Loading...
HomeMy WebLinkAboutContract 35573CITY 9,E^RETARY 0 r� COIF �l��ACT NO. CITY SECRF-TARY i SI'ECWl(.A- T0NS CON�'I�ACT DO�UMEN`?-`S IVIay 2007 309 West 7tTi Street Suite 1020' Foci Worth,`TX 76102 D.G.E. HLE BONDIMG CO. COPNSTt?L' 1 IOP3`S C::OPY CLI�NI :i crAKHVIENT i ri.tt i•. City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, JUIy 10, 2007 LOG NAME: 30SSIIP5WATER REFERENCE NO.: C-22243 SUBJECT: Authorize Execution of Contract with Oscar Renda Contracting, Inc., for Construction of Southside II Water Transmission Main, Part 5 from the Crowley Road/Risinger Road Intersection to the Interstate Highway 35W/Risinger Road Intersection (City Project No. 00303) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Oscar Renda Contracting, Inc., in the amount of $9,071,775 for Construction of Southside II Water Transmission Main, Part 5 from the Crowley Road/Risinger Road intersection to the I.H. 35W/Risinger Road intersection. DISCUSSION: On July 29, 2003, (M&C C-19675) the City Council authorized an engineering agreement with CH2M Hill, Inc., for Southside II Water Transmission Main, from the Rolling Hills Treatment Plant to the Crowley Road/Risinger Road intersection. In order to expedite construction, the project was divided into five parts for design and construction purposes. Part 3 was approved by the City Council on June 19, 2007, (M&C C-22214). Council approval is being sought for Part 5 via this M&C and the three remaining parts will be advertised for bid at future dates. The Part 5 project was advertised for bid on May 17 and 24, 2007. On June 21, 2007, the following bids itiere received: Bidder ®scar Renda Contracting, Inc. S. J. Louis Construction of Texas Ltd. The project is located in COUNCIL DISTRICT 8. Amount Time of Completion $9,071,775.00 250 Calendar Days $10,173,731.00 Oscar Renda Contracting, Inc., is in compliance with the City's M/WBE Ordinance by committing to 25 percent MNVBE participation. The City's goal on this project is 25 percent. In addition to the contract cost, $283,000 is required for inspection, survey and material testing and $272,153 is provided for project contingencies. The project is located in City of Fort Worth, Mapsco 62E & F FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. r Fund/Account/Centers Submitted for City Manager's Office by_: OI Vinating Department Head: Additional Information Contact: FROM Fund/Account/Centers P264 541200 608140030389 Marc A. Ott (8476) A. Douglas Rademaker (6151) Abe Calderon (6193) 9 0711775,00 ADDENDUM NO. 1 FOR SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 (Crowley Road/Risinger Road Intersection to Risinger Road/East Side of I.H. 35W Intersection) Water Project No. 264-608140030389 D.O.E. No. 5630 Addendum No. 1 Issue Date: ]une 5t", 2007 Bid Receipt Date: ]une 21�, 2007 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS.' SPECIFICA TION AND CONTRACT DOCUMENTS,' 1.1 Notice to Bidders In the first paragraph, delete ��June 7th"and replace with ��June 21St". Sealed proposals will be received on June 215t, 2007. 1.2 Comprehensive Notice to Bidders In the first paragraph, delete NNJune 7th" and replace with "June 21St". Sealed proposals will be received on June 21St, 2007. 1.3 Proposal: Delete in its entirety and replace with the Proposal attached. 1.4 Part DA —Additional Special Conditions DA-46 Recommended Sequence of Construction/Schedule Constraints: At the end of the section add the following new paragraph: "The intent of this proiect is to have water flowing in the 48" water line no later that May 31, 2008. To facilitate this timeline the Contractor shall be prepared to submit shop drawings at the time of the Pre -Construction Conference and be prepared to begin installation of the smaller water lines with multiple work crews, if needed, within two (2) calendar weeks of the Pre -Construction Conference. In addition, if needed the Contractors shall begin the installation of standard straight pipe sections of the 48" water line and then complete the tie- ins at a later date when valves, fittings and bends are available. All cost associated with these requirements shall be considered subsidiary to the proiect contract price and no additional payment will be allowed. Failure to have the 48" water line active by May 31, 2008 will result in Liquidated Damages charged at a rate of $2,000.00 per day until the line is active." 181378.TM 1 ADDENDUM NO, 1 June 5, 2007 DA-121 Temporary and Permanent Pavement Installation on Risinger Road: Delete the first sentence and Items 1 through 5 and replace with the following: "Temporary and Permanent pavement shall be installed per Contract Plans, Sheets 39 through 49 and as follows: 1. General Sequence of Construction —After the pipeline is installed, the Contractor shall temporarily repair the pipe trench with flex base as indicated on the Contract Plans. After the pipe passes hydrostatic testing and appurtenances and connections are completed, permanently repair trench as indicated on the Contract Plans. Permanent pavement repairs to the road shall be conducted on one half of the road at a time, beginning on the south side by removing the 14-inch temporary flex base pavement over the water main trench as well as the top 4-inches of HMAC of the remaining half of the road. The entire half of the road shall then be overlaid with 4-inches of HMAC (Type "D" Mix). Similarly, permanent pavement repairs on the north half of the road shall consist of removing the top 4-inches of HMAC and overlaying with 4-inches of HMAC (Type "D" Mix). 2. The costs for temporary pavement shall include installation and removal of flex base used for temporary trench repair and temporary widening of Risinger Road as indicated on the Contract Plans. 3. The costs for permanent pavement restoration shall include the costs of the permanent trench repair as indicated on the Contract Plans as well as removal of the existing adjacent 4-inches of HMAC and installation of 4-inches of HMAC over the road width. 4. All flex base driving surface must be sprinkled with water on a regular basis for dust control and as directed by the City Inspector. This includes flex base used for temporary trench repair as well as flex base used for temporary widening of Risinger. 5. A drivable pavement surface must be provided at the end of each work day. 6. The water main trench within Risinger road limits shall be compacted to 98% proctor with a moisture content of -2% to +2% (subsidiary to pipe cost). 7. The Contractor shall provide traffic control at all times during construction utilizing low profile concrete barriers, flagmen, etc. as required (subsidiary to the pay item for traffic control). 8. The City reserves the right to require that temporary pavement and permanent pavement repairs be conducted in segments in conjunction with the water main installation." CONSTRUCTION PLANS,' 1.5 Sheet 2: Delete "Part 5 Construction Sequence" and its contents and replace with "Part 5 Phasing and Construction Sequence", attached. 1.6 Sheet 12: Delete in its entirety and replace with Sheet 12, attached. 1.7 Sheet 17, Note 4: Delete the second sentence and subparts A through J. 1.8 Sheet 18, Note Z Delete the second sentence and subparts A through J. 181378.TM ADDENDUM NO. 1 June 5, 2007 1.9 Sheet 19 through Sheet 24: Delete in its entirety and replace with Sheets 19 through 24, attached. 1.10 Sheet 25, Note 2: Delete subparts A through F and replace with "A) Remove existing (SS II) and all side laterals. Salvage all valves and fittings." 1.11 Sheet 26, Note 3: Delete subparts A through F and replace with "A) Remove existing 16" W (SS II) and all side laterals. Salvage all valves and fittings." 1.12 Sheet 27, Note 2: Delete subparts A through F and replace with "A. Remove existing 16" W (SS II) and all side laterals. Salvage all valves and fittings." 1.13 Sheet 28, Note 2: Delete subparts A through F and replace with "A. Remove existing 16" W (SS II) and all side laterals. Salvage all valves and fittings." 1.14 Sheet 29, Note 4: Delete subparts A through H and replace with "A. Remove existing 16" W (SS II) and all side laterals. Salvage all valves and fittings." 1.15 Sheet 30, Note 2: Add the following sentence to the end of Note 2, "If required, costs for removal of septic tank and leach pipe shall be considered subsidiary to the project." 1.16 Sheet 31: Delete in its entirety and replace with Sheet 31, attached. 1.17 Sheet 34: Delete in its entirety and replace with Sheet 34, attached. 1.18 Sheet 34B: Add the following notes under Valve Vault Notes: 9. Ladder -up safety ladder shall be Bilco Model 1 10. Aluminum Ladders shall be manufactured by Heron Industries, Fort Worth, Texas or approved equal. a. Ladder rails shall be 1 1/2" IPS schedule 40 aluminum pipe (6063 alloy) with end caps. b. Rungs shall be 3/16" thick aluminum tread plate (3003 alloy) bend to form 2 1/4" x 1 1/4" channel. c. Top rung of ladder shall be no more than 2'- 0" below manhole lid. d. Bottom run of ladder shall be no more than 12" above floor of vault. e. Wall brackets shall be 1 1/2" x 2 1/2" x 10" bend plate (6063 alloy) with 11" stand off. 1.19 Sheet 39, Clarification: From Sta. 10+75, full width asphalt replacement shall continue 300 LF west to Crowley Rd. 1.20 Sheet 39 through Sheet 49, Note 2: At the end of Note 2 add the following sentence, "Survey shall be performed by a professional land surveyor registered in the State of Texas." 1.21 Sheet 39 through Sheet 49, Note 4: Delete and replace with "4. Pavement shall be replaced per Detail 1, Section B, Sht. 31." 1.22 Sheet 51: Delete in its entirety and replace with Sheet 51, attached. 1.23 Sheet 53: Delete in its entirety and replace with Sheet 53, attached. 1.24 Sheet 58 through Sheet 79: Delete in its entirety and replace with Sheets 51 through 79, attached. Please Note: The specifications and plan sheets are not being reissued to reflect the change discussed above. It shall be the responsibility of each plan holder to reflect these changes on the referenced sheets of the construction plans. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. 181378.TM 3 ADDENDUM N0. 1 June 5, 2007 Failure to retuI n a signed copy of the addendum with tl�e Proposal shall be grounds for rendering the bid nofl-responsive. A signed copy of this addendurn shall be place into the Proposal at tiie time of submittal. Receipt Acknov�ilecigPc3: Title; ��3 i.378.TNi f� f�ep�rl:menk of Engneerin.c� A, Douglas ;? demaker, P,E. Dlreckor T©ny Sholola, P,Iw, Engineering Manager (D.O.E:) a ii 4 D`9 �3i6a. as tla b.♦gz s-cae n>. u.a y� 0 ! ! I an Obi--491 yV{ b t(i Abb�i�QUI>�l tVC1. 1 ATTACHMENTS '3�77 SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 (Crowley Road/Risinger Road Intersection to Risinger Road/East Side of I.H. 35W Intersection) Water Project No. 264-608140030389 D.O.E. No. 5630 Addendum No. 2 Issue Date: June 18th, 2007 Bid Receipt Date: June 21St, 2007 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS•• SPECIFICATIONAND CONTR,9CTDOCUMENTS• 2.1 Specification Section 02320, Trench Backfill Delete 2.04 B.4 and replace with the following: �4. Pipe Greater than 18-inch Diameter: Bedding and pipe zone material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay and organic material. Material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The material shall be such that when wet, the fine material shall be composed of tough, durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Lightweight aggregate is not acceptable. The material shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. Material shall have a LA Abrasion percent of wear no greater than 35% as measured by ASTM C131. a. Bedding and pipe zone material shall be cohesionless material meeting gradation requirements as indicated and shall be utilized in place of D-24 of the Special Conditions. Sieve Size Amount Passing Percent by Weight 1/2" 100 3/8" 85 — 100 No. 4 10 — 30 No. 8 0 — 10 No. 16 0 - 5 2.2 Specification Section 02501, Welded Steel Pipe, Specials, and Fittings Add 2.08 D as follows: �D. Polyurethane Coating: 181378.TM 1 ADDENDUM N0. 2 June 18, 2007 1. Polyurethane coating shall conform to the requirements of the Supplement attached to this Section. 2. Coating system for field -welded joints for polyurethane coated pipe shall be heat shrink sleeves conforming to Paragraph 2.08.0 and 3.05.B" Add 3.05 B as follows: "B. Using Heat Shrink Sleeves for polyurethane coated pipe: 1. Apply in accordance with AWWA C216 and sleeve manufacturer's written instructions. 2. Overlap existing pipe coating 3 inches, minimum. Cover pipe surfaces not coated by shop applied coating system. 3. Clean and prepare pipe surface in accordance with AWWA C216. 4. Clean 8 to 10 inches onto shop applied coating as recommended by sleeve manufacturer. 5. Apply filler around fasteners, and coupling follower rings, flanges and other irregular surfaces as required to eliminate all voids under heat shrink sleeve. 6. Preheat pipe and apply sleeve in with manufacturer's recommended heating equipment. 7. Holiday test completed sleeve installation and repair defects in accordance with AWWA C216 and manufacturer's written instructions." Add 3.14 as follows: "3.14 SUPPLEMENTS A. The supplements listed below, following "End of Section," are part of this Specification. 1. Polyurethane Coating for Steel Water Pipelines." Add the Supplement "Polyurethane Coating for Steel Water Pipelines" to the end of Specification 02501, attached. CONSTRUCTION PLANS,' 2.3 Sheet 7: Delete in its entirety and replace with Sheet 7, attached. 2.4 Sheet 38: Detail 13870: Delete Note 2 and replace with the following: 11 2. SEE TABLE THIS SHEET FOR ANODE SPACING." 2.5 Sheet 38: In the "GALVANI(. ANODE LOCATIONS TABLES", delete "DUCTILE IRON PIPE/C303/STEE PIPE" and replace with "DUCTILE IRON PIPE/C303/STEEL PIPE MORTAR COATING) COATING)". 2.6 Sheet 38: Add the following Galvanic Anode Location Table: GALVANIC ANODE LOCATIONS STEEL PIPE POLYURETHANE COATING STATION DETAIL REMARKS 8+50.00 13870 Galvanic Anode Installation 13+90.00 13870 Galvanic Anode Installation 19+30.00 13870 Galvanic Anode Installation 181378.TM 2 ADDENDUM NO. 2 June 18, 2007 24+70IV, 0 13870 Galvanic Anode Installation 30+10,00 13870 Galvanic Anode Installation 35+50.00 138.70 Galvanic Anode Installation 40+90M 13870 Galvanic Anode Installation 46+30.00 13870 Galvanic Anode installation 51+70:,00 13870 Galvanic Anode Installation 57+10:00 1.3870 Galvanic Anode installation 62+50.00 13B70 Galvanic Anode Installation 84-}-10.00 13870 Galvanic 1 870-- Galvanic 13870 Galvanic 13870 Galvanic release Nate: The specifications and plan sheets are not being reissued to reflect the. change, discussed above It shall be the responsibility of each plan holder to reflect these changes on the referenced sheets of the construction- plans. ALI other .provisions of the plans, speciFcations and contract document for the project which are not expressly amended herein shall remain in full force. Failure to return a signed copy of'the addendum with the. Proposal shall be grounds for rendering the bid nonresponsive. A signed copy of this addendum shall be place into We Proposal at the time of submittal. Receipt. Aclenowledged Department of Engineering A. Douglas RademakerI P.E. Director By• Title: By: Tony Sholola, P.E. Engineering Manager (D.O.E.) 1$ i37$:.TM 3 . s a�yjeQa.ae e'"a7a"+]y. S&V*ao`tks,Goa �>l� SIONAi_ E ADDElVDl1M (V0. 2 June 18; 2Q07 ATTACHMENTS 181378A.GNI Polyurethane Coating for Steel Water Pipelines Item Description Basic Requirement Self -priming, plural component, 100-percent solids polyurethane conforming to AWWA C222, as modified herein. Number of Coats/Thickness Number of Coats: One mutlipass coat to achieve specified total dry film coating thickness. Total Dry Film Coating Thickness, Exterior: 35 mils minimum, or as required to pass the holiday and defects limitations specified in this section. Clarifications and Exceptions to Standard Materials Material shall have a minimum of three years successful service for pipeline coating applications. Extended coatings will not be accepted. Special Material Submit results of certified independent laboratory testing Testing Requirements documenting the coating meets the performance criteria specified herein. Laboratory tests must have been completed within two years of bid opening. Provide infrared spectrometry analyses for Part A and Part B of the material used for the laboratory test reports. The following tests shall be performed by a certified independent testing laboratory with a minimum of five years experience using the specified test procedures on protective coating systems. Test Standard Method Criteria Water Absorption ASTM D570 (Note 1) Long Term Immersion 1.00%, min. Permeance ASTM E96 Water 0.050 in -lb, (Note 2) Procedure BW max. (APP. XI) Impact ASTM G14 125 in -lb, min. Resistance 181378.TM ADDENDUM 2 02501 SUPPLEMENT 1 WELDED STEEL PIPE, Page 1 of 4 SPECIALS, AND FITTINGS 181378.TM 02501 SUPPLEMENT 1 181378A.GN1 Cathodic ASTM G95 -3.00 volt 8 mm, max. Disbondment potential, 30 (Note 3) days Adhesion to ASTM D4541 20 min dollies, 3,000 psi, min. Steel max; score coating to metal surface Abrasion ASTM D4060 CS-17 wheel, 85 mg loss, 1,000 gram max. weight, 1,000 revolutions Tensile ASTM D412 400 psi, min. Strength Hardness, ASTM D2240 70, min. Shore D Flexibility ASTM D522 3-inch mandrel Pass (no diameter, 180 cracking) degrees Notes: 1. Sheet sample, 1 mm maximum thickness. 2. Support sample in manner to provide full circulation of air around test container for duration of test procedure. 3. Measured from original holiday radius. Test Samples: A. Sheet, steel panel, or steel pipe as required for test procedure. B. Provide a minimum of three samples for each test or as required by the ASTM standard, whichever is more stringent. Sample Preparation: A. Sample shall be prepared by the unanufacturer, with surface preparation documentation reported to the testing laboratory. B. Abrasive blast to white metal, SSPC SP-5, with a 3.25 mil angular profile, 90 Peak Count per inch minimum. C. Spray apply coating in accordance with manufacturer's written shop application requirements. 35 mils minimum, 40 mils maximum. D. Air cure only. Accelerated curing will not be acceptable. E. Failure to fully conform to the preparation requirements will result in rejection of the submitted coating material. Reporting: A. As required in the appropriate ASTM standard, with the ADDENDUM 2 WELDED STEEL PIPE, Page 2 01 4 SPECIALS, AND FITTINGS 181378A.GN1 following additional information: 1. Sample panel preparation date and identification. 2. Sample preparation method and abrasive. 3. Surface preparation profile and peak count. 4. Coating lot and date of manufacture. 5. Application spray gun and equipment used. 6. Application temperatures of coating materials and material temperature at spray nozzle, ambient temperature, and panel surface temperature. B. Show each test result for each test sample (not averages). Environmental Provide heating, cooling, or dehumidification equipment as Controls required to meet the surface preparation and coating application requirements as specified herein and as recommended by the coating manufacturer. Surface Preparation Provide blast cleaned steel panel for visual comparative standard. Provide a 3.0 mil angular profile, minimum, or as required by the manufacturer, whichever is greater. Measure and record surface profile. Abrasive blast all surfaces to be coated or lined in the field to SSPC SP-10, near white metal. Surfaces prepared in the field shall meet the angular profile requirements specified herein. Application Pipe temperature shall be between 75 and 100 degrees F and 5 degrees F above the dew point during coating application. Coating application shall be performed in an environmentally controlled area that meets or exceeds the written environmental requirements of the coating manufacturer. Field applied coatings at field -welded joints and shall be spray applied using plural component equipment. Holdback Hold -back at Welded Joints: 6-inches, nominal, unless coating manufacturer requires a longer hold -back. Testing Adhesion Tests. Perform tensile adhesion tests in accordance with ASTM D4541. Tensile adhesion shall be 1,750 psi, minimum. Dollies for adhesion testing shall be glued to the coating surface and permitted to cure for a minimum of 12 hours. Pipe shall be placed in a heated area, if required, to facilitate curing of the dolly adhesive. Coating shall be scored around the dolly prior to conducting adhesion test. 181378.TM ADDENDUM 2 02501 SUPPLEMENT 1 WELDED STEEL PIPE, Page 3 014 SPECIALS, AND FITTINGS 181378A.GN1 Holiday Tests. Conduct holiday tests after a minimum of 1- hour cure. Holiday testing shall be performed at a voltage of 100 volts per mil of the minimum specified (not the average) coating thickness. Repairs Material for repairs greater than 6-inches diameter on polyurethane coated pipe shall be the same as the existing coating, or for repairs less than 6-inches diameter, repair material shall be as recommended by the coating manufacturer, subject to Engineer approval. Repair material shall have adhesion and performance characteristics equal to the existing coating. Acceptance Criteria Coating repairs on any joint of pipe shall not exceed an average of 4 per 100 square feet of surface area per joint of pipe or an individual defect greater than 6-inches in diameter. Holidays within a 4-inch radius of a holiday shall be counted as a single holiday. Acceptable Manufacturers Futura Coatings, St. Louis, MO; Life -Last Coatings, Vancouver, WA 181378.TM 02501 SUPPLEMENT 1 ADDENDUM 2 WELDED STEEL PIPE, Page 4 014 SPECIALS, AND FITTINGS CIVIL LEGEND ABBREVIATIONS EXISTING BO BLOW OFF BFV BUTTERFLY VALVE (a IRON ROD FOUND — 6" W — WATER LINE AND SIZE CARV COMBINATION AIR RELEASE VALVE ® SURVEY CONTROL POINT — 8" SS — SEWER LINE AND SIZE COFW CITY OF FT. WORTH OPP POWER POLE — 4" G — GAS LINE AND SIZE D DELTAANGLE DIP DUCTILE IRON PIPE LJ GUY WIRE — OT — OVERHEAD TELEPHONE EL ELEVATION Da WATER VALVE — UGT — UNDERGROUND TELEPHONE EXIST EXISTING GCDS CITY OF FT WORTH GENERAL CONTRACT DOCUMENTS AND SPEC,FICATIONS TELEPHONE PEDESTAL — UGT-F— UNDERGROUND TELEPHONE - FIBER OPTIC GRD GROUND GAS METER OE OVERHEAD ELECTRIC IE INVERT ELEVATION GAS TEST STATION — UGE — UNDERGROUND ELECTRIC INVT INVERT L LENGTH OF CURVE O LIGHT POLE _ = STORM DRAIN AND SIZE LP LF LINEAR FOOT WATER METER REMOVE OR ABANDON EXIST SSHM LOG LIMITS OF CONSTRUCTION SIGN CELLULAR PHONE TOWER OR ANTENNA LT LEFT MAX MAXIMUM FENCE (AS NOTED) BILLBOARD MIN MINIMUM - WOODEN FENCE BOLLARD NAT NATURAL PC POINT OF CURVE -- ---- ASPHALT PAVEMENT -= CITY OF FORT WORTH MONUMENT PCCP PRE -TENSIONED CONCRETE CYLINDER PIPE CONCRETE PAVEMENT ELECTRIC METER BOX PI POINT OF INTERSECTION CURB & GUTTER EXIST STORM DRAIN MANHOLE PT POINT OF TANGENCY PVC POLY VINYL CHLORIDE STORM SEWER MANHOLE ELECTRIC SERVICE - R RADIUS OF CURVE FIRE HYDRANT FOUND NAIL RC REINFORCED CONCRETE SS MANHOLE FLAG POLE RD ROAD RED REDUCER SS CLEAN OUT GAS MANHOLE RSGV RESILIENT SEATED GATE VALVE SIGNAL LIGHT POLE- GUARDRAIL RT RIGHT R.O.W. RIGHTS OF WAY TRANSMISSION TOWER MAILBOX SD STORM DRAIN UTILITY FLAG MONITER WELL STA STATION WOODEN FENCE POST PANEL POINT STD STANDARD T TANGENT LENGTH WATER MANHOLE RAILROAD SPIKE UPRR UNION PACIFIC RAILROAD SPRINKLER HEAD SEPTIC TANK VPI VERTICAL POINT OF INTERSECTION W/O WITHOUT TRAFFIC CONTROL BOX BUSH WPN WATER PROJECT