy :oria+,.uci Jon Cltoo,">ln9 G'"O i t'IOge LOl"(ISCOP f nQ WQ""k Stru.;11,..rol .-ot"I( u• 1 11 1v work Rnwnrk !"'IQ C:ltchn~ rer,cll'\Q wo~k 11eauc1roris o' (lf1,11rio Reoulotof")' 'ioeed l imit S"i,:,1,.1<1 !\(JI n11 IJS l!d• \&orlffU'II Aff'OVl'lt or so,~ Aeau<:tlon 11.u,,11 ·nc r.n.,.,1,;X',1 1on '"Coutotory soccci 11.,1: ~1'1/'llt r.ee• <111 .. CQ.l''"OT~t~ of trtc lrofflc 0Pero1 •r,,,.~ li<n.:(,I •p"OCOdoJ U t or [,S!Obll:)hll"IQ S:,eea 10'10),' • lri.erc sn?v •d no• bo o reouct i on to 1hQ 111 1s11 n9 r1tou 1010.-y ,oeed 11 11111 vnJ1 1, u:"IUM.<11 s I •1;01 · cm, r.reote ho1ordou1 eond l 11.">ns for II"]!~· i,., t r,, r1e<1es 1 ~ ;.,,,,,, or \oorlo.e .. ,. WORi< ZONE CONDITIONS Conc,r t Jon 21 Si'IOIJl(lar Act I y lt~ --------------- Condit Ion 1 Act 1vlt let. 1r,a1 el"CJ'oocr. uon, 11"\e oren elO.!<ef' tt\o<'I 1:) fefll t.'u! r,01 close,. •ho', l t eet to 11,e ed99 ot ,t,e 1rov,t1eG way I shoulder oct rv1 1y1 Typlcol APO l lc:at l o,,a Rol)dwoy cor,.struel 1.)n Culvert ultY11 lor.l', CuO"'CTOI I ln&tol l gl /Qrl c1,on1no CTo lr-ooe Rewol"lclno (IIIC:P'IU SP'loutcl,,. work Utl 1 11., wo.-i. Sl<le ,S IOOO work londsco:,:Fl'\Q wOf'k SfrUGIUl'O ' wor"I Slon l ,isto 1101;or A,~tlon of [w l,tlf"IQ A1QJ IOIQl"y SPllt<I Llll'III t.60Y be use<1 wnei-e rcc•nr) n1ci,S• 1ro1Qwl 111.111 ~' of Speed Redu<:t lor. ,n_ Foetora 0 Wor\ert, or,M,..,• fnr e1tttl'lde<1 perlno.s ... , tnln 10 ~eet r,f uovet,d .. o., Ul'tl)t"otected by bor,.,e,..., 0 ltcr lzo,,t o! o..rvatvo tl"t(Jt m!CTtt Hieroo~o vcn1c1c Cf\C.l'oOC:~' r oie ! eourd inc 1JC!o fllO l r,1 l r,e cvve.s, "CWl'CI•, oncl 11.rr,I~ rc:odwoyr.1 lhe C0"6frl,;l';t lon reQlll~to•y 500 •<1 llffll t 1,"0II 1'119C• 01 1 ,.110,J l remtn•s of thfl ?raffle Cbsro1 1on, tr.lQnuol 'P .. octdvu for (s10.,l l 11'111'Q Se>H<l lont&,' Condition 31 lQl'IC ["C,OCC',N"C"' ---·---·---- I t Ion ) ,c11v ;11u •1"101 8"\C"nor.ri ''°''>, thfl o .. eo frcni o,, •OQ• :it he ••n .. 1l e d ""'1 to l '"'' troni th, ,c:Qe e1 t'\1 '"Oieled ~oy I l o,-. ,,.,:rooc"'1!flntJ c:01 .+.pollc:otlori, AooOWO)' COl'\$irUCI Ton Ut 111 1)' work Guor-dr'oll r.,,101101101'\ Sf'lou .oer work AeOJCtlol'\I af £w1,t 1no A99Jlotory Se>eed l1111 r• ti,to y tit uud llf'le r e loc;ltJl"I , .. 1,1 Wo11I""" .t,111cu,,,1 of S9Hd lh,ouc;tron 10""" roe tor, Q l'or k•r , orc~r.r,1 lo,-ewter<cd oeo-to<U w•tf'lln i fee, of 1•av11le(I way U!"tl),ro1 ,ct1doybdr'"'&<" 0 11or1 zoruo 1 C.Yvn1ur1 •-,01 111 i (;l'lt l l'IG"tOU Jfl/',lc:lt ,ov.,.~or.M\flnl r nt11 1cou1a 1nc1 11cc irnl'\, tne CUl"VOS, "O"tlS, o•vJ 'ur "1"9 •oi,r....,:,11 0 Borr fr,r o .. ~o vomEn• 11000 t1··uo off v l tl'li.,] rut i,! , .. ove 1~d •oy 0 Hedveed de•'O" ~oes" '"" $1ooOll"IQ s !Qh t dl~tcr'lr.~ 0 Une11>1cted col\Glll:,.,, Tt,e con&lr1.,e 1 10., re~Jotory 11ce,d itml • ario1t "'"' 011 reculreme,,t .s o' tt-.e lrolllc O::icrot lor.& l.ioiuol • Pr oee<11.ro:1 fer (slcb1 l :>"in_; 'ioui: /or.u, • l'here wcYk zorie Qet'ffiSl"ICI wl l h reduc.e<I du l or, ,oeedi; CON"IOI bo ovotco<1. tho work ZON! s :>ooCI t ll'l'll t Sh(lul(lt'l()I ocee(l l l'lftdUIQl'ISPSO<I. 1ve,i Ir th Jg r1oul•ea o work zono soocd 11 111 1, r aOVGtlO" Ql"Ooto.-inc,, 10 "'()I'!, r TEXAS OEPART~ENT OF TRANSPORUTION Trofffc a"rot Ions OlvJs lon WORK ZONE SP EED LIMIT WORKSHEET "to'; ~ :::.; ---·-··-·~~·-·-·---1--'--l _ .. ---r"'""'· ·-· r-- i WORK ZONE CONDITIONS I CONTINUED! Conell t I on 4• l"O vlno Ac tivity 011 Shouloet' Cono l tlon • Activltlu tna• r~lre on ln t erl7l l l ttnt or ,now int,; ope r ot ion i>r. t ne snov :o.r- lffiO\olr-c,1 cctlvlly Uf'! sno .... ldfi"I f71>ICOI APOI ICOt loris Rooo-.oy <"(J'lstruc 11cn •ietnlrtQ Ot t ,,,.alt."' l na 1oi 101 Ion Sfiou:0.1 OOCI 1100• worll. Ut l I :,, won. C~cll'"O II lr11101 10 1 1on LOncllCOOe 'II Ol"k R.auetlon1 of hitting Reoutotor:, Sl)ffd Lltnlt Sno...•a not O• UHICI! Mo1lffl..ftl ~t of Sp .. <t Rt$.>Ct lon Nono roctor1 Mone lhtci;111tr..,c1tonro0u1ator., ,p .. d t :l'fll• &hOII INtti all r ~lrtt1en u ot me lrotflc l)ptrO t lons Manual • itroc•c>..l'u f Of' (.1ta:>1 l.1n 1nq S9HO Zonu.' •lnen &l"IOt.,fO f'MII 011 o r .-0ve, Ion to ,no .. lstlnq reou101or7 l :>HO 111111 , unl UI U,,.,SUCII sl t uotlon1 creot• no.?1Y001JS cCl"l"lltlon1 for I ~ l I Conal t lon, Condi t ion s, LO/If Cl oll.ll'e ,tcti wl t lu 11w::1 fll'l<'rl)ocn upon tn* oreo l)et.Hn rne G•11r wr: irw ono:1 tr•• •.:Qt: 01 m e t!OYEi l ~ •Ol' 1 11 .. ioe r..0~1ure1 f 7orcot Al:191 lcot Iona fio O<Jwoy co11s"h-...c1 l.ll'l PoYertl!tnt r epoi1· Utl I i l y •Ul'II fl ldtn1 nc Po ... lftien t •u ..,,.-tciclno Po ... ~n, mor11. inl;l Br lo~e r'opo l r Aeo.,ct1on1 of bl1tlno AtQU l(ltory Spe~ Limit Moy o• uno .,,.,. fuc rors ••IU WioJ1 Int.JI MIO\t'lt of Speed Ate)JCt Ion ,o""" Foctora 0 wCrkerS c,ruent tor ul'tNMd per IO<ls In tnc c :osoo IOl'lf Ul"'O"otec..teo 01 ocrr ie• O Lone .. ion, reouctlon uf I too, or ,rore wlrn o nu.v ••il"IQ lct'lt .. 