NUMBER TELEPHONE MANHOLE LARGE SIGN TRAVERSE POINT PROPOSED PLAN X OR Y IN CONCRETE 48° WATER WATERLINE AND SIZE _ FIRE HYDRANT DETAIL CALLOUT LEGEND a TREE o TREE OUTSIDE CONSTRUCTION (LETTER) FI - �— BUTTERFLY VALVE —;-- SOLID SLEEVE DE AILO(NUMERAL) OR AREA TO REMAIN WITH SIZE &TYPE DESIGNATION 12"M TREE INSIDE CONSTRUCTION AREA GATE VALVE �— WATER METER23 THAT MAY BE REMOVED —� UNLESS OTHERWISE NOTED AIR RELEASE/VACUUM VALVE SHEET NUMBER WHERE CORRESPONDING o WITH SIZE &TYPE DEAIL OR SECTION IS SHOWN E 0 12"M 12" MESQUITE TAKEN. (REPLACED WITH A LINE B - BOIS D. AREC BLOW OFF & SUMP MANHOLE IF SHOWN ON THE SAME SHEET) C- COTTON WOOD E - ELM H - HACKBERRY �— REDUCER STANDARD DETAIL NUMBER L-LOCUST 16325A (SEE STANDARD DETAIL DRAWINGSI M -MESQUITE SURFACE RESTORATION/BACKFILL ni O - OAK P - PECAN T- UNDEFINED TREE PARCEL X PERMENANT WATER LINE EASEMENT PARCEL NUMBER ca W - WILLOW WARNING TO CONTRACTOR CALL ]-800-344-8377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY, ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT LOCATI DNS OF UTILITIES ON DRAWINGS, FT WORTH WATER DEPARTMENT (817) 871-8296 FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871-8100 ATMOS ENERGY (FORMERLY TXU GAS) (817) 215-GI48 AT&T- DDN SELLS ( 81 7) 821-8921 SBC ( 21 4) 532, 2853 BURNETT GATHERING, CLAYTON HOAKE (562) 453, 7450 CHEVRON PIPELINE (817) GI 3-0028 UNION PACt FiC RAILROAD (800) 873-3749 FT WORTH & WESTERN RAILROAD COMPANY (817) 921-6846 TXU ELECTRIC, JOHN GUI TERREZ (817) 215-6292 WAS MI I THLS "*5••' * (( DOCUMENT WAS AUTHORIZED BY DOUGLALTERATION OF K. EANON SEAL p5/15/07 ppUGLAS K. BIGLEN I NOTIFICATION TO THE REDOCUMENT WITHOUT SPONSIBLE / 88777 / ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT" JM NO. 2 06/12/07 CS ITEM DATE BY SOUTHSIDE II WATER TRANSMISSION MAIN PART 5 CROWLEY RD / RISINGER RO INTERSECTION TO RISINGER RD /EAST SIDE I.H. 35W INTERSECTION WATER PROJECT NO. P264-608140030389,DOE NO.5630 ABBREVIATIONS AND LEGENDS ao CITY OF FORT WORTH, TEXAS ENGINEERING DEPARTMENT � Ft?RY CH2MHILL SUB. REC. REV. FILE DATE SHEET DESIGNED S SMITH DRAWN: B BERHORST, C SIMMONS K TROSPER, W KENAS 04/07 / CHECKED D BIGLEN TRACED ADDENDUM NO. 2 FOR SOUTHSIDE II WATER TRANSMISSION fV9AIN, PART 5 (Crowley Road/Risinger Road Intersection to Risinger Road/East Side of I.H. 35W Intersection) Water Project No. 264-608140030389 D.O.E. No. 5630 Addendum No. 2 Issue Date: June 18th, 2007 Bid Receipt Date: June 215t, 2007 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PLEASE MAKE NOTE OF THE FOLL OWING REVISIONS,• SPECIFICATIONAND CONTRACT DOCUMENTS, 2.1 Specification Section 02320, Trench Backfill Delete 2.04 B.4 and replace with the following: "4. Pipe Greater than 18-inch Diameter: Bedding and pipe zone material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay and organic material. Material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The material shall be such that when wet, the fine material shall be composed of tough, durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Lightweight aggregate is not acceptable. The material shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. Material shall have a LA Abrasion percent of wear no greater than 35% as measured by ASTM C131. a. Bedding and pipe zone material shall be cohesionless material meeting gradation requirements as indicated and shall be utilized in place of D-24 of the Special Conditions. Sieve Size Amount Passing Percent by Weight 1/2" 100 3/8" 85 — 100 No. 4 10 — 30 No. 8 0 — 10 No. 16 0 - 5 2.2 Specification Section 02501, Welded Steel Pipe, Specials, and Fittings Add 2.08 D as follows: D. Polyurethane Coating: 181378.TM 1 ADDENDUM NO. 2 June 18, 2007 1. Polyurethane coating shall conform to the requirements of the Supplement attached to this Section. 2. Coating system for field -welded joints for polyurethane coated pipe shall be heat shrink sleeves conforming to Paragraph 2.08.0 and 3.05.B" Add 3.OS B as follows: "B. Using Heat Shrink Sleeves for polyurethane coated pipe: 1. Apply in accordance with AWWA C216 and sleeve manufacturer's written instructions. 2. Overlap existing pipe coating 3 inches, minimum. Cover pipe surfaces not coated by shop applied coating system. 3. Clean and prepare pipe surface in accordance with AWWA C216. 4. Clean 8 to 10 inches onto shop applied coating as recommended by sleeve manufacturer. 5. Apply filler around fasteners, and coupling follower rings, flanges and other irregular surfaces as required to eliminate all voids under heat shrink sleeve. 6. Preheat pipe and apply sleeve in with manufacturer's recommended heating equipment. 7. Holiday test completed sleeve installation and repair defects in accordance with AWWA C216 and manufacturer's written instructions." Add 3.14 as follows: "3.14 SUPPLEMENTS A. The supplements listed below, following "End of Section," are part of this Specification. 1. Polyurethane Coating for Steel Water Pipelines." Add the Supplement "Polyurethane Coating for Steel Water Pipelines" to the end of Specification 02501, attached. -CONSTRUCTION PLANS; 2.3 Sheet 7: Delete in its entirety and replace with Sheet 7, attached. 2.4 Sheet 38: Detail 13870: Delete Note 2 and replace with the following: "2. SEE TABLE THIS SHEET FOR ANODE SPACING." 2.5 Sheet 38: In the "GALVANIC ANODE LOCATIONS TABLES", delete "DUCTILE IRON PIPE/C303/STEE PIPE" and replace with "DUCTILE IRON PIPE/C303/STEEL PIPE MORTAR COATING) COATING)". 2.6 Sheet 38: Add the following Galvanic Anode Location Table: GALVANIC ANODE LOCATIONS STEEL PIPE POLYURETHANE COATING STATION DETAIL REMARKS 8+50.00 13870 Galvanic Anode Installation 13+90.00 13870 Galvanic Anode Installation 19+30.00 13870 Galvanic Anode Installation 181378.TM ADDENDUM N0. 2 June 18, 2007 40+9i,'..OQ 13&70 48+30.00 13$70 51+70.00 13870 87+10OQ 1.3870 62+50.00 13870 67+90.00 13870 73+30.OQ 13870 84+10.00 138`0 89+50.00 13870 Galvanic -Anode' Installation Galvanic Anode Installation G:alvanic.Anad.e installation Galvanic.Anode Installation Galvanic Anode installation Galvanic Anode Installation Galvanic Anode Installation Ga vanic Anode Instatla it on Galvanc>Anode installation Galvanic Anode Installation Please Note: The. specifications and fan sheets are not being reissued to reflect the change. discussed above. It shall be the responsibility of each plan `holder to reflect these changes on the referenced sheets of the construction plans. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full' farce. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this Yaddendum shall be place into the Proposal at the time of submittal. Receipt Acknowledged: By: Tifle: 18i37$.TM 3 Department of Engineering A. Douglas: Rademaker, P.E. Director Tony Sholola, P.E. Engineering Manager (D.O.E.) •• � ••• 88777 ��F ��cErtsti° •' t ssI • .... ��; orvA,_ ARDEND.l1M N0. Z June 18; ZOQ7 ATTACHMENTS 181378A.GN1 Polyurethane Coating for Steel Water Pipelines Item Description Basic Requirement Self -priming, plural component, 100-percent solids polyurethane conforming to AWWA C222, as modified herein. Number of Number of Coats: One mutlipass coat to achieve specified total Coats/Thickness dry film coating thickness. Total Dry Film Coating Thickness, Exterior: 35 mils minimum, or as required to pass the holiday and defects limitations specified in this section. Clarifications and Exceptions to Standard Materials Material shall have a minimum of three years successful service for pipeline coating applications. Extended coatings will not be accepted. Special Material Submit results of certified independent laboratory testing Testing Requirements documenting the coating meets the performance criteria specified herein. Laboratory tests must have been completed within two years of bid opening. Provide infrared spectrometry analyses for Part A and Part B of the material used for the laboratory test reports. The following tests shall be performed by a certified independent testing laboratory with a minimum of five years experience using the specified test procedures on protective coating systems. Test Standard Method Criteria Water Absorption ASTM D570 (Note 1) Long Term Immersion 1.00%, min. Permeance ASTM E96 Water 0.050 in -lb, (Note 2) Procedure BW max. (APP. XI) Impact ASTM G14 125 mob, min. Resistance 181378.TM ADDENDUM 2 02501 SUPPLEMENT 1 WELDED STEEL PIPE, Page 1 01 4 SPECIALS, AND FITTINGS 181378A.GN1 181378.TM 02501 SUPPLEMENT 1 Cathodic ASTM- G95 -3.00 volt Disbondment ( potential, 30 days Adhesion to ASTM D4541 20 mm dollies, 8 mm, max. (Note 3) 3 85 4 70 P Notes: 1. Sheet sample, 1 mm maximum thickness. 2. Support sample in manner to provide full circulation of air around test container for duration of test procedure. 3. Measured from original holiday radius. Test Samples: A. Sheet, steel panel, or steel pipe as required fo.1 0 procedure. B. Provide a minimum of three samples for each test or as required by the ASTM standard, whichever is more stringent. Sample Preparation: A. Sample shall be prepared by the manufacturer, with surface preparation documentation reported to the testing laboratory. B. Abrasive blast to white metal, SSPC SP-5, with a 3.25 mil angular profile, 90 Peak Count per inch_ minimum. C. Spray apply coating in accordance with manufacturer's written shop application requirements. 35 mils minimum, 40 mils maximum. D. Air cure only. Accelerated curing will not be acceptable. E. Failure to fully conform to the preparation requirements will result in rejection of the submitted coating material. Reporting: A. As required in the appropriate ASTM standard, with the ADDENDUM 2 WELDED STEEL PIPE, Page 2 014 SPECIALS, AND FITTINGS 181378AOGN1 following additional information: 1. Sample panel preparation date and identification. 2_ Sample preparation method and abrasive. 3. Surface preparation profile and peak count. 4. Coating lot and date of manufacture. 5. Application spray gun and equipment used. 6. Application temperatures of coating materials and material temperature at spray nozzle, ambient temperature, and panel_ surface temperature. B. Show each test result for each test sample (not averages). Environmental Provide heating, cooling, or dehumidification equipment as Controls required to meet the surface preparation and coating application requirements as specified herein and as recommended by the coating manufacturer. Surface Preparation Provide blast cleaned steel panel for visual comparative standard. Provide a 3.0 roil angular profile, minimum, or as required by the manufacturer, whichever is greater. Measure and record surface profile. Abrasive blast all surfaces to be coated or lined in the field to SSPC SP-10, near white metal. Surfaces prepared in the field shall meet the angular profile requirements specified herein. Application Pipe temperature shall be between 75 and 100 degrees F and 5 degrees F above the dew point during coating application. Coating application shall be performed in an environmentally controlled area that meets or exceeds the written environnuental requirements of the coating manufacturer. Field applied coatings at field -welded joints and shall be spray applied using plural component equipment. Holdback Hold -back at Welded Joints: 6-inches, nominal, unless coating manufacturer requires a longer hold -back. Testing Adhesion Tests. Perform tensile adhesion tests in accordance with ASTM D4541. Tensile adhesion shall be 1,750 psi, minimum. Dollies for adhesion testing shall be glued to the coating surface and permitted to cure for a minimum of 12 hours. Pipe shall be placed in a heated area, if required, to facilitate curing of the dolly adhesive. Coating shall be scored around the dolly prior to conducting adhesion test. 181378.TM 02501 SUPPLEMENT 1 ADDENDUM 2 WELDED STEEL PIPE, Page 3 of 4 SPECIALS, AND FITTINGS 181378AOGN1 Holiday Tests. Conduct holiday tests after a minimum of 1- hour Holiday testing shall be performed at a voltage of 100 volts per mil of the minimum specified (not the average) coating thickness. Repairs Material for repairs greater than 6-inches diameter on polyurethane coated pipe shall be the same as the existing coating, or for repairs less than 6-inches diameter, repair material shall be as recommended by the coating manufacturer, subject to Engineer approval. Repair material shall have adhesion and performance characteristics equal to the existing coating. Acceptance Criteria Coating repairs on any joint of pipe shall not exceed an average of 4 per 100 square feet of surface area per joint of pipe or an I ndividual defect greater than 6-inches in diameter. Holidays within a 44nch radius of a holiday shall be counted as a single holiday. Acceptable I Futura Coatings, St. Louis, MO; Life -Last Coatings, Manufacturers Vancouver, WA 181378.TM 02501 SUPPLEMENT 1 ADDENDUM 2 WELDED STEEL PIPE, Page 4 of 4 SPECIALS, AND FITTINGS ki 0 N CIVIL LEGEND EXISTING I@ IRON ROD FOUND 0 SURVEY CONTROL POINT OPP POWER POLE U GUY WIRE Da WATER VALVE TELEPHONE PEDESTAL GAS METER GAS TEST STATION OLP LIGHT POLE WATER METER SIGN FENCE (AS NOTED) WOODEN FENCE - ASPHALT PAVEMENT CONCRETE PAVEMENT CURB & GUTTER STORM SEWER MANHOLE FIRE HYDRANT SS MANHOLE IV SS CLEAN OUT SIGNAL LIGHT POLE TRANSMISSION TOWER UTILITY FLAG WOODEN FENCE POST WATER MANHOLE SPRINKLER HEAD TRAFFIC CONTROL BOX TELEPHONE MANHOLE TRAVERSE POINT X OR IN CONCRETE TREE TREE OUTSIDE CONSTRUCTION AREATO REMAIN WITH SIZE & TYPE 12"M TREE INSIDE CONSTRUCTION AREA THAT MAY BE REMOVED UNLESS OTHERWISE NOTED WITH SIZE & TYPE 12"M 12" MESQUITE B - BOIS D. AREC C-COTTON WOOD E - ELM H-HACKBERRY L-LOCUST M - MESQUITE O-OAK P-PECAN T - UNDEFINED TREE W - WILLOW 6" W - WATER LINEAND SIZE 8" SS - SEWER LINEAND SIZE - 4" G - GAS LINE AND SIZE - OT OVERHEAD TELEPHONE - UGT - UNDERGROUND TELEPHONE -UGT-F- UNDERGROUND TELEPHONE -FIBER OPTIC OE - OVERHEAD ELECTRIC - UGE -- UNDERGROUND ELECTRIC _-- = STORM DRAIN AND SIZE REMOVE OR ABANDON EXIST SSHM I IV CELLULAR PHONE TOWER OR ANTENNA BILLBOARD BOLLARD CITY OF FORT WORTH MONUMENT ELECTRIC METER BOX EXIST STORM DRAIN MANHOLE ELECTRIC SERVICE FLAG POLE GAS MANHOLE GUARDRAIL MAILBOX MONITER WELL PANEL POINT RAILROAD SPIKE SEPTIC TANK BUSH LARGE SIGN PROPOSED PLAN 48" WATER WATER LINEAND SIZE —�— BUTTERFLY VALVE GATE VALVE -� AIR RELEASENACUUM VALVE BLOW OFF & SUMP MANHOLE �" FIRE HYDRANT � SOLID SLEEVE �— WATER METER ��--- REDUCER - Aa SURFACE RESTORATION/BACKFILL )ARCELXI PERMENANT WATERLINE EASEMENT PARCEL NUMBER ABBREVIATIONS BO BLOW OFF BFV BUTTERFLY VALVE CARV COMBINATION AIR RELEASE VALVE COFW CITY OF FT WORTH D DE lAANGLE DIP DUCTILE IRON PIPE EL ELEVATION EXIST EXISTING GCDS CITY OF FT WORTH GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS GIRD GROUND IE INVERT ELEVATION INVT INVERT L LENGTH OF CURVE LF LINEAR FOOT LOC LIMITS OF CONSTRUCTION LT LEFT MAX MAXIMUM MIN MINIMUM GNAT NATURAL PC POINT OF CURVE PCCP PRE -TENSIONED CONCRETE CYLINDER PIPE PI POINT OF INTERSECTION PT POI NT OF TANGENCY PVC POLY VINYL CHLORIDE R RADIUS OF CURVE RC REINFORCED CONCRETE RD ROAD RED REDUCER RSGV RESILIENT SEATED GATE VALVE RT RIGHT R.O.W. RIGHTS OF WAY SD STORM DRAIN STA STATION STD STANDARD T TANGENT LENGTH UPRR UNION PACIFIC RAILROAD VPI VERTICAL POINT OF INTERSECTION W/O WITHOUT WPN WATER PROJECT NUMBER DETAIL CALLOUT LEGEND SECTION (LETTER) OR DETAIL (NUMERAL) DESIGNATION 23 SHEET NUMBER WHERE CORRESPONDING DEAIL OR SECTION IS SHOWN OR TAKEN- (REPLACED WITH ALINE IF SHOWN ON THE SAME SHEET) 16325A STANDARD DETAIL NUMBER (SEE STANDARD DETAIL DRAWINGS] WARNING TO CONTRACTOR CALL 1-800-344-6377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR OEPI CT]NG EXACT LOCATIONS OF UTILITIES ON DRAWINGS. FT WORTH WATER DEPARTMENT IBI 7) 871-8296 FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871-8100 ATMOS ENERGY (FORMERLY TXU GAS) (BI 7) 215-6148 AT&T- OON SELLS (817) 821-8921 SBC 1214) 532.2853 BURNETT GATHERING. CLAYTON HOAKE (562) 453.7450 CHEVRON P[PELI'NE (817) 613-0028 UNION PACIFIC RAILROAD (800) 873-3749 FT WORTH & WESTERN RAILROAD COMPANY (817) 921-6846 TXU ELECTRIC, JOHN GUITERREZ (817) 215-6292 ,. �.`P�E OF rF1,lII THE SEAL APPE/RING �N TNIS *y,• n(�.� Y;f* (, OOCWENT WP5 AUTHORIZED BY !Y[VT # DOUGLAS K, BIGLENt._%� ALTERAATTIIOKN. OF A SEALED T"CAITENOffIONOTH5 /15/07 RESPOMBLE •••• 88777 =Q'I E�R THE T�'EXAS ENGINEEMNGIS AN EPPRRACTICEE ACT" 11�F �10EN5`c� �4.�i Ill•/ONAL �G�= 0 S UM NO. 2 06/12/07 CS ITEM DATE BY SOUTHSIDE II WATER TRANSMISSION MAIN PART 5 CROWLEY RD / RISINGER RD INTERSECTION TO RISINGER RD /EAST SIDE I.H.35W INTERSECTION WATER PROJECT NO. P264-608140030389,DOE NO.5630 ABBREVIATIONS AND LEGENDS :C� CITY OF FORT WORTH, TEXAS zc ENGINEERING DEPARTMENT ^tt V';1'QRZ- CH2MHILL SUB. REC. REV. FILE DATE SHEET DESIGNED S SMITH DRAWN: B BERHORST, C SIMMONS K TROSPER, W KENAS 04/07 CHECKED D BIGLEN TRACED: City of Fort Worth Southside II Water Transm ission Main, PART 5 Contract Specifications TABLE OF CONTENTS PART A -NOTICE TO BIDDERS Notice t o Bidders Comprehensive Notice to Bidders Special Instructions to Bidders PART B -PROPOSAL City of Fort Worth M/WBE Policy Specifications Proposal PARTC-GENERALCONDITIONS General Conditions Supplementary Conditions PART D -SPECIAL CONDITIONS Special Conditions PART DA -ADDITIONAL SPECIAL CONDITIONS Additional Special Conditions PART E -SPECIFICATIONS 02320 Trench Backfill 02401 Bore and Jack or Tunneled Undercrossings 02500 Conveyance Piping-General 02501 Welded Steel Pipe, Specials, and Fittings 02502 Ductile Iron Pipe and Fittings 02504 Bar-Wrapped Concrete Cylinder Pipe and Fittings 02517 Air and Vacuum Release Valves Assemblies 13985 Pipe Bonding and Test Stations 13990 Galvanic Anode Cathodic Protection System 15202 Valves and Operators PART F -BONDS Certificate of Insurance Performance Bond Payment Bond Maintenance Bond Vendor Compliances to State Law Contractor Compliance with Workers' Compensation Law PART G -CONTRACT PART H -CI1Y OF FORT WORTH STANDARD FIGURES AND DETAILS APPENDIX A-GEOTECHNICAL INVESTIGATIONS APPENDIX B -PERMITS APPENDIX C -STORM WATER POLUTION PREVENTION PLAN (bound separately and available at the DOE front desk for review) PART A NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following: SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 Crowley Rd./Risinger Rd. Intersection to Risinger Rd./East Side I.H. 35W Intersection. CPN 00303 Water Project No.: P264-608140030389, DOE No.: 5630 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., on June 7th, 2007 and then publicly opened and read aloud a t 2:00 p .m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of plans and documents will be provided for a non-refundable fee of Sixty Dollars ($60.00). The plans and specifications will be available for pick up on Tuesday, May 22, 2007 . The major work on the above project shall generally consist of the following: 8,735 LF -48 inch Pipe -Install by Open Cut 1,430 LF -16-inch Pipe -Install by Open Cut 4,290 LF -Pipe -12-inch Pipe -Install by Open Cut 35 LF -10-inch Pipe Install by Open Cut 728 LF -8-inch Pipe Insta ll by Open Cut 212 LF -6-inch Pipe Install by Open Cut 116 LF -4-inch Pipe inch -Ins tall by Open Cut 610 LF -72-inch Casing Pipe by Other than open Cut/w Pressure Grout 150 LF -30 Inch -Casing Pipe Bore /Jack w /Pressure Grout 105 LF -20-inch Casing Pipe by Other than open Cut/w Pressure Grout 22,850 SY -Permanent Pavement Restoration 6,056 SY -Grass -Hydromulch Seeding A pre-bid meeting will be held on May 24, 2007, at 1:00 p .m., at the City of Fort Worth Municipal Building, 1000 Throckmorton Street, Conference Room 293, Fort Worth, TX 76102 . For additional information, please contact Mr. Abe Calderon, P.E. Project Manager, City of Fort Worth at (817) 392-7963 or Mr. Chad Simmons, P.E. Project Manager, CH2M HILL at (817) 870- 1129 . Advertising Dates: May 17th, 2007 May 24th, 2007 NOTICE TO BIDDERS 05/16/07 -END OF SECTION- COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 Crowley Rd./Risinger Rd. Intersection to Risinger Rd./East Side I.H . 35W Intersection. CPN 00303 Water Project No.: P264-608140030389, DOE No.: 5630 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., on June 7111, 2007 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained in the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102 . One set of plans and documents will be provided for a non-refundable fee of Sixty Dollars ($60.00). The plans and specifications will be available for pick up on Tuesday, May 22, 2007. All bidders will be required to comply with Provision 5159a of "Version's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: PART 5: Water Pipeline Installation 8,735 LF -48 inch Pipe -Install by Open Cut 1,430 LF -16-inch Pipe -Install by Open Cut 4,290 LF -Pipe -12-inch Pipe -Install by Open Cut 35 LF -10-inch Pipe Install by Open Cut 728 LF -8-inch Pipe Install by Open Cut 212 LF -6-inch Pipe Install by Open Cut 116 LF -4-inch Pipe inch -Install by Open Cut 610 LF -72-inch Casing Pipe by Other than open Cut/w Pressure Grout 150 LF -30 Inch -Casing Pipe Bore /Jack w /Pres sure Grout 105 LF -20-inch Casing Pipe by Other than open Cut/w Pressure Grout 22,850 SY -Permanent Pavement Restoration 6,056 SY -Grass -Hydromulch Seeding and all necessary appurtenances and incidental work to provide a complete and s erviceable project. Included in the above will be all other miscellaneous items of construction as outlined in the Contract Documents. A pre-bid meeting will be held on May 24th, 2007, at 1:00 p .m ., at the City of Fort Worth Municipal Building, 1000 Throckmorton Street, Conference Room 293, Fort Worth, TX 76102 . Bidders are advised that the City has not obtained all required temporary and permanent construction easements as shown in the Contract Documents. Bidders are hereby notified that the City anticipates obtaining the necessary easements by the start of construction. In the event the necessary easements are not obtained, the City reserves the right to terminate the award of the contract at any time before the contractor begins any construction work on the project . In addition, Bidders shall hold their unit prices until the City has completed the acquisition of all easements . COMPREHENSIVE NTB 05/16/07 The Contractor shall be prepared to commence consbuction without all executed easements and shall submit a schedule to the City of how constrnction will proceed in othe1 areas of the project that do not require easements_ The City rese1ves the right to reject any and/ 01 all bids and waive any and/ 01 all iuegulaiities Bidders shall not sepatate, detach or remove any portion, segment 01 sheets from the conhact document at any time .. Bidders must complete the proposal sections and submit the complete specifications book or face rejection of the bid as non-1esponsive . It is recommended that the bidder make a copy of the fo1 ms included in the Min01ity and Women Business Ente1prise section for submittal within the time-line stated below or the bidder may request a copy of said foxms from the City Project Manage1 names in this solicitation . AWARD OF CONTRACT: No bid may be withdrawn until the expiiationof ninety (90) days from the date the M/WBE UTilIZA HON FORM, PRIME CONTRACTOR WAIVER FORM, and/ or the GOOD FAIIH EFFORT FORM ("Documentation") as appropxiate is received by the City 1he award of contract, if made, will be within ninety (90) days afte1 this documentation is received, but in no case will the awa1d be made until all the investigations are made as to the 1esponsibility of the bidde1 to whom it is proposed to awru:d the contract has been ve1ified Bidders are responsible for obtaining all addenda to the conhact documents p1io1 to the bid receipt time and acknowledging them at the time of bid receipt . Information rega1ding the status of addenda may be obtained by contacting the Deparhnent of Enginee1i.ng at (817) 871-7910 Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with the City of F01t W01th Ordinance No 15530, the City of Fo1t Worth has goals for the participation of mi.n01ity business ente1p1ises and women business enterprises in City conhacts . A copy of the 01dinance can be obtained from the Office of the City Secretaiy In addition, the bidder shall submit the MBE/ WBE UTI1IZAT ION FORM SUBCONTRACTOR/SUPPLIER UIILIZA TION FORM, PRIME CONTRACT OR 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 ., within five (5) City business days afte1 bid opening date. The bidde1 shall obtain a receipt from the apprnpriate employee of the managing depaitment to whom delive1y was made. Such receipt shall be evidence that the Documentation was received by the City _ Failure to comply shall render the bid non-responsive The Managing Depaitment for this p1oject is the Department of Enginee1ing F01 additional info1mation, please contact Mr . Abe Calderon, P .E_ Project Manager, City of Fort Worth at (817) 392-7693 or Mr. Chad Simmons, PE Project Manage1~ CH2M Hill at (817) 870-1129 . Charles Boswell CITY MANAGER ADVERTISING DATES: May 171h, 2007 May 24th, 2007 COMPREHENSIVE NTB 05/15/07 Max ty Hend1ix CITY SECRETARY DEPARTMENT OF ENGINEERING A DOUGLAS RADEMAKER, P.E, DIRECTOR By la~ .