101n lt1Ui ,non It IH!I 0 /raff ic c":1111r o , Ohl ctr: cncroccn lno on o ur.e op~n 10 troff IC or •I 10111 c CIOUO IOlkt 0\.11 •ltnln 2 lee: OI rn, •OQt ot !I'll open ICOt O RaouceCI <JUl"1 Sl>HCI ror l~r ltOQII\ or speeo chO"lQlt 1oie 1er,om 0 Durr l er or pun,111t1,1 11J<;e tJrue>off •1111111 2 f11t:I ut lf'f trOvtltlCJ wc:1 0 Reouccct ouion speoo of r.or !tornoJ """ 0 Rnoueeo desi;n I PcteO tor s 10::ipiri9 !i l(Jll Cll!,11,)fll;'tl 0 lroff IC (:(IOIJUI iDf\ Cl't-01#.'0 :Jy n ltw eonurucl Ion r11~1a 1or 1 speea I flfl i ! s.~, 1 Ne ' 0 11 reQ.i l rO'IIOl"l l s of uie lro (fic 01>~dl lons likn.ic)1 'Proeec>..l'u for [stOOI IN:loO Spft tO /onn.' "1"11rt wcrt,. tone q~trrc1 •l tn recvceo Ou.I~ I PUdl COIYI01 Ot' OvOl oe~. ,,.. .0,-11 zone Sptt(;! I ill'll t Sfl0t,d (I no1 t JCHO tr1t Cn !qn ~L)(!t G, even If tnls reQulru u •Cr~ zont speee 11m1 t reovc 1 !on 9"•0ter 1r.OI'! rc.i f'll>I'\. ~ fmr t,. Art1ol'lfor, SDOC1 ~ Ol rec:tlon ot lrotr lc flow [:]p-+ 01..-,c1 1on of •or, vtn;e 1e Cond i f Ion 6, conor,ton 6 •c tlYi t ies ,.w t r :nq c 1wn,:ioror1 OIY•ftslun IU \I&' \;\.li'U,!IVCUrO I I011f1Xl(U!'7 (l jyer :Slonl • • 1,p1cg1 A1,1p1 ICUI i u115 /ic,o(lw<IJ 1"fll'.'IH1.c:1;!Jl"l Sl..o.;iroot r t-:s1oro1 ;O!'\ Bri~~ c<.t'ls :r\,IC'·ign C'vtv•r I r eocir Reouctlons r;,f (1l11 lnq Requlotory SpHO L i mit MO )' ~e ,..seo wntr e foc~ors o l st MC111 l ff\lPI Alllovn1 ot S.peeCI Reo..,c:t/on 10 ~n roe tors 0 Ltll~ •lcJtn r1wc1lon of I foot or nore wl1n o rou1tln9 lone wlOtn l ess ,non 11 fere 1 O A1c1ue:10 ciuion spuo for 0110'-"' roOO•O)' or 1ron1 lrlotu (rOO lvs of eurvo11....-,. 1uoere 1 .... 0 1ion, ono 1 1on1 oistonc:e: 0 1Jr1e11.;,ec1eo eot'\Cll t l ons 11w :ons,n .. 1:1;or, r 10,.,101ory i.cud 1lnii1 st10 1: lllOOI 0 11 r111q..,trcrrenrs al 1h11 Tr off h: Operot luns M(W'lu(II 'l'rocco1.:r u:s for £11001 lsninq S1>11eC1 lonos. · l'lhtr t •:>r"' tont QtCIITllflrlcs •ltn reCII.ICtO Clulqn uaeos cornot o• cwo l ollO, tnt •oril. tone speeo 111111: S!'l0u 10 not ••CflO ,ne Ctl l 9'l •P••d, e•cm 11 1F'lls reQu :ro1 o ,or, .?orwi S4)eto 1 iml ! r.ouc· Jori Qr•ottr 1'10'1 10 N"On. .. o.,our 0!10 irunslt i on oeor..eir, •Ith a O.::ii..,.. :1µ111.:U l:!.IVOI ru VI ' 1.,111c.it11r 1(1(.JI Ille t.1ds1l r-Q r e~1 c1o r , s.:,eeo 1 :n:r, sr.o.i lo o, v,'l)"l ~eO •"tllU~f'I" f,UUltit t . , L------------------·-------·---------··-----I I I ~ ~ ~ i Conartlon 7• C1tr•t•r1 1;...vr . ' i i I I I :.:;1\,t I Ille tncroCCl"Wne'll cono111on r _. ACt i vit i o1 1na1 .i"11.:1'ooct" wpon tnt oreo Ofl oo ,n sloes 01 trw cenrar I lne 01 o rooa..cy or l ont 11!'\t 'JI O Ill.It t I ION ti l Qn•Oy lcenterlir.11 w '"""' 1;11t1 ¥t'IC:roc.K:rn11rht : T71>lcat Appl ICOI ton, R'Joowo, ccn!lr,,cr ic,11 P Che,:'111'11. nicr'-:0\Q Povtnoef'" resunoc:"IQ Powe-ref'O , rcpc ir '111 /CJf!fll flQ Cr,>ct,, u -:illr,9 Aricoe ru,o r, ReOuctlons ot h i st lnq R1qu1 01or 1 Speeo L i11i 1 M'Jy tit! .,;SIK' ,rf~orror 'IJ!: IOI' I tA J" WOJtll'IVII ""°""' of SPHCI Reouct IOl'I 10:tot'l ractors O 1or 11er 11 i.wu111r11 on too1 In tnt 1ruw111 ,o •Ci or lr1 1'11 c 101 eC1 1oi1• uripro lt\:111. u, tiur· t,r fur 111.111nC1to r,Mitxtt Q R...Ofl'l i nQ IOl'M PhlS a."'lOul CI .... wi Oll'I I s ltas tnO'l 11 feet 0 ReCJueeCI oos ;y, si:oeo for :aper l t nQll'I or s~cc rnonoc IOM leno,n 0 llan ler or PU•OfflC AI o:iyo arop alt ·,ri rnin? feet ol 1ne 1,0.ereo woy 0 RaC11..c1110 011i.ir,i11 ,r:ooe ol :'IOI' i zon t o , CUl"'Y ! 0 r.eo,,;c:,o o.1 i on 1µ,1tc ~or "oppl11q S i~1 Oi St<t.1Ct 0 fro l fic =oriou1 Jc.v1 c rw o 1eo D) 1ur.,. Cl0Suf'1! 0 LNJt)IIC'IIO CU1'1C l t "U11• Irie co11s1 ,,..c1 :on ,,0-,,10 1•,r 7 1i,w1110 111111 1 Sl'l(!il rTW:1,1 011, tQ1.i ir .. 111r11h i.,1 "" lr u lllc i)C.ifrl"Utlc.1111 lrl'Onl.,01 'Proceeur u l or (s1ot,1 lsnlnq S11eeo ZonH . • • 'lltlcre ,:,r· .. 1c,n,, ,;ut.o1-.1 , iC) •illl 1·,uv.:n.1 Uor:1 i q11 !\pel!OS CorYlO• be c ·,t.: HleC, ,:·tfl -~ II. 101'11 !.nf!titl 11in11 sno ... 10 .-.o, tiA .:et.:: ,r.,i au ;v , ~ .. o. If e ver: If rn i s reciuiru e 110, ... zonf! SOHO 11111: 1 reauc:1 !Oil (,11"11.:lfir 1r.u,, 10 110h. -·-----.. ··• r l(XAS DEPARTMENT OF TRANSPORW ION !ro!f le O~ror ions 01-., i.s Ion WORK ZONE SP[[D LIMIT WORKSHEET . IT Pe "l"'I I S~lb :P. Cci,,5 tr uc ' i on Jc;t,,-t'Q' usuo i "' L-- cio v emen ~ -· 1----....J'------ Stoe '(.r TYPE I CURB (MONOLI TH/Cl 2' -4' HEIGHT I z· 6 " :-r --·"---+-------'-- 1·1,T °' ---i--r. "1(~i ...... _ _._ __ ~----~ 10 4• 3' 'I,- TYPE I CURB AND GUTTER 2" -4 ' HEIGHT e· 5' for-CUl"'b '""el h• • 5 ' CUl"'b he lg-,t• SV 5:Y,· '/1T TYPE I CURB -57'4 ' HE IGHT 1~i'-n· r. .. ir-1;, r --t')ns1,1n" io· 1r: r i --1.J.r..·O" Curb T.