~Ll,1 Tony Sholola, P _E, -, Engi.nee1ing Manage1 Department of Engineering -END OF SECIION- 2 SPECIAL INSTRUCTIONS TO BIDDERS 1. PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids . a. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b . For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c. The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d . Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. e. The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f. Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g . The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond , the surety must be authorized to do business in the state of Texas. In addition, the surety must (I) 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 re insurer 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 . SPECIAL INSTRUCTIONS TO BIDDERS 5/15/2007 4. WAGE RA TES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : a. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. b . The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under paragraph L of Section C 1: Supplementary Conditions to Part C-General Conditions, 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 , membe rs , agents employees , program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms , conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. SPECIAL INSTRUCTIONS TO BIDDERS 51 15/2007 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 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 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 recei ve d by the City. Failure to comply shall render th e 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 than three (3) years . 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period . b . Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. SPECIAL INSTRUCTIONS TO BIDDERS 5/15/2007 3 d . The warranty period shall begin as of the date that the final punch li st 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 SPECIAL INSTRUCTIONS TO BIDDERS 5115/2007 4 PARTB PROPOSAL / FORT WORTH ......_ . ,. City of Fort Worth Minority and Women Business Enterprise se~cifications -25-07 A70: 1 SPECIAL INSTRUCTIONS FOR BIDDERS o I N APPLICATION OF POLICY If the fotal dollar value ·of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less th an $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/W BE ) 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 Wom en Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is 2 5 % of the total bid (Base bid applies to Parks and Community Services). 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. 1 . Subcontractor Utilization Form , if goal is re cei ved by 5:00 p.m., five (5) City business days after the bid met or exceeded : open in g date, exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City bus in es s days after the bid Utilization Form , if part icipation is less than open in g date, exclusive of the bid ope ning date . stated goal : 3 . Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form , if no M/WBE participation : ope ning date , exclusive of th e bid opening date. 4 . Prime Contractor Waiver Form , if you will received by 5:00 p.m ., five (5) City busine ss days after th e bid perform all subcontracting/supp li er work: opening date, exclusive of the bid opening date. 5 . Joint Venture Form , if utilize a joint venture received by 5:00 p .m ., five (5 ) City business days after the bid to met or exc eed goal. open in g date , exclusive of the bid opening date. FAILURETO COMPLY WITH THE CITY'S M/WBE ORDINANCE , WILLRESUL TIN THE BID BEING 'CONSIDER,.ED ' NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392 -6104. Rev . 11 /1/05 FORT WORTH -~ City of Fort Worth ATTAC HME NT 1A Page 1 of 4 06-25-07 A10:08 IN Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME : PROJECT NAME: SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 Crowley Rd./Risinger Rd. Intersection to Risinger Rd./East Side I.H. 35W Intersection. City's M/WBE Project Goal : 25% Prime 's M/WBE Project Utilization: Check applicable block to describe prime M/W/DBE y..._ NON-M/W/DBE BID DATE PROJECT NUMBER P264-608140030389 Identify all subcontractors/suppliers you will use on this project Failure to -complete this form , in .its entirety with requested documentation , and received . by the ·Managing . D,~partmE:int on or before 5:00 p.rn , five .(5) City business days after bid opening , exclusive of bid .op_ening date, will result ·in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm( s) listed in ·this utilization· schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional ·. and/o r knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to ·bid specifications ... M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketpla ce is the geographic area of Tarrant , Parker , Johnson , Collin , Dallas , Denton , Ellis , Ka ufman and Rockwall counties . ldentify ·,each Tier level. Tier is the level of subcontracting below the prime contractor, Le,, a direct payment from -the prime contractor to a subcontractor is considered 1 st tier, a .payment by a subcontractor to its supplier is considered 2 nd 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 minority or women businesses by the North Central Texas Reg io nal Certification Agency (NCTRCA}, or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Busines s Enterprise (DBE) is synonymous with Minority/Women Business Enterpris e (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 foll M/WBE :credit. The M/WBE may ·lease trucks from non-M/WBEs, includ ing owner-operators , but will only receive credit.for the -fees and :commissions earned -by the M/WBE as -outlined in -the lease. agreement. Rev. 5/30 /03 ATTAC HMENT 1A Page 2 of 4 0 -~ -Prim es are required to ide ntify ALL subco nt racto rs/supp li e rs, rega rd less of statu s ; i.e., in ty , or-Aeh CIC, OO nt ~B Es . Please li st M/W BE fi rms first , use addit iona l sheets if necessary . Cert ific at i on N (check one) 0 SUBCONTRACTOR/SUPPLIER T .n Company Name i N T Det ail Detai l C X M Subcontracting Work Supplies Purchased Dollar Amoun t Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A "/<.,co cfJ.f HA"tl--Futl ~{).,,f pl t e,(2 ~ l'K~ I 1/\ $uppltUl..-/0~ (X)(J. 00 / .)-<1 I 12-oy 4-/ yu.J ,t,,J~, rr 7~ c,~o 317 ·-2,.bR-)~to '?/ 7 ~ 1-'3 2. -7 <ff 7 !JforM WtvW Gv!LLttefvS &rir-llJ w {.l, +4v 'Z,jJC, u r,t1e ,,iwe,.( f /JI vr! JI_ Servlc.-e,s 10,000.00 ~d:U?t(, -T;L 'f FJf7 172-u,3(. -771 7 f72--~t/:J-J'/6f lu16 Jvtwer,o ...-lrullt,nj TQuitc-i11J 1 4-14-l Al O r-M-a.. sf-. ·fitrklfJ~, T1-7610.J ~ t-ful),ltrlj (/) 1.-0<J, 000. 01) I 3/7 ~2-33-"'3 '1 3 / /U..1t#I a ( /317,,-C/7!°"-0Dl/-5' U}WfOvJ'1 flRa4_ M "'/ Lt?nuvk 3tf00 Be~~e...~~ ft)e,f-wotz#t, T'f-""t "7 l ~' K ;;uppl tl,fl PO, ooo. oo 8'l'1 _ 7 sq -(ct I 9 iJn -c'f1 -17, lo /ah;,-~VtCL 4 ~ StLf p'1 ~(., k U, DDo.oo P.o. 00, 'fOS8 tf-fii fl-I-w ~ '2-+li ,T ¥--lC:, I t.l o 6>t'"1 ~'3 -'-H,•) '§n -'ti~ -8Y.L8 C,e,..._-r.ot S-e<Z.et.,~:, ~(\}(., ~ ~ tf,,-oA.t,u. I cJL m 7 r.o . .!o( ').OT1 3, 100 .,0D ~ttler, 7'1--1 IJ 2-Ll c.f )ul_vuwS en~~-8SIO 8n -~ -<gci o I Rev. 5/30/03 FORT .WORTH -~ ATTACHMENT 1A Page 3 of 4 06-25-07 AJO:Jo IN Primes are requi red to identify ALL subcontractors/supp li ers , regardless of status; i.e ., Minority, Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n . Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D V\ Telephone/Fax r B B R 0 B E E C T E A L ICT f ~soc.,~ -k> P,fJe-, M!SC P.o.{3o)C C,(p~ /vte,liS54 ( 7~ 1~4-sif Pt /JI!.., /; /./. m!J I 1401000 ,,. IX Jly -t.o .:;l.f -oo ?-'l--v ,._ tv.t '7 I Z,IL-j .... ? Lf t/ -'3t,..'8 tf ?Ufp//~ Rev . 5/30/03 ' f.ORTWORTH ~ . Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers 06 -25 07 - ATTACHMENT 1A Pa ge 4 of 4 A1n •1r, V I IV $ '2, t<o B, { 00 · 0 D $ {j 1 i(J 3, lJ 1). DD TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ q, ()11 , 11 ~ o D The Contractor will not make additions, deletions, or substitut!ons to 'this certified list without the prior approval of the fv11nority and Women Business Enterprise ' OffiCE;l <Mana;g~r or-designee trirnugh Jhe submittal of 'a Reques(;for -Approval of,Change/Addition. Any unJustified ;,ohar,ge or.deletion shaWbe a 'material breach of -conJracf and may result in debarment in accord with the procedures outlined'.in the ordinance. The contractor shp'l h ;ubhlit a detailed explanation of how the requested cri'ange/~ddition or deletfon will affect the committed >MtwBE goal. If the detail explanation is not submitted, it will ·affect:tt,e'rtinal compliance determination. By affixing a signature to this form , the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners , principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. '7 Autho,2 f f!c-Printed Signature Title Contact Name/Title (if different) Telephone and/or Fax 817-Lf 9/-27V3 /.?;7-<f-C,/-/bZJ l Company Name 5 2-"2. ~~(jr, ~-<-- Address E-mail Address c~:.::P ~ ---T'/-1 iR 74 'l--, Rev . 5/30/03 PAY ITEM No. 1a TO: City Manager M unicipal Offic e Building 1000 Throckmort on Street Fort Worth, Texas 76102 May 2007 PARTS-PROPOSAL FOR: SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 Crowley Rd./Risinger Rd. Intersection to Risinger Rd./East Side I.H. 35W Intersection . CPN 00303 Water Project No.: P264-608140030389, DOE No.: 5630 Pursuant t o the foregoing "Notice to Bidders," the undersigne d h as thoroughly examined the plans, specifications and the site, understand the amount of work t o be done, and hereby proposes to do all the work and furnish all labor, equ ipment, and materials necessary t o full y complet e a ll the work as provided in the plans and specification s, and subject to the inspection and approval of the Direc t or, Department of Engineering of the City of Fort Worth. The Contract or must b e pre qualifie d in accordance with the Water Department of the City of Fort Worth requirements . Upon acceptance of the Proposal by the City Council, the bidder is bound t o execute a cont ract and furnish Performance, Maint enance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Following are the bid items required for the ins t allation of the Southside II Water Transmission Main, Part 5 . The items are t o be incorporated into the Transportation and Public Works specifications for this project. Total quantities given in the bid proposal may not reflect actual quantities, but represent the b est acc u racy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the cont ract. Furnish and install, including all appurtenant work, complete in place, the following items. (Select only one pay item for Items numbered "a", "b", or "c".) CPMS APPROX. UNIT DESCRIPTION OF ITEMS UNIT PRICE AMOUNT BID QUANTITY No. BID-8 ,125 LF 00609 6-5 -07 WITH BID PRICES WRITTEN IN WORDS Pipe -Pressure -48 inch - (Ductile Iron Pipe -Install by Open Cut ) Dollars & Cents per linear feet $ $ ADDE NDU M 1 PART 5 PROPOSAL BID PAY BID APPROX. UNIT ITEM CPMS QUANTITY No. No. 1b BID-8,735 LF 00611 BID-1c 8 ,735 LF 00610 BID-2 00593 1,385 LF BID-3 4 ,725 LF 00591 BID-4 10 LF 00588 BID-5 640 LF 00618 6-5-07 DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Pipe -Pressure -48 inch - (Prestressed Concrete Cylinder Pipe (C303) -Install by Open Cut) Do llars & Cents per linear feet Pipe -P ressure -48 inch - (Steel Pipe (C200) -Install by Open Cut) ~.t';. M ~ .. u1cl' eJ 'I= 1 fbJ ~t 't. - Dollart 0 _ Cents per linear feet Pipe -Pressure -16-inch - Install (Ductile Iron Pipe by Open Cut ) 6P-h-i Dolla rs & l'JO Cents per linear feet Pipe -Pressu re -12-inch - Install (PVC by Open Cut ) ~e.:b-C.Lv e Dollars & t::J.c:> - Cents per linear feet Pipe -Pressure -10-inch - Install (PVC Pipe by Open Cut) ~i-hi---.C~v .e Dollars & ~c> Cents per li near feet Pipe -Pressure -8-inch -Install (PVC P ipe by Open Cut ) ~-Ci.J.t Dollars & - NO -.. ---Cents per linear feet 2 UNIT PRICE AMOUNT BID $ $ $ lo5~ . ...-$ 5 7?£>,J{r:J.D $ $ $ $ • ' so-$i~ Z5D - { -'-t'5 $ZlZ,~2G 45-$ 450 - 4? _, $ zf. f ()_{)_ - ' ADDENDUM 1 PART 5 PRO POSAL - PAY BID APPROX. UNIT ITEM CPMS QUANTITY No. No. BID-6 00616 55 LF 7 BID-25 LF 00605 8 BID-610 LF 00586 BID -9 150 LF 00582 BID-10 105 LF 00578 BID-11 5 Tons 00568 6-5-07 DESCRIPTION OFITEMS . . .. WITH BID PRICES WRITTEN IN WORDS Pip e -Pressure -6-inch -Install (PVC Pi pe by Open Cut ) ~~-C,vt Dollars & Nb Cents per linear feet Pipe -Pressure -4-inch -Install (PVC by Op en Cut) ~r~ Dolla~ ". Cents per linear feet Pip e -Casing -72-inch Casing Pip e by Other than open Cut/w Pre ssure Grout -Install Two Th~~rl ~ ~.,~JuJ Dolla d~ -- ' Cents per linear feet Pipe-Casing -30 Inch -Casing Pip e Bore /Jack w/Pressure Grout -Install :j;;:t v' t-h CA. ,ui ( .e d - Dollar s & ~o Cents per linear feet Pipe -Casing -20-inch Casing Pipe by Other than open Cu t/w Pressure Grout -Install fiillr-h\A.ri&leJ. -:>ev,rifu - Dollars & ~~ Cents per linear feet Pipe -Fittings -< Than 16-inch DI Pipe -Instal l Qt-U. ~1A.sAAi hw.. hv. ... Jr(,H., Dollars & l1. d Cents per ton 3 UNIT PRICE AMOUNT BID 1:5~ $ 2.~]5 -$ $ 45~ $ l,12£- $2,700 ,_ $ J, 1,t/1,.oa, $ 500 .,- $ ,s,ooo - -41D ..,. $ $4tbSo "" -$ ~sco $f1 ,00 ADDENDU M 1 PART 5 PROPOSAL PAY BID APPROX. UNIT ITEM CPMS QUANTITY No. No. 12a BID-20 Tons 00569 12b BID-1 LS 00570 12c BID-1 LS 00571 BID-13 00712 34 EA BID-14 4 EA 00738 BID-15 3 EA 00719 6-5-07 DESCRIPTION ·oF ITEMS WITH BID PRICES WRITTEN IN WORDS Pip e -Fittings -16-in or> DI Pipe Install Dollars & Cents per ton Pip e -Fittings -16-in or > Steel Pipe -Install £,ii~ 111 ouc;a 11d DollaJt -Cents per lump sum Pipe -Fittings -16-in or > AWWA C310 or C303 -RCCP Pipe Install Doll ars & Cents per lump sum Valve Bo x -Lockable Valve Cap -Install Or\e ~ \4. n.d.re d. Dol lars & b2. Q Cents per each Valve -48 -i nch -Butterfly .w/Vault -Install (per Detail 1, Sht. 34A ) Thd~ fu\lS~ - Doll ars & tJ u Cents per each Valve -16 -inch -Gate -w/Valve Bo x -Install s cvU'\. ~o~a-ttl - Dollars & 4/ b Cents per each 4 UNIT PRICE AMOUNT BID $ $ $ 5£)00 -$ 5cxo- $ $ ,- $ 3,'f<C -$ lo() $~G1ooD -$ {20,ootf --- $7,QOD ., $ 2d, 000 ,,. ADDENDU M 1 PART 5 PROPOSAL PAY BID APPROX. UNIT ITEM CPMS QUANTITY No. No. BID-16 00717 10 EA BID-17 1 EA 00715 BID-18 5 EA 00749 19 BID-12 EA 00745 BID-20 11 EA 00546 BID-21 00547 4 EA 6-5-07 DESCRIPtION OF ITEMS WITH BID PRICES WRITTEN INWORDS Valve -12-inch -Gate -wNalve Bo x -Install Iv' 0 fcu (A..Scu,J Dollars & - fvO Cents per each Valve -10-inch -Gate -wNalve Box -Install Ot\ e :fi.o~cl 4~'1. + 6w,uln.d-- Dollars & IN<> Cents per each Valve -8-inch -Ga te -wNalve Box -Install QtJt. fut.t,.SCt rt& Dollars & /JO Cents per each Valve -6-inch -Gate -wNalve B ox -Install Se."~ h\,t-n.~v-eJ. - Dollars & )JO . Cents per each Fire Hydrant -Install l v,J o --&ou.S'<-nJ. Dollars & 1::1..~ - Cents per each Fire Hyd rant -Remove 1b,c.e1 Dollars & b_y_n&rel - f}_ ',) Cents per each 5 UNIT PRICE AMOUNT BID $ Z,ooo / $ '2,0,oou-- $ I, gov / $ 1. €DO / $ L ooo / $ 5,o-oD-, ... $ f q:oo _. $ 70D --$l,DD0 $1.2,DDD_, ,, ... $ '.30() $ l,U)O ADDENDUM 1 PART 5 PROPO SAL PAY BID APPROX. UNIT ITEM · CPMS QUANTITY N o. N o. BID-22 00701 1 EA 'BID-23 00633 2 EA 24 BI D- 00748 3 E A B ID-25 10 EA 00715 BI D-26 00 7 13 1 EA BID-27 1 LS 00619 6-5-07 bESCRIPTiON ·OF ITEMS WITH BID PRICES WRITTEN IN WO RDS Pipe -T apping Sleeve & 8 Inch G.V.-24 Inch X 8 Inch -Install "Two tl,-t OU. S C<. n_) - D ollars & l).l l> Cents per each P ipe -T appi ng Sleeve & 12 In ch G .V.-16 Inch X 12 Inch -Install ~utZ--~0~0..K--~ - Do ll ars & tJ 0 Cents pe r each Valve -8-inch -B low Off - w/S ump Manhole -Install (per D etail 2 , Sh t. 34) Se. 'iL~ ~ l{8 ((, tul-- D ollars & .,.. ,> Cents per each Valve -10-inch -Air & Vacuum Release with Vau lt -Install (per Detail 1 , Sht. 34 B ) S ev.v-. f!w..v; a..Jl - Dollars & Nu Ce nts per each Valve-1 Inch -Air & Vacuum Release -Install Lnrte tiJ.o_ Y,Sa-ril - Dollars & JJ (> - Cents per each P ipe - P ressure -Cathodic P rotect ion System -Insta ll Tw~ .. -tCt () L{_~uJ._ Dollars & ~Q Cents per lump sum 6 UNIT PRICE AMOU NT BID $ '2., coo --$ :Z,ooC> $ 'f, uOO ,,...--$ f{,~ .... -$7,DOLJ $ u. ooo -/ $ ], () o<) $ 7 o, ()00 ./ -$ >,000 $ 3, ()c)O / -$ "l-01 O~D $ 2-0,000 ADDENDUM 1 PART 5 PROPOSAL PAY . BI D APPROX . ·UNIT ITEM CPMS QUANTITY No. No. BID-28 8,000 LF 00443 BID -29 15,000 SY 00430 BID -30 29,450 SY 00443 BID-31 1,100 SY 00443 32 BI D-8,500 LF 00440 6-5-07 DESCRIPTION OF ·ITEMS W ITH BID PRICES WRITTEN IN WORDS Pavement -4-inch Fle x Base on 12-in ch 2/27 Concrete Base- Install (per D etail 1, Section B, Pl an Sht. 31) 'T~1~ Dollars~ A)o Cents per linear feet Pavement -In stall (14" flex base per Detail 1, Section B, S ht. 31 and for road widening) Seven ·~ Dollars & r:.~~ Cents per square yard Pavement Restoration -Install (includes removal of 4-inch H MA C to road limits , removal of 14-inch f lex base per Pay Item 29 and placement of 4-inch type D HMAC ) =tu.., a. l v-(2... Dollars & ~o Cents per square yard Pavement Restoration -Install (includes removal of 4-inch HMAC to road limits and placement of 4-inch type D H MA C from Crowley Rd . to 300- feet east) -l. \]'Je.l~ Dollars & - ~v Cen ts per square yard Pavement -Marking - T hermoplastic Pavement St riping -Insta ll -rhcU, - Do llars~ .p.; p ~ Cents per linear feet 7 UNIT PRICE AMOUNT $ $ $ $ $ BID ,,., _., 3,D $ 'Z,'-fO, -uoo ... 1.'J) $ n 2., sro - .,.- $ ~ 5 '3, 4-00-I :i-. oo / \ 2.--$l ?>, U::C - ... -~-512 $ Z-9,75f) ADDENDUM 1 PART 5 PROPOS AL .. PAY ···· ... BID APPROX. UNIT ···tTEM CPMS QUANTITY No. No. BID-33 00432 17 ,000 LF BID-34 005 39 36 EA BID-35 19 EA 0054 1 36 BID-6 EA 00540 37 BID-6,200 SY 00134 BID-38 1 LS 00100 6-5-07 DESCRIPT!QN'.OF ITEMS WITH BTE> PRICES WRITTEN IN WORDS Pavement -Marking -4-inch - Edge Line -White Install Dollars & -hffr1 - Cents pfilinear feet Deh ole -0 to 5 Ft. Dep th - Study o~ e. hv.~~ Dollars & 6,,2. l) Cents per each De hole - 5 to 10 Ft. Depth - Study h u f\.& C .e J_ l\uc:> - Dollars & -1J 0 Cents per each De hole -10 to 20 Ft. Depth - Study ~t,\.ndred -:lb~ Dollars & A 2 Q • Cents per each Grass -Hydromulc h Seeding - Install 6>.JfL Dollars & IJ.O Cents per square yard Storm Water Pollu tion Prevention Plan > 1-acre - Install f\1<U\t11 -ollars &- ~()\),~~ JJ J - Cents per lump sum 8 UNIT PRICE AMOUNT BID . .SD -$ $g',SDO 100-$ 3l 6at> - $ --1,.,00 $~gao $ -- $ 3DO $ ll 8'00 -$ Ce£ 2..o()-$ l. .,,, -$UJ,DOO $ 2<:)t (:t)D ADDENDUM 1 PART 5 PROPOSAL PAN 'Brr:>··· ,,API?R:®X.'>< ·/uNit 'ITE.M CPMS QUANTITY No. No. 39 BID-35 LF 00753 40 BID-15 LF 00758 BID-41 1 EA 00563 BID-42 05500 3 EA 43 BID-1 EA 00549 BID-44 1 CY 00093 6-5-07 DESC:RlPTION .()f ITEMS WITH BID 'PRICES WRITTEN IN WORDS Water Se rvice -1 1/2 inch - Install QY\€. V\ und r.eJ ._.- Dollars & ~D Cents per linea r feet Water Service - 1 inch -Install o~Q. nu.r1d red Dollars & JJ 0 - Cents per linear feet Meter Vault w / 4 Inch Turbo & 2 Inch Bypass -Install i=:it+-t t (1 +£to~ set n.cl - Dollars & J.)O Cents per each Meter Bo x -Class A -Install (Polyethylenj J -rwo hu. re - Dollars & µ0 Cents per each Meter Box -Relocate 1w0 lt\.u~rJ Dollars & ]"O Cents per each R ipRap -Remove '(q l D lt\yn&reJ-> Dollars & ~o 1Cents per cubic yard 9 UNIT ·PRICE AMOUNT BID -3 SO<) .... $ lOO $ I --_.. $ lOO $ I ,s-no $ I\C{XJ / $ ( ~0()0 .... -bOO - 1ff) .... -$ -z,oo $'ZOO $ vOC) ...... $ "2ro / ADDENDU M 1 PART 5 PROPOSAL r,===e===e===,==e===e====;=e===e===e===e====;==e=====;==e===e==================;e=======,.,,....,...----.JHID • APPROX. UNIT ··•·:•·mES:CJ[RIP1'IONOFFfEMS llNIT .PRICE .· ··· AMOU ~ T ·RAY ·ITEM No. CPMS QUANTITY .. WII'H BID PJIICES ·WRITTEN BI No. IN WORDS Y-----+----+------+-----~-----------+-----+------ 45 46 47 48 49 50 51 BID- 00097 BID- 00457 BID- 00459 BID- 00119 BID- 00567 BID- 00587 BID- 00526 6-5-07 1 400 400 500 3,950 4,565 CY SY SY LF LF LF LS RipRap -Install (Concrete) :Ch(.RR V\ v-v--d. reJ Dollars & /v C Cents per cubic yard Pavement -Concrete -Remove Dollars & tJ O --------- Cents per square yard Pavement -Concrete Replacement on Existing Base - Install ~ifb - Dollars & f-)0 - Cents per square yard Pipe -Sub Drain -6 Inch Perforated -Install -rh,~b Dollars & \. NO Cents per linear feet Pipe -Remove (including salvage of existing valves and fittings) :f1)<»2- Dollars & ).J () Cents per linear feet Pipe -Abandon (includes pressure grouting) S,t ---~~~~- Dollars & tJ O <--------- Cents per linear feet ~ffic Contrail./_ {J L \,J{U., ~ A ~ 1.{,,vv ~ t.~ Dollars &-=+ Alo ~ Cents per lump sum I TQTALBJDc 10 $~00 .,,...... $ 10 $ t; 000,....... ...-- $ 6v $ ZD/JtJO / $ lR .; $ io,ooo ADDENDUM 1 PART 5 PROPO SAL - ESTI MATED LI ST OF D UCTILE IR O N FITTINGS TO BE SUBMITTED WITH BID ADD OR SUBSTRACT FOR THE FO LL OWING FITTINGS INCLUDING INSTALLATION U nit Price Tota l Pr ice Qu an tity Size of Fi tt ing Typ e o f Fi tt in g 2 12 90 d eg b end 2 8 90 d eg b end 1 6 91 d eg b end 2 48 45 d eg b end 2 16 45 d eg b end 4 4 45 d eg b end 2 48 22 1 /2 d e g b end 4 16 22 1 /2 d eg b end 4 8 22 1 /2 d eg b end 2 16 111 / 4 d eg b end 1 12 111 / 4 d eg b end 2 48x12 Tee 1 48x 16 Tee 4 16x 16 Tee 1 16x 12 Tee 2 16x6 Tee 3 12x 12 Tee 1 12x10 Tee 1 12x8 Tee 5 12x6 Tee 1 12 x4 Tee 3 10 x6 Tee 2 8x8 Tee 4 8x6 Tee 1 6x6 Tee 1 8x8 Cross 3 16x 16 Cross 3 12x 12 Cro ss 2 16 Plug 3 12 Plug 5 8 Plug 1 36x48 Re duce r 2 16x 10 Reduce r 7 12x16 Re ducer 1 12 x10 Re d u ce r 5 12x8 Reducer Contrac to r sh a ll fill in blanks fo r "We igh t p er Fitting" and "Total We ight" as a p art of his bid (we ight w ill b e b ase d on M . J. Fittings.) 