-on.sition 10_:~,a:..2_1 r-30· Ho· CUl"'b Trans i t ion love,..,.) TYPE 2' -4 • l/2 T CURB HEIGHT z•· ~i __ -~6=' ~---... -----~~~~---------~~=-, TYP E 5' fo:_ c.urb n e 1 9n1~ ~ tor-c1.,;,..:> he 1 9h 1 , 5 · I CURB AND GUTTER -5%" HEIGHT 12 · r---------·, BAR C BARB f.mhec1 Ii' 'nto cxl~,.tln9 c.onc ret~ pavement L • I I/ 2l • I M· 11/2' l I' PE1 ,..,,;ss10 1e Co...,srr-uc i tori Jo ,...,f '"(, : 6' _:_ i __ 6·----~ : I I . j 5' •c e· Usuol 1 /" "ovemen 't _l/]Stee l~ ---__ L_ T 'f1T L_ __ __J._;.,__ __ _ TYPE I I CURB ( MONOLITHIC l 5' -8' HE IGHT SHOWING 2' 8' TYPE I I CURB 5' -8' HEIGHT DOWELED .VERTICAL 8' 6' JOINT s· to a· Usuo 1 -/-Povc~nt L. Stoo I ~iliJ -_.____.____ - - -] SHOWING TYPE I I CURB · 5' -8' HE 1.GHT DOWELED HORIZONTAL JOINT 1/1 · W I (IC L ll':'l:J1,s i ()., Jo i n: "'4o1er-o i r lo.> e r Cur-l> Too of Cu r l>~ _ . .J · I Chor.~e I n _ He lt;iht Too of Povcmcn .. ,. "o Y,·.,, 2,1· Smoo,n Dowe Is \ __ \ ··se l 1 oyeq; of roof l n9 te l • to wrop bars and ol iiQ end TY PE I ·4 2' HE, car TYPE Po vema,..• CURB TRANS I TION Note, To be 00 1<1 for-as HIQhet.t C:urb ------------------ 10· --=-\.-::-:.:~--=---=- ,.. I I I EXPANS ION JOINT DETAI L , .. TYPE TY PE TYP E I YP( I See I ·8 3' HEIG HT TYPE 1-c .. HE IGH T TYPE I •0 5' ME ICl-fT TYPE 1 ·E sl', HEIGHT General No t e.sl I I •A II ·8 I I ·C I 1 ·0 Generol No1es Mox lmvn i,e I ~n1 for-T yofl 1 c~1rt, or-curb ono QU1 t e,.. s,·.o · 1 be ~¥. · . All ev:stlric c1...: ... b s ono drlvewoy~ ·o be remcved shc l ? be !Owe~ or .-emoved c l exl~tl no;i Jo 1nt ~. Where concre ,~ cur-b 13 oloced on exl-,llr'IQ c.r;ricr eie c,av el'!'V!lnt, the ocvemen; shol I b e-d ,-11 1ed , s1a· d 'o. i and 'the rel n .fon;l l"IQ bor.s ,;irouted In otoce er .s@cureo wHh epovy acry•ote or eoO))' r-"sln , Evoone,i on one, contrc,c•l o., Jol nU st'lc11 ;:,~ COl'l !1ructed to rr-0,ch oovement Jo I nf .s In o I , curbs ond cur-b and 9utter oojocer.t to Jo·nted c:incre1f! oav AIT'll'tni. Whe'A o iccc,menT oi cur b or-curb end ouf1er I s nof od Joce:nf fo concrete covement, e ,coonslon Joints shoi I ba o,..ovlded at structures. curb r-etur-n .s at stree'ts, and ot I oco, Ions c:11 r-ec tea by rhe Eno,1 neer, Al I re rntor"c!no bOr'S sna 11 t>e No, 4 unt u .s o tnerwls e, shown. Vert lcol one, hor1zon•o1 dowel bors ond rr"onr;verse ,..elnforc ;r1<; OOl"s aha , 1 ee oloced at four-'eet CC . l;lrne•1tt1on · T ' snuwn ooov e rs the tnlc~l'loss of conor-ete oove:T'l9n t o r-f I e ... 1 b I e !::>os e Q1'1d 5u.-foce 1 6' mov lm..,nl. • Ll!olict r,ro<r 1e i;r ,:ide 11ne , ~e <e r t o tyo rcor sectlo"s end ;;,ron ·orofl lo s'"'ect~ for-cvoc t rocol tons. Or,t,·:icr ' 1r,c,n expon~lon JOl l'l t motero l 51"10 1 1 be o r-o,11 oed wher'e Cl1r-h or-c11rb ond Qli f ff'l,. 11, nr.tlc,r.1v•1 tr, .o.l d111 wo i k or r I pr-oo. -t,,..,,,_e". ve rt 1cn : :>ormi,:\:l ltlo conatruc-tlon iol rH3 c,.o usoc:, re.s..il 1 1nc: In o l ont;il 1udrnc1 con.st,..uc1 ion Joi n, In the DQ v omer,.f, the ron9ltud lnc• oov oment istc,0 1 shol I be ploce<.J In occoroonce w l th oovement oe t o 1 t .s sr"\Ow:"'I . elsewhe,.e ·1n the olon.s to,.. •on9 ltudr no t cor.s+ru:t l on Join ls, Relnfor"cl119 a t-ee l for curb sec' lor-shol I ther; confor~ to ih!lt rtioulred f or co,..,crete curb. 5· 6' 7' ) 1y, 5:Y,· 6:Y, 1¥, * s· to s· V,T TYPE I I CURB AND GUTTER 5' -8' HEIGHT HE tGMT Hf I GHT Ht I GHT CONCR ETE CURS ANO HE IG HT CURB AND GUTTER DETAILS CC -CG ( FWl .; 0 • JO I N1 SEAL I flC COMPOUND t CltiSS ..:, 5, 7 OA 8 ; l /~· __ M I N,,_31 8~ (OCE Qi CQN(R(T( PAVCMCNT I Ir= ,,,.: FULL DEPTH ACP SHOULDER BACK(R RO ~ 1 1/2' O •.t . ~1 1\tfr,M.!1 LONG I TUDINAL SHOULDER JOI NT .; ;; rl~' MIN, )/ 8' MAX, 1--- JO I NT HAL I NC / COMPOUNOI CL.\SS 31 SPAC E r ILLER I SH J,tQl( ~I MIN, MAX SEAL ,, 2 ;,R[M0LOC6 ASPHAL J ~0AR0S 3/"~' T11 1CK OR AN £0UIVA .. [Nl t01r,1D1N,t,r ION 1/t 6 ' MIN 11.!UM OP IICI\AL SU C'Jl t 5H NOT£ ~ 1 LONC I IUOINAL CON~f MUl.:I ION .I U Hd SAWED CONTRACTION JOINT FORMED EXP~NSION JOINT TRANSVERSE JOINT SEALS METHOD SAwto LONCI TUOINAL S••c o LONCI TUO INAL JOINT co·NSIRUCT ION JO INT LDNGITUOINAL JOINT SEALS s~ JOI NT SEALING COMPOUND ,, M~ltt OU 'A' • f'HHO~Mfll !.:OMPR(SS t ON S[A~S tClA~S 6 Jt11NI St AL ANII Wl L ~ NOT EH: P[RMlltED. 2, \.ONC111.1,1NAL .10 1NtS 51iAlL er SAWED AS O[TAILEO 1/\ 1 ,1[ Sl.t.NU.4.AD SPi:c,r1cA.110NS CA AS SHOWN JN ht( PLA/\-S, ), TllANSY(RS( JOINTS SH.t.Ll 8( SAW(O ANO SHALL S( Pt.A.Cf.0 AS StlOWN (L(S(fl"htR[ lh TH( PLANS. ~. I\ 'iu1TAD1.E SP11CC r1L1.£f\ SHALL 0£ US ED WH(A[ SHOWN At<./) Tr-1( J01Nl SEAL !.:UV.POUNO !-10URto 10 TH( O[PTH INO)CArtO, (XCEPT IHAT I F · THC MINIMUM SA'# CUT tS US(O, Tt!.( SPACE flLL[R MAT 8( OMITTED, !,, Al IH CONIRACTOA' S OPTION, IHE SP ACE J l LU:R MAT B[ OMITTED IN LONC1fuo1NAl JOINI') ONLY, ANO rtt[ JOIN! Slot.LINC COMPOUNI) PO\Al:ElJ fUl.l orPIH. I,, tlAC .. EH ;tOO S S,0.L L B[ COMPAT1Su : WIT'i 1'11: CL ASS or Sf..4LAN ! US(O, 'f , C\.A!,S ~ OR ~).iccNI Sk'.AL(H, UR .4.S ~HUYl'N l N lhl t>LA~S. MAT' 6£ usrn 1N S,U(O· JOINTS I~ L 1E.U Of CL.ASS J, I , 8 0 !11 FACCS or Al ~ JOINTS SHAU 8£ tttCROuCH"T CL(AN(O BY SA..0BL ASt 1NC Af'IO A1rH:1LA!,l lNL, ;.LAV :NC A tL(AN, N(W~'f (,1tl'U)(U t:ONC/1(1[ SuRrACE.. 9. 1r CONC~Cl( f'IAV(M(Nt CONTAINS StLICCOUS Rtv(A CAAv t. .• SUED O(PTH ~MALL A£ Tl), ~--.,-! / r.'OAT WORTH OISTR·cr CONCRETE PAVING DETAILS JOINT SEALS JS -03 ( FWJ ~-~----'-'-_____ ______.__..;..._~~...;:.__;__;;~·-" .... ...:.;.;..:.; .• :·.-.':'7=;.:"";.:.=-·:::~~_-·· .. ~·--~~~~~%~~~~~r.;f;;: E'l'IOe d oos+s 1 3' ,..,1:-,. o.-anchor-I t I n -;:ock~ SECTION A-A $C (l1"1'1(:"t r.o,,trc l '°C"CC ---<i§"".0--·-· Co,..ncc.· •r-o a"'<l s o ' ~ , ~ttr.:1"',flS5 I v"I f"fl f r,fo,..ci,mo,"l t S"eetso.-"0••10.,..1,..,, of £ • i tl'Ct, w-1 l h l"lo .; r l n;I). Gn l "J. W.W,1,1, {l'l.5 Go. l"'lln.: - i·o,1, 01h'!r'llr,Q l:il Zft :,t-icJtl b e 2' I< -1·, ~~~~9 L_ rE.~~.,,M.S.!E~[. Gu.1 DE~ • ••Ol'"ftnt c.o ~t·o l 'e "ce ,na y bn c.ol'la,i.-u,:;teo rieor-t!'le do-.r1a,1r-eom Oftr l f'le1 t'lr nf n t1'.~1 11r-hl!I C1 nr'!~ nlO"IJ n cot"tn1r to 1r1•c,.c eot aec:r l mer1 1 frnm ovfl,.10"'0 ,·vnofr. • 2 y &o•· $torr,, freoue..,cy ma y be 1;1,r.<1 •o c:n i r:ulot~ t~n f•nw '"n+e t o Ott ri 11e··nd, I ~111r1 l 1"-~.,, c-.n .... 1.-~ 1 fro.,,,,. ,r;;.1-,..,,111 "'"' !,-1 l(tlj tn f 1 r+tt.-'l "'('lw, ! ••ow ,..,,.rhl9'' "O ''= ,,, ~':'t f,r>1,,,11 r~J. ~Cl~1",c"1 r;:>"•·o• f t!nc:.c l; 1.,, rn! r"f!'f.lY'Ynf'!l".111'11 •,, ·:r,n •,.-,1 ,.,.n, ·..,., r.-1""" o ,:1.-r,l"IOQ,:O o,..en tor oe,. t r,o .. l oc.re.!I , ·---·· ---- GP.ff.AA[_ N0T£S Tne QV l de l Ines 5nc,wn nerocn Ql"'O &.J(.;QOS' 'ons on1y one l'IICly be ,nodlfltCI by ,,..e [nQ l neer-, •· min. s t!!-,1 or-11,•ooc:r post, l PoceO 0 1 £" •n e·, Sof twood vos•s shc;I I Oo )' mi n , dlt:;;, or nom!no1 l' •.(", " 1. ~·' :n.~t nn fabr-tr. fo •('tp t-',..",,"' of . .,,l!IO"d ...,:~!! mos" ,w.w.1,1, 1 o y nog .-1 -,os or cor d o• o mo•. :!oPO<,i"Ci :,f 15·, ~ 1 ,,1c;cr>tr1f1 W.W ,M, ,, for.,r 'c:0•1c.-apo.,t 1r; '( U$1f'/J ,i OVO"ll y &OflC<Uf r,t Oi)l!l& 'O'" woodfJn .>0-'>'5 1 o~ ,1 1 ·C.1 lril fl"' s ewn 2'~,(!"' ver ! li.;ot l.)Ot.1"t:,. for .'\ICUI ()OSI.SI, TEMPORAR Y SEDIMENT CON~ROL FENC~ --@>-- PROFI LE VIEW :•~oEl:: 1 ,::, ~::~:, ,:~:~:::(:. con,t,uc••d l r,eor-the c:row,.,s, .. eorn oor l rt'.eter-of o cP.~tur-beCI I crtc orol""'Q o contou.-to 1n+e,..ceo, ,edh,.,.nt fr-r,tri over lone, ,..u.,o ff, • 1wo yeor slo,..,... ,,..eauency "'O)' bt u~ed •c co•c:ulo 'e 1-,e f 10w r o-r e •o tic f lJ tere.::I , T..,e l r,a,.101 10,ron &"IOVld oe sized ·o t11 1er o mc;wl~ ftow •n"'u ,.o•e o.t 5 Griw ~i ?. of cr-,1.\.\ i\nr.•l o,,n1 nren, Aolcd h,o y lfl("lJ oe vsod 01 ,.," fol 1ow1no roco11on~, 1, rthe,·e ttin ,,,,~o,r uourooc.:1,r n o the 001 1,cJ ,,ay 1 iow!. ove" dlstvoec !.or I fo" •e .a i. +~,, 100·, 1f t"\e slooe of t lltl d l s tun;:ied so l • u1ceec1& TO"/.. tt,e l,tn 9tl"I of 1 10011 uoa-trtO"I me boled My snouro oe reu t non 50', z. Wher-e !he •nr.to1te t l ol'I w111 be r"OQufred tor-iou t1iar1 J 1n<;ntt'\1h · J. Wl-oflr-e t h e con1..-r ov-t 1no C"'olnooe or-eo Is 1.,,s tt :on 'h oc:r e. r or-!ot ed Hay 1n,,0110• IO:"\$ 1., SITIC)t I (II 1Ch9S, u,e oaa 1110 .... 0 1 101 10.,.,.:,.,0 co,,1 t de,.01 10.,,. oog ly, 1, Tt-i.e dltct'\ r,ldosroons ,,..,01 tlt1 tlf') or-ot::r.:d o:oi '·o' 06 005 51t,1 e to rnc:,w1m1ze •r-i e ,,,..0 1,.,11c;:P. r 10...,...r,•r. t1-.... 11 'h~ hoy. 1. Thfl d l+c.., ._.,ou icr be Q1"CQ<ld IQr'Q(I e"OuQh 10 cont·o1 n tr>0 o v ert o::,p ln9 <.1t"·o1 nooe wrten s•d'"'-"' hns f l• l ed to the too of tl"I• 001cc, hoy, Boie~ sr-iou td be r"ftDI CC t'd u1•.1011y ev e.-y l "'()nth" or ITIOl'e often dlJr t no wo t woatrior -.hon 10:;a of str-Uc t Uf""ol lnteor-ity la, occe•tr-01od, •nol • f i r-st s 1 oke towor-c, C)t"tVIOUS IV rote: oo•• SECT I O~B-B rr11 vnlc1~ r,,itweftn r,01 t11 s w e th nay ~· Dl u~-"'000'"' Or" l° It l ' wood a t :>k fll tt BALED HAY FOR EROSION CQ_NTRO L --<E>-- t , Moy botea sho l I be o rn l r lr,,um o f JC· Jn 1en9th orid welQM o m1n1nvn ot 50 ~o a. 1, Ho y bate& sl"\0 11 be bo\Jl'ld r,y e ttr,e,.. wire or-n ylon o,.. oo lyc,r opy l ent a tr-l r,9, Tho bolet :;hot 1 be cQl'l'Oos ed el'l+lre iy of v eoo•ot I v e tr10t-t&", J, Hoy bo 1el!I $hOI t be emt:ieo de(I Jn tr-te so ' 1 o 1111-,1,rvm of <I' ond wl'ier e 0011 1~1, 'I, the .... e ;o..,• 01 ,,..0 oa r ,. "· Uoy bc:loG t11'\011 oo ;-ilocoa 1,, o "o-. -.,11., enoe •tghtly c.ou11 1nq tl"le ooloc.e.,t Do l es. tne oa i es sno• t oe o•oceo w l tri Olnd lnos oor-ot 1111 t o • .,o 9...-nu ...,d, 5. Hey bo tc:, :;ho 1 ! bo soc1 . .-,01~ onc.no,..e d r,, r,iocti wit h})• Olo, r cbor". or l' )( 1' wooo slo'-\e$, (Ir 'vcn 1n,..ouQh tho bo t es. r,-,o tr r at :,to,<e shol I be angled •owords +,,e r,,..evlo•Jaly 10111 00111 .to fo,..co 1hr. bolo~ •oootl'ler, t,, The ouldellne& .s1'0wn rf!lrnon orft .