6-5 -07 11 ADD ENDUM 1 PART 5 PR OPOSAL I ESTIMATED LIST OF BAR WRAPPED CONCRETE CYLINDER PIPE FITTINGS TO BE SUBMITTED WITH BID ADD OR SUBSTRACT FOR THE FOLLOWING FITTINGS INCLUDING INSTALLATION Quantity Size o f Fitting 2 12 2 8 1 6 2 48 2 16 4 4 2 48 4 16 4 8 2 16 1 12 2 4 8x12 1 48x16 4 16x16 1 16 x12 2 16x6 3 12x12 1 12 x10 1 12 x8 5 12x6 1 12 x4 3 10 x6 2 8x8 4 8x6 1 6x6 1 8x8 3 16x 16 3 12 x12 2 16 3 12 5 8 1 36x48 2 16x 10 7 12x16 1 12 x10 5 12x8 6-5-07 Type of Fitting 90 d eg bend 90 d eg bend 91 deg b end 45 d eg b end 45 d eg bend 45 d eg bend 22 1 /2 deg b end 22 1 /2 deg b end 22 1 /2 deg b end 11 1 / 4 d eg b end 111 / 4 d eg b end Tee Te e Tee Tee Tee Te e Tee Tee Te e Tee Tee Tee Tee Tee Cross Cross Cross Plug Plug Plug Re ducer Re ducer Re ducer Re ducer Re ducer 12 Unit Price Total Price ADDENDUM 1 PART 5 PROPOSAL I I ESTIMATED LIST FITTINGS FOR STEEL PIPE FITTINGS TO BE SUBMITTED WITH BID ADD OR SUBS TRACT FOR THE FOLLOWING FITTINGS INCLUDING INSTALLATION Quantity Size of Fitting Type of Fitting 2 12 90 d eg b end 2 8 90 deg b end 1 6 91 deg bend 2 48 45 deg bend 2 16 45 deg bend 4 4 45 deg bend 2 48 22 1 /2 deg bend 4 16 22 1 /2 deg bend 4 8 22 1 /2 d eg bend 2 16 111 /4 deg bend 1 12 111 /4 d eg bend 2 48 x12 Te e 1 48 x16 Tee 4 16 x16 Tee 1 16 x12 Tee 2 16 x6 Tee 3 12x12 Te e 1 12 x10 Tee 1 12 x8 Te e 5 12x6 Tee 1 12x4 Tee 3 10 x6 Tee 2 8x8 Tee 4 8x6 Tee 1 6x6 Tee 1 8x8 Cross 3 16x16 Cross 3 12 x12 Cross 2 16 Plug 3 12 Plug 5 8 Plug 1 36x48 Reducer 2 16 x10 Reducer 7 12x16 Reducer 1 12 x10 Reducer 5 12x8 Reducer 6-5-07 13 Unit Price J 1./1 - --,3- l/7- 4300 .- ·20o- '27 - 2 .~z..t;' - 21:/'!,- to3- -z.qc.J., 1 I~ - }~7~- 2.2w- -53~- 1.. 77' ~ 34- 201-,gs-- //,7" J 5/" I yt./ ,. I ,7 ... q7 ... ~q-- /,.," ... 13"3- $5'8ie - 2 5ft, ... / 7t/ ... ,s-3- 29>--s,oso- 2'20- 21ll- (. , h2...,. Total Price 2qy ~ 1t/lP" ·t./1 ,.,- B,~- 57~-- 1d6- ~.oso- 1772- ·252-1 .i::;-~- Ill-- "?, I ~~b- 2.2"0- 21s2- '477- ~G,«b- -t~o~- 1'65- '"° 7 -7c;.c; ..... Jr./</ - 3S"J- I qy- ~c;<o- ~</ - l 32i- 21,,.sg,-- 7l,,tp,- 3c/~ ,-,stt- Ii.lo - S,'i5q)- l/l/o- J ,s-33- 1/- t.J 10- ADD ENDUM 1 PART 5 PROPOSAL M A TERI A L SUPPLIER INFORMATION FORM CON CRETE CYLI N D ER PIPE The concrete pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted Name of Manufacturer Type of Pipe Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured STEEL P IP E The steel pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted tlof±n1AJ<~ P,·p:e ~-fee. I Name of Manufac turer Ty pe of Pipe Home Offic e Address of Manufacturer Check one: ~rtar Coated D Polyurethane Coating D UCTI LE IRO N PIPE The ductile iron pipe information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted Name of Manufacturer Home Office A ddress of Manufacturer Location of plant in which pipe and fittin gs are to b e manufactured 6-5-07 14 Ty pe of Pipe ADDE NDU M 1 PART 5 PROPOSAL Within ten (10) days after notific a ti on b y the City, the under s igned w ill exe cute the formal contract and w ill d e liver an approve d Surety Bond and s u ch other b onds as r e quire d b y the C ontrac t d ocuments, fo r the faithful p er fo rmance o f the Contract. The attache d b i d sec urity in the am ount of 5% is t o become the property o f the City of Fort W orth, Texas, in the event the contract and bond or b onds ar e n ot exec uted and d e liver e d within the time above set fo rth, as liqui d a t e d damages fo r the d el ay and a ddition al work ca u sed ther eb y . The under s igne d bidder ce rtifies tha t h e h as b een furnish e d w ith at least on e set of the Ge n eral C ontrac t D oc uments and G en er al Specificati on s fo r Water D ep a rtment P rojec t s date d Januar y 1, 1978, including lat es t r evis ion s, and that h e h as r ea d and thorou ghly under stands all the r e quirem ents and condition s of those Gen eral D ocuments and the s p ecific C ontract D o cuments and appurtenant plans. The under s igne d a ssures that it employees and a pplicants fo r employm ent and those of any lab or or ganiz ation , s ubcontractor s, or employm ent a gency in either furnishing or r efe rring employee applicants to the under signe d ar e n ot dis criminate d agains t as p rohibite d b y the t erms of City Ordinance No. 727 8 as am ende d b y C it y Or dinance No. 740 0. The Bidder agr ees to b e gin con struction w ithin ten (10) calendar days after issu e of the work order , and t o complet e the contrac t within Two Hundred Fifty (250) calendar days after b eginning con s truction a s set forth in the w ritten work order t o b e furnish e d b y the Owner. (Complet e A or B b elow, as applicable) A . The princip a l pla ce of business of our co mpany is in the St at e of :[ey{JS . .Nonresident bidder s in the State of , our p rincip a l place of bus iness, ar e n ot r e quire d t o b e __ p er ce nt lower than resident bidder s b y st ate l aw. A co p y of the st atue is attac h e d . Nonresid ent bidder s in the St at e of our principal place of bus iness are not r equired to underbid r esident bidder s. B. The p r incipal place of bus iness of our co mp any or our p ar ent company m ajority own er is in the St at e of Texas . A ddendum No. 1 (Initials .fl..:_) A ddendum No. 2 (Initia ls _fl_) A ddendum No. 3 (Initials __ ) (sea l) If bidder is a corpor ation Date: 6-5-07 Respe ctfully submitte d , By : 2(:~/ Title: ~ \Ce, ~(l~\ cltV\t Company : Oscw R~ ~aoh~ \flG . Address : 51,2, ~~ {J)._V\e 15 Q 00J'\DKt 1 ~ '1(/hlRZ.. ADDENDU M 1 PART 5 PR OPOSA L - ·-• t PARTC GENERAL CONDITIONS --- -. PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER I, 1987 TABLE OF CONTENTS Cl-I DEFINITIONS Cl-I.I Definition of Terms Cl -1.2 Contract Documents Cl-1.3 Notice to Bidders Cl-1.4 Proposal Cl-1.5 Bidder Cl-1.6 General Conditions Cl-1.7 Special Conditions Cl-1.8 Specifications Cl-1.9 Bonds Cl-I.IO Contract Cl-1.11 Plans Cl-1.12 City Cl-1.13 City Council Cl-1.14 Mayor Cl-1.15 City Manager Cl-1.16 City Attorney Cl-1.17 Director of Public Works Cl-1.18 Director, City Water Department Cl-1.19 Engineer Cl-1.20 Contractor Cl-1.21 Sureties Cl-1.22 The Work or Project Cl-1.23 Working Day Cl-1.24 Calendar Days Cl-1.25 Legal Holidays Cl-1.26 Abbreviations Cl-1.27 Change Order Cl-1.28 Paved Streets and Alleys Cl-1.29 Unpaved Streets or Alleys Cl-1.30 City Street Cl-1.31 Roadway Cl -1.32 Gravel Street C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l C2-2.2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) Cl-I (1) Cl-I (1) Cl-I (2) Cl-I (2) Cl-I (2) Cl-I (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (2) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (3) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (4) Cl-1 (5) Cl -1 (5) Cl-1 (6) Cl-1 (6) Cl-1 (6) Cl-1 (6) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) J ., ... C2-2.5 Rejection of Proposals C2 -2 (3) i C2 -2.6 Bid Security C2-2 (3) ~ . ,• ( ' a C2-2.7 Delivery of Proposal C2-2 (3) C2 -2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals . C2-2 (4) t C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 A WARD AND EXECUTION OF DOCUMENTS: C3 -3 .l Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance " C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3 -3 (1) C3-3 .5 Award of Contract C3-3 (2) C3-3 .6 Return of Proposal Securities C3-3 (2) C3-3 .7 Bonds C3 -3 (2) C3-3 .8 Execution of Contract C3-3 (3) C3 -3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) ' C3 -3.12 Contractor's Obligations C3-3 (6) C3-3 .13 Weekly Payrolls C3-3 (6) i C3-3.14 Contractor's Contract Administration C3-3 (6) . C3-3.15 Venue C3-3 (7) 1 C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) < C4 -4.3 Increased or Decreased Quantities C4-4 (1) . C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operation C4 -4 (3) C4-4 .7 Progress Schedules for Water and Sewer Plant Fad.lities C4-4 (4) ~ CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer CS-5 (1) CS-5.2 Conformity with Plans CS-5 (1) t CS-5.3 Coordination of Contract Documents CS-5 (1) CS-5.4 Cooperation of Contractor CS-5 (2) • 1 CS-5.5 Emergency and /or Rectification Work CS-5 (2) CS-5 .6 Field Office CS-5 (3) CS-5 .7 Construction Stakes · C5 -5 (3) "" (2) ... C5-5.8 C5-5.9 C5-5.10 C5-5 .11 C5-5 .12 C5 -5.13 C5 -5.14 C5-5.15 C5-5 .16 C5-5.17 C5 -5.18 C6-6 C6-6.1 C6-6.2 C6-6.3 C6-6.4 C6-6.5 C6-6 .6 C6-6.7 C6-6.8 C6-6.9 C6-6.10 C6.6.11 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 Authority and Duties of City Inspector 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 Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed Permits and Licenses Patented Devices, Materials, and Processes Sanitary Provisions Public Safety and Convenience Privileges f Contractor in Streets , Alleys, and Right-of-Way Railway Crossings Barricades, Warnings and Flagmen Use of Explosives , Drop Weight, Etc. Work Within Easements Independent Contractor Contractor's Responsibility for Damage Claims Contractor's Claim for Damages Adjustment or Relocation of Public Utilities, Etc. Temporary Sewer and Drain Connections Arrangement and Charges for Water Furnished by the City Use of a Section or Portion of the Work Contractor's Responsibility for the 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 Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C5-5 (3) C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (1) C6-6 (2) C6-6 (3) C6-6 (3) C6-6 (3) C6-6 (4) C6-6 (5) C6-6 (6) C6-6 (6) C6-6 (8) C6-6 (8) C6-6 (8) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C7-7 (1) C7-7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7(3) C7-7 (3) .. ' C 7-7 .9 C 7-7.10 C7-7 .11 C7 -7 .12 C7 -7.13 C7-7.14 .... C7 -7.15 < ' C7 -7 .16 ,-C7 -7.17 .,, C8 -8 C8-8 .1 C8 -8.2 C8-8 .3 C8-8.4 C8 -8.5 C8 -8.6 C8 -8.7 C8 -8.8 C8 -8.9 C8 -8.10 C8-8. l 1 C8 -8.12 C8-8.13 ., Delays Time of Compl etion Suspension by Court Order Temporary Suspension Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract : Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices MEASUREMENTAND PAYMENT Measurement Of Quant ities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of D esign General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents (4) $ ' ., . . '' ' C7 -7 (4) C7 -7 (4) \ C 7-7 (5) C7-7 (5) C 7-7 (6) C7-7 (6) C7 -7 (8) C 7-7 (8) C 7-7 (11) C8 -8 (1) C8 -8 (1) C8 -8 (1) C8 -8 (1) C8 -8 (2) C8 -8 (3) ' C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8 -8 (4) C8-8 (4) " ' ,t 1 r, t ,;. t ~ t ' .,, .. 'l '. . ' PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in 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 on 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 PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (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 PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT PART H -PLANS (Usually bound separately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS : All of the legal publications either actually published in public adverti sing mediums or furnished direct to interested parties pertaining to the work contemplated und er 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 Propo sal , 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 requirements of the City of Fort Worth 's charter and promulgated ordinances . Whenever there may be a conflict between the General Conditions and the Special Conditions , the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Speci .al 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 ccm sidered 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 set forth in detail the requirements which must be met by all materials , construction, workmanship , equipment and services in order to render a completed an 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 BONDS : . The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following : a . b. C. d. C2-2 .6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3 .7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-I (2) .,. : ,. -, ... i '. > ' - Cl-1.10 CONTRACT : The Contract is a 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 pl ans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections , layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are 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 Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement. of the 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-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially 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, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-I (3) I f directly or through a duly authorized representative. A sub-contractor is a person, firm , corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES : The Corporate bodies which are bound by, such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit-the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6 :00 p .m., with exceptions as permitted in paragraph C7-7 .6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no day s being excepted . Cl-1.25: LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employee s as follows: 1. 2. 3. 4. 5. 6. 7. 8 . 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanks.giving 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 July4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a 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 as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined -herein appear in the Contract Documents, the intent and meaning shall be as follows : Cl-1 (4) i . \l ,. . ' - - AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW In Accordance With Min. Minimum . ASTM American Society of Testing Mono . Monolithic ~ Materials % Percentum AWWA American Water Works R Radius Association I.D. Inside Diameter ASA American Standards Association O.D . Outside Diameter HI Hydraulic Institute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard In. Inch CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvaniz ed Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb. Pound SY Square yard MH Manhole L.F. Linear Foot Max. Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1 (5) ' Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET : A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists . Cl-1 .32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. ~ '· Cl-1 (6) ' ~ . ' ' I ~· " .. : -~ " ~ tr l'-I f,. } 'S_ .. ', l ' ' ' ~. ' .. :. t \ ' ' .,,· I! t I/ ; % i f ! '1, ?. • ' '1 ;,. ~ t; ' i . ' ,. ~ i - - - SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 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 sh.all 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 no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids 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 OU ANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) 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 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 construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent 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 investigation, examinations and tests herein required . Claims for additional compensation due to .v ariations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between 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 liim (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 of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation 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 C2-2 (2) . ' ........ -. 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, erasures, or irregularities of any kind , or contain unbalanced value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security'' of the character and 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 ct 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. C2-2.7 DELNERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders ." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered . Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders ." The envelope shall be addressed to the City Manager, City Hall , Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with , him prior to the time set for 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 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) 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 authori z ed representative at the time and place indicated in the ''Notice to Bidders ." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids . C2-2.11 IRREGULAR PROPOSALS : Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions , or conditions not called for, unauthorized alternate bids , or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons : a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated . c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) e) ' f) The bidder being in arrears on any existing contract or having defaulted on a previous contract. The bidder having performed a prior contract in an unsatisfactory manner. Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the follow ing : 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Propo.sal of the bidder who , in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) . . ', t • j - -- .-- - PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD 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 the 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 ward of the contract is ma_de 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 may be 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 Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six ( 6) months . C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened . C3-3 (1) .. ,, . ' ' .. ~ C 3-3.5 AWARD OF CONTRACT: . The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after th e date of opening proposals , and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee . The award of the contract, if award is made, will be to the lowest and best responsive 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 total s have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will b e 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 . b. C. <+ PERFORMANCE BOND : A good and sufficient performance 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 full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and ·effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set' forth in paragraph C8-8. l 0 . PAYMENT BOND: A good and sufficient payment 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 payment of all claimants as defined in Article ' C3-3 (2) .Ii!. ~, ~ I .~ ~ .. .' ~.,,.r ' ' ' . ' ~ , l~ ' ., , . ,, t f ~ ; : } " f i ~ - -d. 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. 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 delinquenL 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 e)!:ceed 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 new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required , have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has 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 annual . 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 occurring to the owner by reason of said awardee' s failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) • r, ' I ' I' '"· suffer by reason · of Sl!Ch failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. Tue filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3 .10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail .to commence work at the site of the project within the time stipulated in the written authorization usually termed "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, COJ?1llence the physical execution of the contract. C3-3. l l INSURANCE: The Contractor shall not commence work under this contract until he has obtained all 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-contractor's certificate of insurance fo r 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 contract, Worker's Compensation Insurance 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 Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of hi s employees not so protected . COMPREHENSNE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY : The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance:· 1. Contingent Liability ( covers General Contractor's Liability for acts of sub-contractors). ' . C3-3 (4) I' I • d. e. f. g. 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation fil excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6 . Contractual Liability ( covers all indemnification requirements of Contract). AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE : The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. 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 the amounts and by carriers satisfactory to the Owner. (Sample attached .) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations . LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and . bonding companies with whom the Contractor's insurance and C3-3 (5) 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 City of Fort Worth. Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settl e with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been d amaged , 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 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 PAYROLLS : A certified copy of each payroll covering paymep.t of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period . A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 .14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons , partnership, company, firm , association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and /or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge , delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required iri the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered , thus delegated and directed , to settle all material, labor or other expenditure , all claims agaiµst work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the 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 C3-3 (6) \ ~ ' ' ' ' 'l. ' ' i., .., ' -.... t" ' ., ,,... .. •tl f > ........ • f """ ...... - - _,, ,; appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the 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 allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. \ C3-3 (7) .... , '!I,. ' - SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. 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, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any . such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be 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 twenty-five (25) percent of the contemplated quantity of such item or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be · considered as waiving or invaiidating 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 overall quantities of sanitary sewer pipe in each pipe size , but not to the various depth categories. C4-4 (1) .,.., ', '· ,., "'"lit C4-4.4 AL TERA TION OF CONTRACT DOCUMENTS : By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as ·"Extra Work" and shall be perfonned by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods : a. Unit bid price previously approved. b. An agreed lump sum . c. ., The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence , overhead, other profit, general and all other expense not included in (1 ), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method 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 th e 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, pnor to beginning such work. C4-4 (2) f· f ' } Should a difference arise as to what does or dose 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 accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon 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 initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known , unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and 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 the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram . As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule sliall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4(3) , . • I • ' .. ~ ", ' . * t' " ,. k, ~- µ, }" " ' "' ~· ,. "1 ~. I < 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 o f the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule : ··~ a . b. c. d. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time . The construction progress shall be divided into acbv1tles with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. One critical path shall be shown on the construction schedule. '. e. Float time is defmed as the amount of time between the earliest start date and the latest start date of ~ 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 m enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials . I. 2. 3 . Preparation and transmittal of submittals Submittal review periods. Shop fabrication and delivery. C4-4 (4) I • • l . .. ' J ~ ' . ·"' ~· .. . ~r ~ . < . ' 4 . Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions . 6 . Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing . 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 demon strating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time . If the owner finds the proposed pl an not acceptable, he may require the Contractor to increase the work force , the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. C4-4 (5) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the 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 , sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be re sponsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished , and his deci sions 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 fail s to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines , grades, cross-sections, finish , and dimensions shown on the plans or any other requirements other wise 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. C5-5.3 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 . specification, 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 C5-5 (1) the Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents . In the ev ent the Contractor discovers an apparent error or discrepancy, h e shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor 's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to 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 the 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. C5-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project i s scheduled on a calendar-day or a working-day basis . Should the Contractor fail to respond to a request from the · Engineer to rectify any discrep ancies , omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) ' I ' ~. ; ' . ' r, ,, 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 shoe 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 deduct an amount equal to the entire costs for such remedial action , plus 25%, from any funds due the Contractor on the project. C5 -5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated , air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents , and lines, grades and measurements ~ill be established by means of stakes or other customary method of marking as may be found consistent with good practice . These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or o(her infringements. Such inspection or lack of inspection will not relieve the , Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector ·will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the Contract Documents . The City Inspector will in no case act as superintendent or C5-5 (3) • ' . ' 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 of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the · Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance · with the requirements of the Contract Documents .' If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed . After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed .shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and 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. . '. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORJZED 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 this expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specially provided, or any Extra Work done without written authority , will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph , the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.l l SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications , law, ordinance, codes or regulations permit Contractor to furnish or tise a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance C5-5 (4) ·.· ,, ' 1 ' ,-., t ; ' service . No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold'harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages , losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS : Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of · furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests· and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements · of the Owner.. The Contractor · shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer, use 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 Contractor 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 new materials. C5-5 .13 STORAGE OF MATERIALS : All materials which are to be used in the construction contract shall be stored so as to insure the preservation of 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 ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from , the inclusion of utility locations on the Plans is not to be ,considered as 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 pl<:1ns or to show them in their exact location . It is mutually agreed that such failure will not be considered C5-5 (5} '· ,; I • " ' ·~ ' . ' '. '\ ,. ' 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 of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. ' CS-5.15 INTERRUPTION OF SERVICE: ' ., l .. a. ' " ,l ,, ' t, . . ' . Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to : 1. 2 . 3. , . Notify the Water Department's Distribution Division as to location, time , and schedule of service interruption . Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob . The tag shall be durable in composition, and in large bold letters shall say: I • ' .. ' ' ' 't- C5-5 (6) .. , 't,' .' ' • '' '• \ _.1 ~ I ~~ ,-" ~-· ·' .~ ' ' ' '' '• ' 7. J . " 'i,. ' r .. • p . ,c I "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ---- This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate . C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of 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 damage alleged to have been sustained , the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim . C5-5.l 7 CLEAN-UP: Cl ean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in ke eping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given 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 unsatisfactory procedure, the City may take s uch direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice , and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures , and debris of every kind . He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) '. \ 'ti -?"" .• ;, . .. , .... ' : •-¥· :c 't ' • .t,., .. ~ ' ' {.~ ., ' C5~5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a 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. ' , ' t .,, ,, r ·"-• .... CS-5 (8) ,. ' , ' . , .. ,,.1'i:: ~' < '"" ;I) "~""" ~ • l . ,, :. \ ,t 'f \:,;. :13? PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6 -6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any ·and all claims or liability arising from or based on the violation of any such law , ordinance, regulation, or order, whether it be by himself or his employie es. C6-6 .2 PERMITS AND LICENSES : The Contractor shall procure all permits and licenses, pay all charges , co sts 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 desire s 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 price shall include all royalties or cost arising from patents , trademarks , and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner froin any and all claims for infringement by reason of the use of any such trade-mark or copyright 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 the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits . C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception · and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the ~ontractor. 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 facilit ies shall be kept in a clean and sanitary condition, free C6-6(1) ,, ' . from objectionable odors so as not to cause a nuisance . All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with . C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used , and the work shall at all times be so conducted , as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he 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 pi:ovisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic , with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any . location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic , and shall , at his 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 construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants , fire alarm box.es, police call boxes , water valves , gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention , after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case , the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters , Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys , or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or · streams , his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as th e structures of such · crossings. .• . . < '' . , ., ' C6-6(2) .. ,;;. ,., -' The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted . C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks , the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars , etc . Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work . Where the railroad tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public . Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish , erect, and maintain such barricades, fences , lights, and danger signals , shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or propeey and of the work as are necessary . Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade . A sufficient number of barricades shall be erected and maintained to keep pedestrians away from , and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep C6-6(3) '. ' ' i < ,. . ' I < I ' l. '' ·c •• >" i them at their respective assignments m sufficient numbers to protect the work and prevent accident or damage . All installations and procedures shall be consistent with 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 Statues, p ertinent section being Section Nos . 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign , or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred 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 foe 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, fence s 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 salaries of watchmen, for the . subsequent removal and disposal of such barricades , signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC .: Should the Contractor elect to use explosives , drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. · The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility; and the Owner, not less th~n twenty-fo~ hours in advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. C6 -6(4) •, .. ., .. ' ' ""i,;, K, !. i • t ' ·' ,, t ' .. '' < ' ' _ .. ,- Where the use of explosives is to be permitted on the project, as specified in the Special Conditions 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. C6-6 . l O WORK WITHIN EASEMENTS: Where the work pass es ov er, 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 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 appro~al of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unle ss specifically provided otherwise , the Contractor shall clear all rights -of-way or easements of obstructions which · must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress , 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 pri vat e property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of 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 be affected by the work. The Contractor shall be r esponsible 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 }York, 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 non-execution thereof on the part of the Contractor, he shall restore or have restored as· his 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. C6-6(5) All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing , either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the 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 i s 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 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 or to make good such damage or injury , the Owner-may, upon 48 hour written notice under ordinary circlµIlstances, 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 to or to become due to the Contractor under this contract. C6.6.1 l INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the 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 exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omiss ions of its officers, agents, servants, employees, contractor, subcontractors , licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers , agents , employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBIUTY 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 and 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 . the Contractor, its officers, agents , employees, contractors, subcontractors, licensees or invitees , whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, . contractors ; · subcontractors, licensees or invitees of the Owner; and said Contractor does hereby covenanf and agree to assume all liability and responsibility of Owner, its officers, agents, servants , and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted , arising out of or in . connection with, directly C6-6(6) ,, <, or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees , contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart , by alleged negligence of officers, agents , employees, contractors , subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries , loss or damages to property of the Owner during the performance of any of the terms and conditions of thi s Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents , employees, contractors, subcontractors, licensees, 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 to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of 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 si x months following the date of the acceptance of the work perform~d unless the Contractor submits evidence in writing satisfactory tot he Director that : 1. The claim has been settled and a release has been obtained from the claimant involved, or 2 . Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed . If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made . If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to-the satisfaction or the Director. C6-6(7) 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 foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage , and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages . C6-6.I4 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 the property that may be necessary by the performance of this Contract. C6-6.I5 TEMPORARY SEWER AND DRAIN CONNECTIONS : When exi sting sewer lines have to be taken up or removed, the Contractor shall , at his own expense and cost , provide and maintain temporary outlets and connections for all private or public drains and sewers . The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers , and for this purpose he shall provide and maintain , at his own cost and expense, adequate pumping facilities and temporary outlets or divisions . 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 received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner ,so that no nuisance is created and so that the work under construction will be adequately protected . C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City · water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. C6-6(8) t l r I ' ~ ' -- City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense . The Contractor's responsibility in the use of all exi sting fire hydrant and/or valv es is detailed in Section E2-1 .2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, win be as prescribed by the City ordinance , or where no ordinances applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice 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 provision s 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 deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR 'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the 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 carrymg out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6(9) : ;· ' . ' • . \ C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth , and organization which qualifies for exemption pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales, Excise , and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007 . Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller 's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and ~formation can be obtained from: . ' Comptroller of Public Accounts Sales Tax Division Capitol Station ~ Austin, TX ~ , . t ,. r t ~t~ . C6 -6(10) . ' ,, C , '·' ' ' . • i , ' t I .,. .. . ' " ( ,, /. . • <' .. 'l f. " ' '< . ' , '. ;.. ' \f ~ '' ' ':I ·d ~ ~, ' ' f. . -· .: . .. , . •. ) '., .,, . . f I' l ' " ' f , . I';. ' ~· .. ,' .. ' .. t' ,, • , ,. ,,. ~ " . ,., r I . .. t l I! ~ I ' " i i 1 ~ f J t f ?· PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on 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 tot he 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, or otherwise dispose of tht:: 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 states , 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 operations, 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 prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period . The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from 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 LIMITATION 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 proper ex ecution 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 when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents , foremen , and workmen who are careful , competent, and fully qualified to perform the duties and 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 to be found to be incompetent, disrespectful , intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction 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 the prosecutio~ of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer· and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use . C7-7(2) . ' . . ' ·, .. . ' ' .. - - C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday , Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday , and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. 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 occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and ~ithout the fault or negligence of the Contractor, fire, .flood , tornadoes, epidemics , q~arantine restrictions, strikes , 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 exten sion of time because of inclement weather will not be considered. A request for extension of time C7-7(3) due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by th e 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 mat be increased by Change Order. C7-7 .9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if 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 the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer 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 shall ,, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the las t page of the proposal , the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a real i stic 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 increased time granted by the Owner, or as automatically increased by additional work or materials ordernd 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 the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT C7-7(4) AMOUNT OF LIQillDATED DAMAGES <f • • - r PER DAY Less than $ 5,000 inclusiv e $ 35 .00 $ 5,001 to $ 15,000 inclu sive $ 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 $ 500 ,001 to $1 ,000,000 inclusive $ 315 .00 $1 ,000 ,001 to $2,000,000 inclusive $ 420 .00 $2,000 ,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, 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.l 1 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible . C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable 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 the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews . If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and ere ct temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time , then the Contractor may be reimbursed for the cost of moving his equipment off the job and C7 -7(5) returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed . No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing , giving a , detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than 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 my request the owner to terminate the contract and the owner may comply with the request , and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE 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 canceled by the City Council for any good and sufficient cause . The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. C7-7(6) / .. ,·' - e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. g. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or.Owner provided for in these Contract Documents. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indicat1.on that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes , or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option , assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses , subject to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume. the contract responsibilities , or that portion thereof which the Owner has ordered 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 work thereof as it may deem necessary, and the Contractor hereto agrees that the C7-7(7) r .f Owner shall have the right to take possession of and use any materials , plants , tools , equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials , labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools , equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same .had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular .part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C?-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. r ~ I· • \ 1 C?