\UQOt11t,tlnn.11o o n ly :'lnd rnr,y b ft ".Od I f I ed by 1'ne (r,o I n eer-, TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEAS URES FENCED~ BALED HAY EC< I l -93 .. THE CITY . OF FOR.T .. ;_.WORTl;I,TEXAS . . DEPARTMENT OF ENGINEERING (TxDOT PERMIT PLANS ,.~ UTILITIES) ,. STREET RECONSTRUCTION, WATER AND SANITARY SEWER REPLACEMENT MIKE MONCRIEF MAYOR CHARLES R. BOSWELL CI TY MA NAG ER ROBERT D. GOODE, P.E. DIRECTOR , DEP ARTMENT O F TRANSPORT ATIO N & PUBLIC WOR KS . S. FRANK CRUMB, P.E. DIRECTO R, WATER DEPARTM ENT : •I CAlrl8(11 1U • nnr "I.,, U ll C.!1 5 5 ,1,00 020 11 5 o•o '" i:.n. IJ"IO!Sl(,l,,IA1[D Ci 5'1 !1 •12'00 ozo .,., o•o t.Z T r.,r., ll'ln(S r(,Hlof (C C HI 5,r1oa 010 Il l o•o f,J'T r..O .f ,r,. r.:111, !\l 11M n 1n lrA IU !I .. no I 1g~:~;t;it~f~:g;ef~tl~ !~~,~~~~ ::z~~.g~ :t:Nt 1·~~'W.~:~ 5~~~·~1 tN 1rQR11 l~(c 1r 1t AT 1fW1 ,o~l(O l!IY , ... , T[lO,S 0 C•A11Ttr,•tMT o, TltUISIIO UA llOI(, Jl:NE •, 1004 , o,o sPCCtr •t•1 10N ,~rws ~,s r,o ,s r o~LOWS SM •l.l GOV l ""' ON u u s:· IIIIOJ[Cf rot •LL woa r WI H•:,t,j TM( Sll l( O,t GW.T or ...... • TM( S'Alrl(IMI O Sll((I S, SP((Hl (ALl" t O[N fl rl [O '"' f WIS IWO tt or SW [(TS, ... ,vc IIUlrl U L(C lfO 19'1' t,( on \Jl','O [A IJY R(Sl"O NS•I LC SUF'(IIY ISI OH •S l(l lrl(i APII Ll(ill[ r t; Tlrl1$ ••OJ(C f , · r:o~Stl~"'~ .~ ~":~~ ~~t~~i!c"t;:lr ·i,. ,r:;~st ·~:l . f~Y }~.' TW( ""~0$(0 .,.., 'to• N IL 'C ST'l(t '-"COtilN(C TI O*tl $1 TO TM[ sure lt CiOWA't ~Hbo!:Ui~ ft (~~:~ri~;~·~·:.slOG~-J~l,':i\ :J ~t :fo,~g~,· 2004 CIP CONTRACT ·7 . PROJECT NO .. 00020 UNIT I -WATER PROJECT NO . P264 541200 605170002083 I. COI/CIISH[(T 1, t oc,1,o""''p r oR H l fA AND !\l lrl l U ~'t S(W(III ll f i:L,r.(l.lf.WIS UNIT I-SEWER PROJECT NO . P274 541200 705170002083 UNIT II -STREET PROJECT NO. C200 5,4 .1200 205400002083 FILE NO. K"."'1908, X-:1730 ), 10, "'" s. lof!JCH O •vrwuc I' WU(R ~IN( • s1 ,. 0,00.00 10 su. ,,,o.n 4, 1/)I WH'I !., 1,11,JGMf:S A'l(MJ( I ' WH CII L•W[ I "L I N • Plf Qt ll ( !I, J;UH YI U,(Y l)A •Yf. I' WAl{R l l "lf 11 rP1 I C( ... l HI PLAN DOE NO. 4573 -/DA WAY -HILLSIDE AVENUE TO S. HUGHES AVENUE /i , 1 ,0Q l J l"H I(. f.tlNflll'IL "t.,1,1 1(PI l ••l ·U DOE NO. 4416 -S. HUGHES AVENUE -/DA WAY TO M.L.KINJ;, JR FREEWAY (U.S. 287) DOE NO. 4573 -SUN VALLEY DRIVE ·-' E. LOOP 820 TO . KAY DRIVE DOE NO . 4417 -CANBERRA COURT -THANNISCH AVENUE TO BERRYHILL DRIVE (*) ~ PROJ ECT :-LOCATION .. · : 1'1A PSCo ' 92i> & 93A PROJ ECT .. LOCA T ION MAPSCO 93L A, DOUGLM RADtMAXEII. ,.E, !)UttC f QIII , oc••RtW(Nl Of (trflilNt(II IHli ... lll ~V ; [WlD• ,, ll f t ()l.lwl HO[O, OU( -A1tH-.,,-·.11 cou-,.-,,. -,-11:c........ -o,v ,-., .. -.,..-,,r•-- PIIO J (CT lolAIUCC A D~~-~~ft,l(Ml 0( t WCIHH•I~ ; ~ • ~ ; ~ J i . ~ G. CANBERRA COU'RT SHEETS 6, IO, I I w••~co llo.llillK.M 78N, 78S NOTES '" "' ... WARNINC t.o 1.0'.)i110JU1. COtiPENS,t,ltON AL~OtlO, !f::::~tt!.c~\~:'cY~;};~:!~!?~~E1!Ci IN€ rc,.o•tfrrlC or,1cn 1.1 LC.t.51 •• ..o,.,111s l>M ·C)q r:i r.•Uv 1l1NC I I , ... ,. IOC'AIJOH, "'ON£ ~R\ •"I HtQvtOCO JOA CON ..,(k1(i,.('(, CON\1Q[IU IIQ+, Of 01 .. (R I.IIIL• 11 c o..r-1.>11[\ "" I[ P(OVIIICO . fl.•Oft l,. Ol(II D(P'M1WCNI ,.,,,,,.,o" / I , I ONI,. fll t SI .MAll~M(lol P(IIM!t$ 11 1t1 U1 ·U1J ll,1011.1,-Tl•• Sl ,L1 C<1U a. 111AH 1C StCN,1,1S ••• ,, 11,-1 100 /,\/IIIA,HI ll[C 10tu,1, .... a. OI SllliCI ,t ,11 ,u-0 21, DIC IC~~ Ul00JlH·l)7? wt..OCIIS or 01C tC.U, •r &I CIURIC'I (OIM.NCAl ,°"S COS[Rv 1o1C1 •0lllOC0111 lilJUl .... lUW Th.COW UC , TJlll·COLIHtr ti.CCIII.IC coo, huC.t.S 6 tllCl/11( \l(lh!OH '"'-u1 11.,1 ,u s~•" o.. <w: I"\,.,..,. 11l1tC l1JMl'1Llll f,tUM VA/'hOIJS SUUfol(.'lS AMU AKL ~"':'~l,1:~~*ul:~,ft;cr:l1f.l 1!U f~ t.:OHS11t1J1;1Ulfril. 't( [HCl/11((11 ASSuMC S NO ~r.~S11ft~L:Ji~.~~~lttt~:~C~Jl~t0(~!~, lt,t l"twlMAflUII SIIAU ¥lAl(T Ii< t L(rAl!Oto, CUhr ~II A l•Ofril, AHO Af,Q,( 0( Cia:1HC 11hL 111 Lit,(.\ ~HIOA 10 C0,.1,IHUCIIOk, klC" w{J1 1t 1C •l •Ofrt ~AI.L IC (Ofol1,1D('A(D • ~.11'.i~l:)1 ~1\• t"O~I Of t"Jf\\lr.1,,CIHJN , t,;J A;-,:), :1C,,.AL f (IMl'{H<;~ !1 U,, I lll<l f f;, . : q • f • HH Et!! : : : : 0 ID "'''loll •·tYC.1••• e1.,nc ,C IC.,IIOI 1(1.IUl 'f .. flfll lll•llll tlf\l loll 1'1\'C.11111. Q.IIICIIIIUIOT l(r,~,c.0,11(.lt t,l(ftlll (!) 1,-,, .. l 1•11:~~~~J, c:r.w .. • •• I., ID '"' tll ,.~~, .... ,uoc ... , ... 1(1,M l llf"IUT(Jllt'.fCIII ' I '1, .... ,__· .. -_-_·_·-_-_._-__ --_-_-_-_-_-_-_:_,_ ...... _...., ~ ,, ··Qtl'c;.nt-, NO . AEV1$10N ·---t~c-,.~=T=-< ! GROUP i I -·~ LEOEN~ _£!,\...,._, u 1srn,,. 1u F;11 LI WC nN>n~co W&T(I LIi,/( ... llftQll()!.(i) WI( W't'C)IUJrt l _...,._ PIOl'OS!O CAT( V&lV[ _...,_. l'IIC)"OS(ij ,Cl)UC[II NOTES , .......... , __ , -Uot•c, ••"' -• r,c,, _.., ........ _, -· ..... _. ........ __ ,,_ ":.. .. :.