-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: 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. ,. A. B. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such · termination is made with just cause as therein stated ; and no proof in any claim, demand or suit shall be required of the Owner regarding such di scretionary action CONTRACTORACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall : . .. ~' C7-7(8) J' ~ . . ....... . .., 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 nece ss ary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times , and to the extent, if any, directed by the Engineer: a . the fabricated or unfabricated parts, work in progress , completed work , supplies and other · material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b . The completed, or partially completed plans, drawings , information and other property which , if the contract had been completed , would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6 . Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation . of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of w~ch has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored , within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C7-7(9) C. D. ' . ' . ,' E. F. -. ' TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. AMOUNTS: Subject to the prov1s10ns of Item C7-7 .l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. FAIL URE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7 .16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine , on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. '; 2. 3. all. unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; any claim which the Owner may have against the Contractor in connection with this contract; and the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise ~ecovered by or credited to the Owner. ' . C7-7(10) ' <' f. ', ' T ,, '. ,, . ' • 'j ,.. ,- G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS : Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall &ssume 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(11) PART C-GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8 -8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents , numbers , and weights of the materials and item installed. t & t C8-8 .2 UNIT PRJCES : 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 ac~eptable 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, finishing co sts, overhead expense , bond, insurance, patent fees , royalties, risk due to the elements and other clauses , 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 subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials , and incidentals for performing all work contemplated and embraced under these Contract Documents , for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by . or in consequence of the suspension _ or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents, trademarks , copyrights , or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. C8-8(1) " l • l ~ ., ~ ! 'I • \ l, ' . - - 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 one 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 . C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the I st and the 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 I 0th day of the month, the Engineer shall verify such estimate, and if it 1s found to be acceptable and the value of the work performed since the last partial payment was made exceeds one , hundred dollars ($100.00) inn amount, 90 % of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000 .00 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400 ,000.00 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 estimates 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 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 requ est to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only , all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency , or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8(2) 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 final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph 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 the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements , computations, and checks can be made . All prior estimates upon which payment has been made ar~ subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council , provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms , associations , corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and · C. that there are no claims pending for personal injury ~and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or · neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not relieve · the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8(3) ) 1 •• C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is, therefore , agreed that the Owner shall be responsible for the adequacy of its own design features , sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents , all approved modifications thereof, and additions and alterations thereof 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 Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the 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 the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified 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 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 the price bid in the Proposal , for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL : Material . may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The 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 the Engineer upon completion of the work. C8-8(4) - . - SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS A. Gen eral These Supplementary Conditions amend or supplement the General Conditions of the ·. Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. · C8 -8 .5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in C. D. 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 deliv ered 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 1 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. · · C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6 .12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: } ... :. F. 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 ,wt any such iniury or damage is caused i11 whole or ill 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 insuranc~ 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 (l);revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to .... extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not • to the various depth categories. 1 Revised 10/24/02 Pg.2 - G. C3-3. l l 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 rriust not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk , retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised 10/24/02 Pg.3 I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. 1 • } ' 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 foll9wing: 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 C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work .·in an·acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the w ork, 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 cerrifi~ate of payinent nor ~ny 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 expre ss 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 oth er work or property resulting therefrom which shall appear within a period of ~o (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised 10/24/02 Pg.4 . which shall assure the performance of the general guaranty as above outlined . The Owner will give notice of observed defects with reasonable promptness . Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2 .9 with the following: K. C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time. set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the · proposal opening time. If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: Revised 10/24/02 Pg.5 L. 1. Page C3-3(3); the paragraph after paragraph C3-3. 7d Other Bonds should be revis ed to read : In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 1 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 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" . . RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving · transactions relating to this contract. Contractor· agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonahle advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities , and shall be provided adequate and appropriate work space, in order. to conduct audits in compliance · with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree 'to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as fo ll ows: Revised 10/24/02 Pg.6 --., 1. 50 copies and under -10 cents per page 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6. 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. N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watclunen 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. 0 . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract · and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas • Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these . contract documents. · (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1 , L. Right to Audit (Rev . 9/30/02) pertain to this inspection, (~) 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. .•. ' f ( ' ' . "' r. " ) lJ :. ., '· l ' l J : .. t • ' ·' . " .,:, . ' ; . " ., ~ I l f Revised Pg.8 j ~' 10/24/02 " ' «. ~ t., . ... 1· .. - PARTD SPECIAL CONDITIONS PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................. 3 D-2 COORDINATION MEETING ................................................................................. 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ........ 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ........................ 8 D-5 CROSSING OF EXISTING UTILITIES .................................................................. 8 D-6 EXISTING UTILITIES AND IMPROVEMENTS ...................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................ ·.· ................. 9 D-8 TRAFFIC CONTROL ............................................................................................. 9 D-9 DETOURS .......................................................................................................... 10 D-10 EXAMINATION OF SITE ...................................................................... : .......... 10 D-11 ZONING COMPLIANCE .................................................................................. 10 D-12 WATER FOR CONSTRUCTION ..................................................................... 10 D-13 WASTE MATERIAL .................................................................... · ... ." .................. 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ......................................... 10 D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK .................... 11 D-16 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ............... 11 D-17 BID QUANTITIES ............................................................................................ 12 D-18 CUTTING OF CONCRETE ............................................................................. 12 D-19 PROJECT DESIGNATION SIGN .................................................................... 12 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ......................... 12 D-21 MISCELLANEOUS PLACEMENT OF MATERrAL. .......................................... 13 D-22 CRUSHED LIMESTONE BACKFILL ............................................................... 13 D-23 2 :27 CONCRETE ............................................................................................ 13 D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............................ 13 D-25 TRENCH PAVEMENT (PERMANENT} REPAIR (E2-19) FOR UTILITY CUTS D-26 D-27 D-28 D-29 D-30 D-31 D-32 D-33 D-34 D-35 D-36 D-37 D-38 15 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS} ... 16 SANITARY SEWER MANHOLES ................................................................... 17 SANITARY SEWER SERVICES ..................................................................... 20 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES ... 22 DETECTABLE WARNING TAPES .................................................................. 24 PIPE CLEANING ... .-......................................................................................... 24 DISPOSAL OF SPOIUFILL MATERIAL .......................................................... 24 MECHANICS AND MATERIALMEN'S LIEN .................................................... 25 SUBSTITUTIONS ............................................................................................ 25 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER25 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................. 29 BYPASS PUMPING ........................................................................................ 30 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER 30 D-39 SAMPLES AND QUALITY CONTROL TESTING ............................................ 32 D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ......................................................... 33 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ............ 34 D-42 PROTECTION OF TREES, PLANTS AND SOIL ............................................. 34 D-43 SITE RESTORATION ..................................................................................... 35 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................. 35 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ................................ 35 D-46 CONFINED SPACE ENTRY PROGRAM ........................................................ 41 D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............. .41 11/29/04 SC-1 PART D -SPECIAL CONDITIONS 0-48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......... 41 0-49 CONCRETE ENCASEMENT OF SEWER PIPE ............................................. .42 0-50 CLAY DAM ...................................................................................................... 42 0-51 EXPLORATORY EXCAVATION (D-HOLE) .................................................... .42 0-52 INSTALLATION OF WATER FACILITIES ....................................................... 43 52.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 43 52.2 Blocking ....................................................................................................................... 43 52.3 Type of Casing Pipe .................................................................................................... 43 52.4 Tie-Ins ......................................................................................................................... 44 52.5 Connection of Existing Mains ...................................................................................... 44 52.6 Valve Cut-Ins .......................................................................... · ..................................... 44 52.7 Water Services ............................................................................................................ 45 52.8 2-lnch Temporary Service Line .................................................................................... 47 52.9 Purging and Sterilization of Water Lines ...................................................................... 48 52.10 Work Near Pressure Plane Boundaries ....................................................................... 48 52.11 Water Sample Station ................................................................................................. 48 52.12 Ductile Iron and Gray Iron Fittings ............................................................................... 49 0-53 SPRINKLING FOR DUST CONTROL ............................................................. 50 0-54 DEWATERING ................. : .............................................................................. 50 0-55 TRENCH EXCAVATION ON DEEP TRENCHES ............................................ 50 0-56 TREE PRUNING ............................................................................................. 50 0-57 TREE REMOVAL ............................................................................................ 51 0-58 TEST HOLES .................................................................................................. 51 0-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................................................................................... 52 D-60 TRAFFIC BUTTONS ....................................................................................... 53 0-61 SANITARY SEWER SERVICE CLEANOUTS ................................................. 53 D-62 TEMPORARY PAVEMENT REPAIR ............................................................... 53 D-63 CONSTRUCTION STAKES ............................................................................ 53 D-64 EASEMENTS AND PERMITS ......................................................................... 54 D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................... 54 D-66 WAGE RATES ........................................................ : ...................................... 55 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ........................ 56 D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................. 57 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ................................................................................. 59 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................... 59 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION ......................................... 59 D-72 AIR POLLUTION WATCH DAYS ........................................................................ 60 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................. 61 11/29/04 SC-2 - PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions and Part C1 -Supplementary Cond itions 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: SOUTHSIDE II WATER TRANSMISSION MAIN, PART 5 Crowley Rd./Risinger Rd . Intersection to Risinger Rd./East Side I.H. 35W Intersection FORT WORTH, TEXAS CPN 00303 DOE PROJECT NO . 5630 WATER DEPARTMENT PROJECTS NO . P264-608140030389 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 General Contract Documents for this project. The Plans, these Special Contract Documents and the rules , regulations , requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperatlve ; 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 SpeGial Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH 11 /29/04 SC-3 PART D -SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non- responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and t he name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102 . B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic commun ication is received by the Purchas ing 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 t he proposal opening time . If such confirmation is not received within forty-eight ( 48) ) 11/29/04 SC-4 PART D -SPECIAL CONDITIONS hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions : 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project , regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity wh ich furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials , or providing labor, transportation, or other · services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 11 /29/04 SC-5 PART D -SPECIAL CONDITIONS 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 t he 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 t he 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 proj ect and for one year thereafter. 11/29/04 SC-6 PART D -SPECIAL CONDITIONS 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project ; and 7. Contractually require each person with whom it contracts , to perform as required by paragraphs ( 1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be · covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 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 requ irements 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". 11 /29/04 SC-7 PART D -SPECIAL CONDITIONS D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of th is 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 AS TM C-425 with series 300 sta inless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of wh ich shall be included in the price bid in the Proposal for each bid item. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations . Contractor shall make all necessary provisions (as approved or authorized 'by the applicable utility company) for the support, protection 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. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction. The Contractor is liable for all . damages done to such exis ti ng 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 cos t 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 uti lity or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. 11 /29/04 SC-8 PART D -SPECIAL CONDITIONS In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent , location, and depth; they are shown on the plans as the best information available at the time of design , from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation . D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on 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 Not ice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the 11 /29/04 SC-9 PART D -SPECIAL CONDITIONS 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 applicab le provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions , which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which 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 11/29/04 SC-10 PART D -SPECIAL CONDITIONS Engineer it is necessary, clean-up shall be done on a daily basis. Clea_n 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 Eng ineering shall give final acceptance of the completed project wo~k. D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates , including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs , pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 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. 11 /29/04 SC-11 PART D -SPECIAL CONDITIONS 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 so le cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities . D-18 CUTTING OF CONCRETE , When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item . D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the exact locations and methods of mounting . In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30 , except that they shall be 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 t he furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways , such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. 11 /29/04 SC-12 PART D -SPECIAL CONDITIONS At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502 . Payment for cutting , backfill , concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. . D-22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208 .3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents . Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications , and General Contract Documents. D-23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded , either through accident or otherwise , and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The 11/29/04 SC-13 PART D -SPECIAL CONDITIONS expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature , containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2 .11 Trench Backfill for additional requirements. When Type "C" back- fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used . In general , all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable part icles 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 s ieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following : Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill . Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in 11 /29/04 SC-14 PART D -SPECIAL CONDjTIONS 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 linea[ feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. Type "B" backfill shall be paid for at a pre-bid unit price of $15.00 per cubic yard. D-25 T_RENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls . The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for 11 /29/04 SC-15 PART D -SPECIAL CONDITIONS repaving , in the opinion of the Owner, the repaving shall be done at the earliest possib le 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 Engineeril)g . D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM {COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines , and all other appurtenances. The design for the trench . safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. · B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards , 29 CFR Part 1926, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS : 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to fo rm 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 hydrau lic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave-ins . Shoring systems are generally comprised bf cross- braces , vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of 11 /29/04 SC-16 PART D -SPECIAL CONDITIONS trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D-27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations . Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift . hole shall be sealed on the inside of the manhole with . quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope arid grade by string lining the entire area regarded near the manhole. Manholes in open fields , unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade . 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole · frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the frame and cover. Bearing surfaces shall be 11 /29/04 SC-17 PART D -SPECIAL CONDITIONS machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use whe re 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 li d 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 shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION : 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud , or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. T he 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. 11/29/04 SC-18 PART D -SPECIAL CONDITIONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section . Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an ·approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt , stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not 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 11 /29/04 SC-19 PART D -SPECIAL CONDITIONS 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 manho le 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 pa id 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 manho le, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating . Payment for concrete collars will be made per each . Payment for manhole inserts will be made per each . · D-28 SANITARY SEWER SERVICES Any reconnection , relocation , re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required . Severed service connections shall be maintained as specified in section C6-6 .15. D. SEWER SERVICE RECONNECTION : When sewer service reconnection is ca ll ed 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 . 11 /29/04 SC-20 - PART D -SPECIAL CONDITIONS E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to ins,talling 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) perce~t minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the -installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any ·sewer service for which no grade verification has been submitted . All re~routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M . C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean -out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewe r'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 11 /29/04 SC-21 PART D -SPECIAL CONDITIONS installed service line, pi pe 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 accorc;1ance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade . C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordan ce 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 posit ion 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 . 11 /29/04 SC-22 - - PART D -SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated _material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of -pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected. The complete manhole , including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill . Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required. J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage Yard. C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoni,ng and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e ., when removal requires a separate trench). 11/29/04 SC-23 PART D -SPECIAL CONDITIONS L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main . Once this determination has been made, the existing main will be abandoned as indicated above in Item 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 Administra tor (IIAdministrator"), 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 11 /2 9/04 SC-24 - - PART D -SPECIAL CONDITIONS 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 name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal ", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is , in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enla rgement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned , and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location . Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles . The nozzles· shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned . Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream . The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. 11 /29/04 SC-25 PART D -SPECIAL CONDITIONS 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 ensu re 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 semisol id material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Pass ing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and · disposed of at no additional cost to the City . 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The camera shall be operative in 100% humidity conditions. The camera , television monitor, and oth~r components of the video system shall be capable of producing picture quality to the satisfaction of the 11/29/04 SC-26 PART D -SPECIAL CONDITIONS Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION : 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line . When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection . 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor 's operations . 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon 11 /29/04 SC-27 PART D -SPECIAL CONDITIONS completion of the television inspection and may be retained a · maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City . If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the televisi-on 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 the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. 11 /29/04 SC-28 liiiiil PART D -SPECIAL CONDITIONS D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop- connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM C1244-93: , Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" Hg (10"Hg -9"Hg) (SEC) Depth of MH. 48-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, ifthe drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which Jails 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. 11/29/04 SC-29 PART D -SPECIAL CONDITIONS Following completion of a successful test, the manhole shall be restored to its , normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein . D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to pe rmit safe vehicular travel without interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabili tation 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 t he 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 qua lity to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION : 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate , stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches , power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. 11129/04 SC-30 - PART D -SPECIAL CONDITIONS When manually operated winches are used to pull the television camera through the line , telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole , will not be allowed . Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device , and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection . All television logs shall be referenced to stationing as shown on the plans . A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed . Video tape recording playback shall be at the same speed that it was recorded . · The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes . Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. 11 /29/04 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 . SC-31 PART D -SPECIAL CONDITIONS Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post- Construction Television Inspection . The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project , including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. B . Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. · C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furn ish 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 mate rial delivered to the job site. The ticket shall specify the name ·of the pit supplying the fill material. 11 /29/04 SC-32 - PART D -SPECIAL CONDITIONS D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes , dams , berms , sediment basins, fiber mats , jute netting , temporary seeding , straw mulch , asphalt mulch, plastic liners , rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation , borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams , other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes , dams, sediment basins, slope drains and use of temporary mulches, mats, seeding , or other control devices or methods directed by the Engineer as necessary to control soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal condit ions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2 . Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted ; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams . 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. · 11/29/04 SC-33 PART D -SPECIAL CONDITIONS 6. The Contractor shall take sufficient precautions to prevent pollution of stream s, lakes and reservoirs with fuels , oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by th is construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns , yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). · Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance , the Contractor must obtain a perm it 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 Arbor ist Association . A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City,of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. 11 /29/04 SC-34 PART D -SPECIAL CONDITIONS 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 I 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 . 11 /29/04 SC-35 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. 11 /29/04 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, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,. upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall . be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed . surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity SC-36 PART D -SPECIAL CONDITIONS directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth . 3. SEEDING 60 40 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 and 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) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass to Buffalograss 60 Bermudagrass 20 Buffalograss May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates Aug 15 to (All Sections) Tall Fescue Western Wheatgrass 50 50 11/29/04 SC-37 May 1 PART D -SPECIAL CONDITIONS Annual Rye Total : 50 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing . Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas · shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained . "Finishing" as specified in Section D-45 , Construction Methods, is not applicable since no seed bed preparation is required . DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one ( 1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of 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 requi red 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 11/29/04 SC-38 PART D -SPECIAL CONDITIONS each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. · The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION : "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. 11 /29/04 SC-39 PART D -SPECIAL CONDITIONS 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 ex,ceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils · secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to t he 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: 11 /29/04 SC-40 PART D -SPECIAL CONDITIONS Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D• 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction . All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in w riting when the entire project or a designated portion of the project is substantially complete . 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected . 1 O. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11. Final inspection shall be in conformance with general condition item "CS-5.18 Final Inspection " of PART C-GENERAL C.ONDITIONS. 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 permitted within private property without written permission of the Owner. 1 1/29/04 SC-41 PART D -SPECIAL CONDITIONS 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger· than 1-1/2 times the outside pipe diameter. Vo ids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipe line trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. 11/29/04 SC-42 PART D -SPECIAL CONDITIONS The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole ), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 11 /29/04 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 of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C- 200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C- 203 . Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers ( centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non-concrete pipes when installed in casing . Installation shall be as recommended by the Manufacturer. SC-43 11/29/04 PART D -SPECIAL CONDITIONS 2. SEWER: Boring used on this project shall be in accordance with the material standard E1- 15 and Construction standard E2-15 as per Fig . 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-Ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins between the contract drawings and what may be encountered in the field shall be considered as incidental to construction. The cost of making tie-ins to existing water or sanitary sewer· mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction. Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of t ime 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. SC-44 PART D -SPECIAL CONDITIONS Payment for work such as backfill , bedding, fittings, blocking and all other associated appurtenants required , shall be included in the price of the appropriate bid items. 52. 7 Water Services The relocation, replacement , or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise· directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the · outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. 11 /29104 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 SC-45 PART D -SPECIAL CONDITIONS from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops , and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction . The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter ·and meter box. Centerline is defined by a line .extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service a nd 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. 11 /29/04 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 . SC-46 PART D -SPECIAL CONDITIONS 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 . 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches . Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item( s ). 52.8 2-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 11 /29/04 . 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 temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. SC-47 PART D -SPECIAL CONDITIONS Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. · 11 /29/04 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 si_zed "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine . Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. SC-48 11 /2 9/04 PART D -SPECIAL CONDITIONS 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-ilich type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings , and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle , gate valve, and fittings shall be included in the price bid for Service Taps to Main . Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations . 52.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe , fittings , and Specials, Sub section E2-7 .11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITIINGS: All ductile-iron and gray- iron fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie- down concrete block ing , and concrete cradle necessary for construction as designed. · All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle . Payment for the polyethylene wrapping , horizontal · concrete blocking , vertical tie-down concrete blocking , and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed . SC-49 PART D -SPECIAL CONDITIONS D-53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D-54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction . Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench t he same day of excavation. No extra payment shall be allowed for this special condition. D-56 TREE PRUNING A. REFERENCES : National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife · 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Stee l "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. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 11 /29/04 SC-50 PART D -SPECIAL CONDITIONS 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 tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition . Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information , at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation , as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated . The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. 11/29/04 SC-51 PART D -SPECIAL CONDITIONS The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe . D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall , on a block by block basis , prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, DOE No., Scope of Project (i.e . type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notifi.cation ' flyer is attached. The contractor shall submit a schedule showing the construction start anc:I finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption . The flyer shall be prepared on the contractor's letterhead and shall include the following information : Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed . The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses . Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. 11 /29/04 SC-52 PART D -SPECIAL CONDITIONS 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 cleanot..it shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-63 CONSTRUCTION SJ AKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for i_n 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 11 /29/04 SC-53 PART D -SPECIAL CONDITIONS as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted , and time will continue to be charged in accordance with the Contract Documents. D-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction , right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obta in 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 obta in 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 documenta t ion for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing , understanding and complying with all provisions of such permits, including obtaining the requisite insurance , and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any a nd all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be subsidiary to the bid item price for boring under the railroad. No additional payment will be allowed for this item. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-constructi.on 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 relateq 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. 11/29/04 SC-54 PART D -SPECIAL CONDITIONS D-66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws 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. 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 . 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 31st 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. 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. 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 all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . 11 /29/04 SC-55 PART D -SPECIAL CONDITIONS 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. 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. 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. (Wage rates are attached at the end of this section.) (Attached) D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City o( Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (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 resul~. 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) 11129104 SC-56 PART D -SPECIAL CONDITIONS F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise-stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined 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 property 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 eng ineer. It serves as a notice that the site is no longer subject to the requirement of the permit. 