~·--..1.:-·""'''-• .... l'• .., .. _ ...... .,... .................... """ ""'·-·-·-· .. ·--· ..... ·-·-· ...... ~ ......... " .... _...,, .... '== .-::1:S.-.:":.:' .!"~::::: :.=:::.-:. ......... ,,. ..... _.,.,.,,u,_,, ....... -. .. --.-..-~"''""'-••u••••-•.,. .. ="::..;,~~~~ ........... ... . , " WARNING 110 li ll il(C(SUII' , ot:!Ol(Crl()H, " 1.:TILITT ltOlU l OIJ'IHC •n o,1i11 Gt ,wcDCH ,~ , •c~Y~~!'I Aft()NS , I«) Afll)IH(ltlal r.11..-r~1 11f1H a11nwrn, ;:,-: "~~t-:..~t, ti'c\'(~ ,~!~ 0~ .. r,o:r:~1m,, T[US ,11u. IN( co,,11t1c;1011 SM AU. COHUCT ~o!°'fg·c~,~~,.~, ,,',' ,lj~S~OC!,~' ~Ot,t[ "'VUB[,tS 4Al 11110YIJ(0 ~a- CC)lllf("tl[l,C,[, :ClrlStJ[AlHOH Cl' Ollf(II UTl l llY COU,&Wl[S 1.1,, It lt(OUIJl(G, rT,'/f'OflT .. WJ,1 (11 0(111,llllr,l(NJ 11111,11 ,un n ,woini,, r •• 51,1,1,..,.c.ci,,cw, 11c1nit1,s 11/fll1 1•HTJ '1,WOllfH r~, Sf,LleHTS • TA,r,1c ,r,N&I.S 111n111,troo f &lltt4H1 ll[GlOfr'"-W.I.T[JI 01Sfllltl !t l 71ill•OZ17 OIC•TCU ll001 J44•1Jf1 ..-(lil9£1tS or tMC.·T[U, .nu Cli &JI T[JI COWl,ll,.l,II C&T•OHS COSCIIV i.<1 ll'Ol'LOCOl,f lill l.1,(Nl',l!Ulil T[lCOM "' u1-c01.t1r,t t tCHt,c:rno, HU G•S I Htcn,1t VtlflZO!rt "' "''· TM( (()t,ITIUCTOII $H&ll V(Jll rT TH( [l[Yl110N, COMl'IGUA &TlON, 4\0 .utCl( Of EJIS 'tNli Ulll11Y lit,(!, IIAll')A TO COWS'AtJC l ll)H, \Lll:W Vf ltlrl(,UtON !,.I-All. N' COl,/!;10(1>(0 A SIIR~IOUIIT r.011 Of ,~1•vr;te0t,i, HO &DOI flON&L C()l,,lf'[Jrt~&lt()lrrl &~LO lf(O, CONT ROL OAT A = WATER AND SANITARY SEWER REPLACEMENT -2004 CIP CONTRACT 7 IHlrT 3 IDA WAVA. HUGHES AVENUE 8" WATER LINE A STA _o+oo TQ __ STA .t ·t60.zt "' 6 I s • ,q ". ~ J I : : c.~~ .. W,o.._ -~~~,·~ · 1-r -· ...... 1., ... 0•00 1+00 2+00 4+00 L ~s..1, . i o,,, . J _..!.__________ 'M";""_~ ... ~ FORT WORTH ~··::~ j""'-~~--1 3 --------+---+---! ~ L..-!.!'..!'..-.l .. 2008 i --~.;. ·, l---=:....1--"" I f,N"'o".+----..,R:-:EV'"·"'1s"'1o"N,-----1-B~V-+-D~A~T-E i :::::;:--:i = ···--···--~~J._,1.,_~·:. c,·~-~- ···:,,----... , ... • .. 7+00 8+00 GROUP ·-l<!I> 0 .30% ii . = \5 '-~ 9+00 ;. _..;_ "t,,ri 8'. WL t:.t:.t"I \ . ~ :l~ -it NOTES LlOlND .. IO 110 WARN ING I" ,v,,.l,c,1,l'J(ll,t ')NAH M,t.A( .... , "l~"(\SA"I PWUt1 i,1i)f<'.I ION Iii '.luPPfJill,l'MU 1Hl11,)/\, R(.IJ(AIION, t.,.J 0( •n ul!,11,[S, 51 UIILd l .. UL(S 80111 .'!!Ov[ AHO O,..f11NC (OH ~f!lvCl10tl, tH IS LI ABI.[ ro~ •u ru, ..... as \1• 1 or .. ,s lll'fil•t10t,,S. NO .1.001 II01'1 .U COW'[NS•1 10N •uOw(u. r.i.: COM?.1, ... [~ ~,suo lhO• dJ{ A/olOtllh 10 U~( r.t,CtLlf 1U ,ur-11N ll'IIE fOIH l'l'ORIM, :(uS •A(A, I l AAC IOfl SPIAU (Of,JIA CI t;,( ~OLO.iltC • S1 '41 .,g~-AS :~~: ~~ .. ~i~ ,or-··1°'"· CON•(Hl(i'<CE, C Oh1(A UIILIII COwJI A~tB "'"' 8( ~ I, ill-QA;,., IU.l(A otll'>Jlh1t/rll ,.,7,tf•·O'J<. r f, •OA!t, ,.~. !.I, ,...,,ACliM(t.1 l"(n,,u l~ 11 ,7J lltC.C.7J "· 11on ~,. II'• Sl,LtC01T'. &. l«r.rr,c ~rCNAl'. 1Sl11tf1-,1,;io 1Allll,\Nl ll(C10ho\i. 11A l [fl ~tSTfl1CT ,,111r.1r.-an1 ~,i.;, ll5S <ilCO, J~~·U11 "'[ll-l.!(1450(\)l(;•l(S\1 ,r,, C"•RllH (O.u.i1.1NICAl10NS CO~(lh ,.,C ,•Clf'llO:UM lti!<l 1(h,..!VW llLCUII "' IN t·lUUf'I II Ht:!.:IN!I; CUOt' l.1.u <.,~ • (lH'IH.!.: Vlltl ~ON i~~ .. ~!W }'iJw s~;~O: Jt~tfi,l:ic tl'll(tt(l(D H, St10• IOI( C(r,t(AAl (.1.1510,,C( ANl.l \(i(,t,lltnl Of ula 1l1[S It! h,C AR(A Of c;o,.,;111uc1,oi.. 1u[ t:NCtNC(R .t.'i,Si,:M\.'i, NO R(~POt.518:Ll ll rolt It( ,t,(CL.fU,Cl Of 10!( ul rLII I u..tOf'llol.ll1(1/rl 5110111/rl OH ht[ l'lAN!i., 1'1( l:OtdlilACION 5MA I.I ¥[A1f1 !Ml' [lh'AIH>frrl. CON( 1:,.n.1 :011. I /YO ANCL( OI' t,,s1u,c UhLI I ! 111'1(\ l'N1(Wl TO C!>!o':ilRvt:IH1h. '!iuC" Y(~1r,c ... 1ior1 S11A1,.l I ( ('0,0 \1:>Clt{D A wtl\t~ialh C'OSI Oi COtol\lfhlC'hO/rl • NO 1iDC1l10J<IAL COWIC,,1U TtOH ALLO •tD. CONT ROL OAfA ,__. CITY OF FORT WORTH, TEXAS WA flf1LPfittf ;~~cs~WiR ...,,.., ....... REPLACEMENT -2004 C/P CONTRACT 7 IDA WAY/S.HUOHES AVENUE 8" WL A PLAN & PROFILE SHEET 4 0, 6 1111 ~;~~ iiii EX, TxOOT' s ROW~ JHA T IN ALL1 I• 12"X8" TEE W BLKG 1•8"GATE VALVE & BOX 2·12"MJ SOLID SLEEVE CONNECT TO EXIST, 12" WL INSERT CLEANING Pl G N•6933 I 02,36 E•2356'467,81 -l-o 0 X 1--:c I-::, 0 (J'J 0 N CX) 0.. 0 0 ...I 1- (J'J < ED GE LOf l •A, I LOC& • t•o• s~ YALU:Y Oli'. •v s Ck,n ci: STOP. I NC , l•Ot $UN VI.I.LU o-1 , rT, WOR TII, n 76 11 1 L OT I -A TRA EL LANE ' r WATER MAIN AP,,.OX. DEPTH • 5' I R I.OT rR, ~OCIC 9 ss r rc. 1.00I' no,ovTw T~ IUJ!t 1.l (U lo N.Utl' KIW l,l(U U r, t . 1,00, n o SOVTw ,r, WOII TW, n r,11 t EDGE OF TRAVEL LANE i.. .. -··-··-· ·-·. -··-. ·~··-··- ' I ' • I ' I l OT 10 W Il l E Il l , I LO T 10 l 1/l l 11 1, I 8LOCl I 11.0Cl I 540, SUtf VALLO oi._ U I J II.Iii YM.l,[T Ofl. ""40T Cl.H'HJN,, JI', l40t SUN VALL[T 011. fl, WOIITK. Tl 1'111 OAIMl:LL It. J[ff'IICH !5111 Ml'! VALlU 0 11, ,r, WQIITM, Tl: 71 111 lO f l I t/l, I LOCIC t s•o• $UH VAi.i.CY OA , /T~G 8, 1.II U [TUY 111,RI' SOJt UJH OIAlroll)HOIU Ofll , '"'""''ON. n rs11> '2 I I I lOT l ( Il l , 1 1.0tl I I $tll SUN V•lUI' Ollt. I I UIO,C I , 1,l (V (TUX N~RI' $OW : I z:;::,,:;~. •:;T:;· I El -- " .. " ~ ~v., r. ........ , . ~~" F-.f",-:0'1" ~~':.~ SUN VALLEY DRIVE .. ! ? .r.--.... I,,..., .. ,,,.._.. t .... T' ... -... ,., .. !"! ....... ,... • .... ,., .. ,. ................. ... ,._, .. __ -,., .. ,. .................. ... ,._,, .... -,., .. r-.:, .... r ........... ,-w_r-.c,-.-C"' ...... ••• ~-,., ... ,._.. ..... r......••-· -,.,.,.,._.,...-r ...... ••--,-11111,r -1..-r ··-,., •. r_,..,.,._....••• ... ,., •. ,. .................... -,., ... ,._. .... '" ........ -,.,.,. ................. .... ,., .......................... .... r't1111,r-.:, ... r....,••• .... ...... :, ................ '"""''"_ ................ .... ,., ... ,. ....... r-~··- UBll1liwl $H~L MM( A(.L kltC.C:SSMIT lt<~T.~Tl(IIO,C. Ill( tlllOC:ATION f1I ~ ~~=~~~n 'OIi AU,. OAW4GtS 00,C: 45 4 llt$Ul,.T Of ~I CPc:UllONS. NO AOQI TI OMM,. C:Olil"l...Wl lOII .141.0Q, ... ....,., '°"''(111 114, SH,ij,,L COIH.t,CJ ,,, 4flt(l.lt$ S LOC ATll)N, "" OTHU Ufl llT1' w I EX. TxOOT' s ROW--;. . I - .. -.. -.. -... _I .. -.. -. : _ .. _:_. -.. -.. -.. _ :_ .. ..... '"~'"-· ... ,. ........ l_'.-!-----------+-11---1 _!!!L_ -· "'' i..;4-----------+-,l----1-;;;;;;;;;- A ISION ,., ~ ,......,.._ DOI No. ==== 4573 EJES INCORPORATED ~ fl'I..- CITY OF FORT WORTii, TEXAS •:.!;.'=:. :..:: ~~~!t!.?!L' 1---=s'-'=TR;.;E,:..;ff~..;:R.;_E.;_C_O_N;,.,S;.,Ti.;_'R;.;U..::C~Ti;,;IO;,.N.,;,.c.;..__-i :;:_~ !,."'e::,f=:;,.=:..'"-t::;,_.. ANO' SANITARY SEWER ANO "::' "'· r ,,_ ._.,,:,t"'.~';.. WATER REPLACEMENT -C NTRACT No . 7 '19" r """" ._ .,... r WATIII LJNl ""'-AC!MNff ,LAN aur,, YAU.EV 01UV1 ...... _,, IIIUT g ·;; '• 5 > .L: 0 \) ~ .. 6 ! .: ~ ~ e ~fg ' .. ~~a ·~~~ ~ ~ g ~ g ~·· ri: ~ 8 f ..... :, O<O • ?~ . ~ t ... :-t ~ ~;,£ :; ti . . 1 § b . ~ ~ & .f .• 6' '~~II '. b ... ; .~ 0 0 :!!t! ·C .~ C ~: ~: ... -, ·-... .,.;J ::. V g • ~!;~ [!H,! rouou .. i I i l I CW20• t0 ~I ... ·,·· :,e• ~ o· tflACS Stl kOI[ II ~ -1)1)e l!f bCt'}'ICoOe,. Ct'oOrll"llt ltlno·dl,ICt1,'·or Sl'IOdo. ,en1c1• •Jtl'I oronoe ftoo• or wcYnlno !Igus. llnel'\ 'lhOOOw ·,en IC I e It rtQulr,ci,' It thOI I oe eQ1,dpoeo •Ith lruc1>. Mol,/'llfd A1t•nuo,or, .· ,)· . [IC) t-Rl\\O~RK I ·., C20·2o ,.tl.8' )( ·-2~·-'• ~.;., o,o/1'8r;) ~ I I· 1 .. ~-1 · EMl /~1 / ·U'X2<· ... ~-<' i ~ •·---···-r I' ... .. . I\ . 'l·:;:JJ . .::.j ,.. ·.· , .... ,:., .. · , ... .. -~-.. ,· .. :,,··· :.;.:, 1CP t 1-40) . • ·One Lone Closed' 2 ~ X ~ ' ·.a.\__t_:' .. ' . RIC~! LM{ .CLW.D cw20-10 R20·2L 1118' X fiO' l \(( NOT( lt o· x o· 1r1.ACS • S([NOlC !I ~ .... tS(( frilC:H ]I :~ Y ,s<r•o1r,, EC1\'l •60 , 36' X 36' ··' ---~-l7pe 111 DOrricOd1, cnomtllll(I() OtvlCH,OI" &nooo• YtnlCI• .,;,n u,oi)Qt f1o<;r1 or worn:nq 11(,ltlrs, When &nOOO• vllt'IICII II rtQulrlO, r; ln<II I 01 IQulPPt<I .,;,n lr:.1ek hb.Jnteo Att1nuotor, ENO -~ ... • -~---·i I ROAOi~ .. -.... C:Z0·2o "5° X 2"" 00 I I 0 0~ I\ ,.,,,LCP I I· 40) I I 1ri [Ni)J I' ~UWCRK I' 020·20 t 1/8' l( i:''1' i.a. . I s I §I ~, i ·-j·-·1~ --+--1 ~ ···~ [C.:WI •6(J )6' K )&' ,·~ _( '\~ .. ·,c••·<c ~ o·x·4a• r-xxl Scw1j.1 ~2"'X2.41' cwzo-·,o '18' X 48" RIGHT. LAN( CLOS£0 · .. Tw_d<_t:ones c I osed CI\ At! S(( NO,\( 1"1 ltCtlcO -------· ~ r1pe 1:1 &a--;root • • C"1ortwlltlr\q0t.lCH qr,o; om @ h10,7,ror .. v,r,:c,1 lroi If( MOUl">llC f1esr:i1w,iArru.Po11-.:1 ~ lrvc1<.WO..r'l,eOAtt1n:..01ur ~~ l":l(hJClt Cl'IO'IQIUOIII l~J "'-:Ou(J(t Sl,jl 0.0 r1co9er ..a.. S/7, i"osr ·-t.~·--, I 1~· U•'91"-111 111 I J~1109 •'.J••:.:o )1\1,a,, S.-g~Jou i j11(ot1¥Wllf .. '-'llilOOUCili11 11111too•r,.;"'ll'"•""••1>oonr°'-""°•Oo•t • Ottionct ,io· tGO· 240' ,oo· • GOO· 11 ·,oo· 11 800' 1..·~~•rio1 ,_. ,11.J •••l.iu•."I OflM: <fl,• J,~.,U•<J11>Ht,.,.t11 tr,1C"LIISAG(, IIJl!ll( """' 0Vll.l.!10II SH<:Mt ilRM I n•HMn1,tt I LCMC 1£11111 SIAl10flARI rc.-.isr .. 110HAAI SIAIION.UIT C[H(M,\L NOl(S, t. un11ss o,n.r.:H 110110 tn tne u1un1, 110<11 or1ocr•11 10 rrw tlO'"II orr '}, ~iccontro1 o,wlcu :,,u!.~rcneoort~ uc1~1 11'\QH c;enot•O "''" f/W lrlon;r, •11100, ~, t,t, Cl'IILlltO •r,tn :.IQftO W!H-1111!1 t In in• p1oris. J, lne FOHl,I ONl ~.1.Nl Llf! SIQII no, 1)11 ... uo 10110.lno IN HICtd LA\tt CLOS£0 slqn. Sol)(:ln9 Olt,IOl'"lel! Ull!l•ffll 1l;r,1 ~to oe, 11'\t' l'-inl1V!I o;,10,11:1 lnolcotuo. 4, ROAD tOR,. 411L,t,C, s1Qt1 tl'IOJ 110 r11J,(:.J1tll H tr,.. ,/1ltil1i IJ C.I tl,v •Gt·" ZOl!e IS le'.U tf"IOII 1!100", ~. tf 1.1C,tvWlhlt11I nlQl',.lr,vs are no, rC111C1¥0C ono 1rctt1e ts 01r1e1eo o .. u o OD.JDt• 1·,11u. c.-,1.-dno, 1nn lkt•i!IVll sp«llr.q ot c:naM1t1i1i~ oe.1cu, il'.I o 1cr,~11 uc1!on v.c .. 1<1 ~t 110 9"0'11,, tr-.cr, !O '~""'· Ont7 pre•(J.l()llfleo l)i'"oa...c11 sno11 oe uHd, A tllt ot eorro11ont pradl.JcU o-\0 tl'Mllr sOIJt"cu mo7 o• ootolneo o7 .,.,11"9 or fo•lnQI StondOl""d1tf\Oll'IMr' TroHlc oqtf'otJON Olvl1·lon • TC lu.os Oewtment of frcriapertot Ion 12!1 Eost 11th Street Autt1n, h•o.S 18701•241) Pl'IOnelSl21 .• 16·lHS ro11 1 !121 ~ 16·l161 (·l'PIOI I 1ftf'-!IUNOAllc»mo110,., 001, .Slote, 111.u• lne t•oulrement tor sfY.x:-u.-,,n1e1u ,•llt DG tl'11~ ;11 u,, 1,>roj,ct G[H(iU.L HOl[S, tletl'I ~t.12, dortieooes. !lloru ono lrolflc tton011n9, __. STANDARD PLANS I TEXAS DEPARTMENT or TRANSPORTATION Trofffc Operorlons 01,,;sfof"I TRAFFIC CONTROL PLAN TCP(l-4l·-98 APPENDIX C -GEOTECHNICAL REPORT CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (SUN VALLEY DRIVE) DOE NO.: 4573 FUND CODE: 01/02 HOLE # 1 LAB NO: LOCATION: 5541 SUN VALLEY DR. N/4 2.50" HMAC 8.50" REDDISH BROWN SANDY CLAY 9.00" REDDISH BROWN SAND ATTERBURG LIMITS: LL: 33.5 PL: 15.2 PI: MUNSELL COLOR CHART: 5/3 BROWN CLAY UNIT WEIGHT: 135.0 #/CFT HOLE it 2 LAB NO: LOCATION:· 5532 SUN VALLEY DR. CL 1. 7 5" HMAC 18.25" REDDSIH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 40.4 PL: 23.1 PI: 42153 18.3 SHRKG: 42154 17.3 SHRKG: MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 132.0 #/CFT HOLE # 3 LAB NO: 45155 LOCATION: 5512 SUN VALLEY DR. S/4 ·1.75" HMAC 4.00" REDDISH BROWN SANDY CLAY 6.00" RED SANDY CLAY :-;~~ .-. . 8.25" .DARK GRAY CLAY ATTERBURG LIMITS: LL: 41. 7 PL: 21. 3 PI: 20.4 ·SHRKG: MUNSELL COLOR CHART: 5/2 GRAYISH BROWN CLAY UNIT WEIGHT: 132.0 #/CFT HOLE # 4 LAB NO: 42156 LOCATION: 5437 SUN VALLEY DR. CL 5. 00'' HMAC 15.00" REDDSIH BROWN SANDY CLAY ATTERBURG LIMITS: LL: 58.0 PL: 29.4 PI: 28.6 SHRKG: MUNSELL COLOR CHART: 5/3 REDDISH BROWN CLAY UNIT WEIGHT: 146.0 #/CFT 8.0% 12.0% 13.0% 1 .6. 0% DOE# 4573 HOLE # 5 LAB NO: 42157 LOCATION: N/4 OF SUN VALLEY DR. 60' EAST OF E. LOOP 820 2.00" HMAC 7.00" LIGHT BROWN SANDY CLAY W/GRAVEL 11. 00" DARK BROWN SANDY CLAY ATTERBURG LIMITS~ LL: 48.1 PL: 26.2 PI: 21. 9 SHRKG: MUNSELL COLOR CHART: 4/1 UNIT WEIGHT: 133.-0 #/CFT APPPROVAL: . ~RI / DATE TESTED: 09-13-04 DATE REPORTED: 09-17-04 TESTED BY: HERNANDEZ DARK GRAY CLAY ... e - ROUTING ABE CALDERON DENA JOHNSON . FILE . ·~~--- 2 13.0% CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 CIP (CANBERRA COURT) DOE NO.: 4573 FUND CODE: 01/02 HOLE # 1 LOCATION: 3020 CANBERRA CT. W/4 1.00" HMAC LAB NO: 5.00" LIGHT BROWN SANDY CLAY W/GRAVEL 14.00" LIGHT .GRAY SANDY CLAY ATTERBURG . LIMITSf . LL: 46. 5 PL: 20.7 PI: 42158 25.8 SHRKG: MUNSELL COLOR CHART: 6/2 LIGHT BROWNISH GRAY CLAY UNIT WEIGHT: 130.0 #/CFT HOLE # 2 LAB NO: 42159 LOCATION: 3000 CANBERRA CT. CL . 2. 00" HMAC 6.00" REDDSIH BROWN SANDY CLAY 12.00" REDDSIH -GRAY SANDY CLAY · ATTERBURG LIMITS: LL: 58.7 PL: 24.4 PI : 34.3 MUNSELL COLOR CHART: 6/3 PALE BROWN CLAY . UNIT WEIGHT:-133.0 #/CFT APPPROVAL: DATE TESTED:: 09-03-04 DATE REPORTED: 09 -17-04 TESTED BY: HERNANDEZ ROUTING ABE CALDERON DENA JOHNSON FILE SHRKG: 13.0% 14 .0% CITY OF FORT WORTH CO NSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2ff04 CIP (IDA WAY) DOE NO.: 4573 FUND CODE: 01/02 HOLE # 1 LOCATION: 4401 IDA WAY N/4 2.00" HMAC 4.00" LIGHT BROWN CLAY W/GRAVEL 2.00" GRAVEL LAB NO: 42160 12.00" REDDSIH HROWN SANDY CLAY W/GRAVEL ATTERBURG LIMITS: LL: 40.9 PL: 22.5 PI: 18.4 MUNSELL COLOR CHART: 6/6 BROWNISH YELLOW CLAY UNIT WEIGHT: 133.0 #/CFT HOLE# 2 LAB NO: 42161 LOCATION: 4409 IDA WAY CL 2.00" HMAC 4.00" TAN CLAY W/GRAVEL 5.00" BROWN CLAY 9.00" REDDSIH BROWN CLAY ATTERBURG LIMITS: LL: 59 .2 PL: 26.9 PI: 32.3 MUNSELL COLOR CHART: 6/3 PALE .BROWN CLAY UNIT WEIGHT: 133.0 #/CFT APPPROVAL·~ ~ . "---__ ,......_. R JERI ., DATE TESTED: 09-03-04 DATE REPORTED: 09-17-04 TESTED BY: HERNANDEZ -~~?-.--- ROUTING ABE CALDERON DENA JOHNSON FILE SHRKG: SHRKG: 12.0% ' 17.0% CITY OF · FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX PROJECT: 2004 · CIP :JS. HUGHES) DOE NO.: 4573 FUND CODE: 01/02 HOLE # 1 LAB NO: LOCATION: 4501 s. HUGHES W/4 2.00" HMAC 4.00" CONCRETE ·(SAMPLE DAMAGED NO PSI) 7.00" TAN -CLAY W/GRAVEL 7.00" YELLOWISH BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 45. 8 · PL: 17.9 PI: MUNSELL COLOR CHART: 7/2 LIGHT GRAY CLAY UNIT WEIGHT: 133.0 #/CFT HOLE# 2 LAB NO: LOCATION: 4512 S. HUGHES CL 2.00" HMAC 5.00" TAN SANDY CLAY W/GRAVEL 5.00" REDDISH BROWN CLAY W/GRAVEL 8.00" REDDSIH BROWN CLAY ATTERBURG LIMITS:· LL: 41. 4 PL: 17.9 PI: 42162 28.9 SHRKG: 42163 23.5 SHRKG: MUNSELL COLOR CHART: 6/4 LIGHT YELLOWISH BROWN CLAY UNIT WEIGHT: 133.0 #/CFT HOLE # 3 LAB NO: 42164 LOCATION: 4525 s. HUGHES E/4 . .;r-?· .. -. 4.00" HMAC 5.00" BROWN SANDY W/GRAVEL 3.00" REDDSIH BROWN SANDY CLAY W/GRAVEL 8.00" REDDSIH BROWN CLAY W/GRAVEL ATTERBURG LIMITS: LL: 52.3 MUNSELL COLOR CHART: 7/3 UNIT WEIGHT: 146.0 #/CFT DATE TESTED: 09-03-04 DATE REPORTED: 09-17-04 TESTED BY: HERNANDEZ PALE PL: 19.1 YELLOW PI: 33.2 CLAY ROUTING ABE CALDERON DENA JOHNSON FILE SHRKG: 14.0% 10.0% 15.0% I APPENDIX D -TEMPORARY RIGHT OF ENTRY I