11 /29/04 SC-57 PART D -SPECIAL CONDITIONS The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required . However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences , straw bale dikes , rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. T he method of control shall result in a minimum sediment retention of 70% as defined by the 11 /29/04 SC-58 PART D -SPECIAL CONDITIONS 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. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative . The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative . The Contractor shall not operate water line valves of existing water system. Failure to . comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume 'all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder( s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : 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 aUowed by 20% or more ( example : 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : · 1 . A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure 11129104 SC-59 PART D -SPECIAL CONDITIONS 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. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Eng ineering 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 be ing aware that such days have been designated Air Pollution Watch-Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. -6 :00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 11 /29/04 SC-60 PART D -SPECIAL CONDITIONS D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required . The fees are as follows: 1. The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspect_ions shall be considered subsidiary to the contract cost and no additional compensation shall be made. 11 /29/04 SC-61 PART D -SPECIAL CONDITIONS CLASSIFICATIONS Air tool operator Asphalt Raker Asphalt Shoveler Asphalt Distributor Operator Asphalt Paving Machine Operator Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter (Rough) Concrete Finisher -Paving Concrete Finisher -Structures Concrete Paving Curbing Mach. Oper. Concrete Paving Finishing March. Oper Concrete Paving Joint Sealer Oper. Concrete Paving Saw Oper . Concrete Paving Spreader Oper Concrete Rubber Crane , Clamshell , Backhoe , Derrick , Dragline , Shovel Electrician Flagger Form Builder -Structures Form Setter -Paving & Curbs Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Laborer -Common Laborer -Utility Mechanic Mill ing Machine Operator, Fine Grade Mixer Operator Motor Grader Operator (Fine Grade) Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe Layer Roller, Steel Wheel Plant-Mix Pavements 11 /29/04 CITY OF FORT WORTH Highway (He.avy) Construction P W e Rates For 2006 revailinQ a~ HRLY RTS CLASSIFICATIONS $ 10.06 Roller , Steel Wheel Other Flawheel or Tamping $ 11 .01 Roller, Pneumatic, Self-Propelled Scraper $ 8.80 Reinforcing Steel Setter (Paving) $ 13.99 Reinforcing Steel Setter (Structure) $ 12.78 Scraper Operator $ 14.15 Servicer $ 9.88 Slip Form Machine Operator $ 13.22 Spreader Box Operator $ 12 .80 Tractor operator, Crawler Type $ 12.85 Tractor operator, Pneumatic $ 13.27 Traveling Mixer Operator $ 12 .00 Truck Driver -Single Axle (light} $ 13.63 Truck Driver -Tandem Axle Semi - Trailer $ 12.50 Truck Diver -Lowboy/Float $ 13.56 Truck Driver -Transit Mix $ 14.50 Wagon Drill , Boring Mach ine , Post Hole Driller $ 10.61 Welder $ 14.12 Work Zone Barricade Servicer $ 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 SC-62 HRLY RTS --$ 10.92 $ 11 .07 -$ 14 .86 $ 16.29 $ 11.42 ... $ 12.32 $ 12 .33 $ 10 .92 I- $ 12.60 $ 12.91 $ 12 .03 - $ 10 .91 $ 11 .75 i- $ 14.93 $ 12 .08 ,- $ 14 .00 $ 13 .57 " -$ 10.09 I I I r I Date:" ----- DOENO.XXD Project Name: NOTICEOFITEMPORARY WATER SERVICE · . ·· .... •• · ·•• ·· INTERRUPTION ··· . . .. DUE TO UTILITY ·· IMPROVEMENTS IN . YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON _____ ..;.;...;... __ _ BETWEEN THE HOURS OF . AND_.-------- IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT~----.;.__--------- .. (CONTRACTORSS.UPEIUNTENDENT) (TELEPHONE NUMBER) OR MR.-----------· AT--------------~--- . ((;ITY INSPE~TOR) . (TELEPHONE NUMBKll) . . . . : . . . . . . . . THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. · THANKYOU, _______________ ...., CONTRACTOR PART D -SPECIAL CONDITIONS f : TEXAS DEPA'RTMENTOF HEAI.TH DEMOLI TION/ ~ENOVA'rtON NOTIFICATION FORM NOTS-: CIRC.LE ITEMS THAT ARE AM ENDED H NOTIF ICATION#_. -~------- T 1) Abatemen t Contracto r: _________________ TDH ticemiie Number;.___,=----- .Address ; . Clty; S late: ___ .Zip : · · · Phone Nl,nfll>er: , l J o1,> S ite Phone Number ~ ~--- B'=~r;_···-· · ----,--------:.· TOH li~rl5~ Number. · . . pervisor: ' . TO'fllfcense Number: ---,.,--,---,----..,..., ...... --.,.._---- . Trained On -Sile NESHAP l n<i ivi'd ual ,..· -----~~-..c._ ____ C'erb'ff.e.itili.n Date·~· ------- Demolition co:nttactor.. ______ ,......,.. __ _,..,..._omce Phooe Numb.err ..... _.) ......... _.·-------- ii . AddretSS,_' ---.....---------=--C.i1y:_. ---=----~Stete; ___ ... ,Z-1p :,......, __ _ I , . . ~ '-,;2) P(riji!M::t Cor'l:$\Jltant«Oplmltor:. __ ~-----------~-'TOH ~n;~ ~!ii mt,er. __ -__ _ • Mail ing Addfess · m c11y. ._ __ ....,.. .. ,~s-1a1e-·-:._.~ _--------.,::P·cc-i:>-:,_·.,...._-.:_-_-_-_-_ .... -=.· .--=Qc::m=-_c-~-=p:-ho-n-e'""N"""iu-m'""b_e_r::::::::::::::::::::-- f/ . ,l'. 3) F~llrtyOWner..__ ____ ---'---'--------------------------Allentlo l'r ti. u.,;ao j ·· A,U . . • . ' .. , · , ~. ~-ng,.,.,..,,~ .... ... . ... . .. ... . . . . . .. ·. · .. rJ ~· Clly; . .• . ........ ··.·. ,.. .. . · ~tat~ . . Z''IJ)'; . . . . . Otmer Pho.ne NLJmberf } .... . i .,.Noto: Tho il nvolco for mo nMllicatlon fofi. wlll be sent to tho owntt.r<it tht tln1ticf!ng ~net tfle l:iillln9-oddms tor thoJnvmca will .be 0 "· i ~~lnod t'rom the 1ntormation th:it !$. l)RividOd In this ~on. · :ij ;" 4). Oescrl'ptlon or:Faclfily Name '.~-----·~~,--,.,,... ...... --,.....-~------........ ~----,, i :' Phfoi~.l,Ad (j~.; · ··· Co unty. Cilf.--~~~.,..-,..,·. Zip: ___ _ ~ Faci lity Phone Numbe . F~oiity Coflfflct-Person ._· ------------'\! DesCl'iip tron of Are.dRQQJU N!imbar;. _____________ ~-----'---------- ! .PriorUse;:------....... -=-----'FUIUt.a U~_· ----------~------F! Age «lf j3ulldi~aclllty·._ __ _... ... Sim:_-'-----'MUmb()r of Ao<irtt . .._ --.......-·-.. Sch0,0 I {K~ 12): a. YES 11 NO 5) Type of Work Cl Demol i ~cm o Renovation (Abatement) CJ Annual Co.rtmlidaled Wo.tk WJil be during : Cl Day D Evoolr\g o . Nfght · O F'h ~'$(1t,f Proj~ct: < Qes<mptlo.n of work schedule; .. ... . . . .. ,,.J Cl . Fi i )'.6) l!)hlSJ I P.ub[f~ Buildfng? t l YES o NO Federal '.Faclll~ !3 Ye s a NO ll\dulitriaJ Site? Cl YES Cl NO ·' ~ ;,, · NESHAP-OnlyFaellUy? o .YES o NO . ls B't.Jll~ing/F=acllityOceopiM? fa YES Cl NO · ~ 7) No1ifl'CSflon T,ypeCHECK ~NL V ONE · . . Vi tJ Orlglna.1 (1 O Workll'lg Days} O Cal'!tv:P.ati.on O Amendment o Ernergeney{Ordercd · rf. , If Clli s l s an am~ndm$nl , wf.J tcti ~fJlendment number Is thb?....;.. (Enclose copy of original andlor last am9"id,rient) ij · !f ~nJ ,.n~rgency, who di d yoy . talk ~lh'at iDH? . ., J .~ . , ..•.. . · Emer.gencyfi: .... . ' • ~ Date·and Hour of Em&rgMcy {HH/'Mt.\lOD/YY)· . _ ... , ·• ~ , Da,;aiption of me $1.icklen, unexpected .eyent and explanation of tiow the event eaused unsafe i;».nditioi':!s or WouJd cause · o _equipment dama,ge (~pu~s, machinery, etc'-· -----:-----"-~--------------~ lt - '_( ~ .. , 's) . ~cdptton of p~~ t9 tie followed In tne event that Lll'l~pected Mhest<is is found or previously noo •friable j (,. · :,~~J'~ malerfal becomes ctumb19d. pu1v8'iZ()(l , qf reoU(l(ld to powder, . . ....... . ,, 'S ,i.' .. -• l'l. x 9) liV8J ,9,l'lfl:$besios ~rveypertori:ned? O, YES a NO Oale: / I TDl-1 lmi~l or Lwense No:. _____ _ ;; G: 1}i /1,q ~ca,l Method: D PLIM D TEM D Assumed TDH ~l)Qt,at()ry l,iQe(!,$(! No;------"' fl ''.,: · ; (f~r7FAHPA (putilfo buiklil'lg) proje¢1s; .ein 1;1ss1.Jmption m1Js t ~ m~de by a·TDH Licensed l nspBdOr} ~;:,10) Qeoonption of ptarmed .<femoii~ or r.ooovation wor k, type of rnateriat, and method(:s) to be used ... · -----~ 0 &•' C .. , ' -c -----------,,,---,-------------------~=------------- 11) Dasciip1itin of. wo,k pracUces and engineering controls io he used to prm,oot am1ssions of asbe$tos st ttie demolifion/~ova1fon;, _____ . ------~~-----"-----~~-------- PART D -SPECIAL CONDITIONS 12) Atl applicable llet.ns in tne following table m11$t be completed; IF NO ASBESlOS PRESENT CHECK H:ERE o Check un1t of measurement Asbestos+C~ntaining Building Material ' · Pip.es ,At>> 13), · Wast!Tra~JJ:er ~ame: . • TOH Utense ,-,urnb,er. ----------Address:, er,. ""'' ·" , .. . . _C!!y; . State:· Zlp . .,_'. __ _ C1JJ1tiitit Per-eon;'"' · . :Phoo8 Num'OOr; ~-'-------'------'---~ . \\x~H ~:~_:7:>}Hfr~~f:tJ;;:::.<>--·. 14). W~ste Disposal Sr!e Nerne: __ ._. -------'-----==------------.,.....----------~~-----'-• • ·'"''pia:rw:;.,'°£:.&t > ,, City: · state: ___ .. Zip; _____ _ .. · l k) M ••• • 'TNRCC Permit Nf.lmber. · 15) F1;1r ~i,ucfuralty ur.isound focllltles, attach a copy of derno/filOn order Bild ~enlify <wvernrnental Official below:. ; ~Nam&: > · : : · .· . Reglstratlon No: · _ . · ... . JW~' ' ,'.;".'i)X;, .. ·············· .......... . p~'ofo,r;q~ (~~Dffl) I · L Date QJ'der tobegin {MMIDDIYY} l L • if',•: 16): ·~~/~'.,B~~~~ A$bes!M Abalem.enl (MMJDONY). St3rt f I Complete; I £ ~ _.t--/~'_:?',};Z,, ,{f'':;''.:~ ,{: .. :~'; • :c:-. <. :::,.::-, • . ' :c . -: ,A:,' :c::_,,. •< • ,: • :;::, 111 s~nole<rq~s O~i;ilftlon!RenovatiQn {MM/OONY) Slart: . . . .L . I > comp)ettr.~,~·~'-~'----: .,.,.. ~· ~ts: ]f~,.s~ ~.!ts. a.n this nolifl~o.pc e,n not~. mot; dioJDM ~ronal or Local Pro;ram C?ffice.. Must be contacted by· ,, phone prior to.thutart.data. Falh.1re to do so 1$ ~ 'Yl9.larlon In ~e:eordanc:o to TAHPA. sc.ctlon :il9!U51. IJ;~yce~'.lar:;;·lhformationl oo;e provided Is co«ect, comptete, an; trusto;:~est :fmykntiwledge, J sckPtl'ffled~ that I an· responsibl.f for all asfl&els Of the n~tiQ(l form; including, but rwt lfmiling, content and .submlss[on dates.· The , ~im~ P-~~lty~;;fo;ooo per day per violatlon. . . . }{( .. -·~·"''~ ·~ \'.i_.'}:i· ~\i ~-;.:~t·.t{f~;~'. :i.~:·. _-' . : . . .· i::..> .. · .. • .. •. " <' ... ·· r·.~:ik~£FJ~:~&~l~~tor ~it~t~;:· ' {Piloted Nam9) (Date} . ASBESTOS NOTl:FICATlON SECTION , TOXIC SUBSTANCES COITTROl. DIVISION TEXAS DEPARTMENT OF HEALTH PO 60X 143538. . .. . AUSTIN. TX 18714-8538 PH: 512-8~-(i$Q<):'1-8~-<?72-~8 L... (Teleph°'1e) (Fax Numb8r} •,=a>res am not acc-aptetJ• ·· j,.,:;APB~:dated 01129/0.'l. Replaces TDHff>l'm dated ()7(:1'31().1, For e$~$nel; in. compfeflng form, r;~/ 1-8()(),.572-5548 '.·,;::_.... • -/'' . '?-:"'<:." .-.. ' ·,.--; •'" . ·-· ./'/ , 11/29/04 SC-65 PART DA ADDITIONAL SPECIAL CONDITIONS PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITTED) ....................................................................................................................................... 4 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) ............... .4 DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) ......................................................... .4 DA-4 FOLD AND FORM PIPE (OMITTED) ........................................................................ .4 DA-5 SLIPLINING (OMITTED) ......................................................................................... ~ .... 4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMITTED) ........................... .4 DA-7 TYPE OF CASING PIPE (OMITTED) ......................................................................... 4 DA-8 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR (OMITTED) ............... .4 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) ...................................................................................................................................... 4 DA-10 ·MANHOLE REHABILITATION (OMITTED) ........................................................... 4 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED)4 DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORT AR SYSTEM (OMITTED) ...................................................................................................................................... 4 DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM (OMITTED) ................ .4 DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM (OMITTED) ....... 4 DA-15 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM (OMITTED) ... .4 DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMITTED) ........................................................................................................................ 4 DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) ....... 4 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ........................................ .4 DA-19 . PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) .................. .4 DA-20 PRESSURE GROUTING (OMITTED) .. : ...................................................................... 4 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) ............. .4 DA-22 FIBERGLASS MANHOLES (OMITTED) ................................................................... 4 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ............ 5 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ....................................... 5 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ................................................ 6 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ........................................ 6 DA-27 GRADED CRUSHED STONES ..................................................................................... 7 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMITTED) ............................... 7 DA-29 BUTT JOINTS -MILLED (OMITTED) ...................................................................... 7 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ................................................. 7 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) ............... 7 DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) ........................................... 7 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) ..................................... 7 DA-34 8" PAVEMENT PULVERIZATION (OMITTED) ...................................................... 7 D~-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ................. 8 DA-36 RAISED PAVEMENT MARKERS ................................................................................ 9 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED) ...................................................................................................................................... 9 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) ....................................................................................................................................... 9 DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC .. : .......... : .............................................. 9 11/02/04 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-40 CONCRETE RIPRAP ................................................................................................... 12 DA-41 CONCRETE CYLINDER PIPE AND FlTTl~GS (OMITTED) .............................. 13 DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) ................................ 13 DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) ........................................ 13 DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) ................................................... 13 DA-45 REPLACEMENT OF 4" CONCRETE SlDEW ALKS ............................................... 14 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION/SCHEDULE CONSTRAINTS ............................................................................................................................. 14 DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) ...................................... 15 DA-48 EASEMENTS AND PERMITS ..................................................................... ; ............... 15 DA-49 HIGHWAY REQUIREMENTS (OMITTED) ............................................................. 15 DA-50 CONCRETE ENCASEMENT ....................................................................................... 15 DA-51 CONNECTION TO EXISTING STRUCTURES (OMITTED) ................................ 15 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ....................... 15 DA-53 OPEN FIRE LINE INSTALLATIONS ........................................................................ 16 DA-54 WATER SAMPLE STATION (OMITTED) ............................................................... 16 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 16 DA-56 SHOP DRAWINGS ........................................................................................................ 17 DA-57 COST BREA.KDOWN ................................................................................................... 17 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 17 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTiD) ......................................... 18 DA-60 ASPHALT DRIVEWAYREPAIR ............................................................................... 18 DA-61 TOP SOIL ........................................................................................................................ 18 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) .................................................................................................................................... 18 DA-63 BID QUANTITIES (OMITTED) .................................................................................. 18 DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMITTED) ........................................... 18 DA-65 CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 18 DA-66 OPTION TO RENEW (OMITTED) ............................................................................ 18 DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) .......................................................... 18 DA-68 CONCRETE VALLEY GUTTER (OMITTED) ......................................................... 18 DA-69 TRAFFIC BUTTONS .................................................................................................... 18 DA-70 PAVEMENT STRIPING ............................................................................................... 19 DA-71 H.M.A.C. TESTING PROCEDURES .......................................................................... 19 DA-72 SPECIFICATION REFERENCES .............................................................................. 19 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW · PREVENTER/CONTROL VALVE AND BOX (OMITTED) ................................................... 19 DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 19 DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMITTED) .................................... 20 DA-76 1 ~" & 2" COPPER SERVICES .................................................................................. 20 DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) ......................................................... 20 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED) ......................... 20 DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) ......................................................... 20 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED).20 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) .................... 20 11102104 ASC-2 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-82 LIQUIDATED DAMAGES (UTIL. CUT} (OMITTED) ............................................ 20 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) ............................................. 20 DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) .................................................... 20 DA-85 CLEAN-UP (UTIL. CUT) (OMITTED) .................................................................. ; .... 20 DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) .................................................... 20 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) ................................................. 20 DA:.S8 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) .................. 20 DA-89 CONCRETE BASE REP AIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED) 20 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) .................................. 20 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) .................................................................................................................................... 21 DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) ................................................ 21 DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) ...................................................... 21 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT} (OMITTED} ................................ 21 DA:95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ......................... 21 DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) ........... 21 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) ......................................... 21 DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) .............................................. 21 DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) ......................................................................................................................... 21 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) .. 21 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) ......................... 21 DA-102 PAYMENT (UTIL. CUT) (OMITTED) .................................................... :··· ........... 21 DA-103 DEHOLES (MISC. EXT.) ......................................................................................... 21 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) ........................ 23 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) .............. 23 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) .................................................... 23 DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) .............................................. 23 DA-108 FLOWABLE FILL (MISC. EXT.) (OMITTED) ................................................... 23 DA-109 · BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED) .............................. 23 DA:::110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .................................................................................................................................... 23 . DA-lll WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED) .............. 23 DA-l12 MOVE IN CHARGES (MISC. REPL.) (OMITTED) ............................................. 23 DA-113 PROJECT SIGNS (MISC~ REPL.) (OMITTED) .................................................... 23 DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED) .................................... 23 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (OMITTED) ................ 23 DA:116 FIELD OFFICE (OMITTED) .......................... ~ ........................................................ 23 DA:117 TRAFFIC CONTROL PLAN ................................................................................... 24 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS.24 DA-119 CONSTRUCTION PHOTOGRAPHS AND VIDEOS ........................................... 24 DA-120 CONSTRUCTION MEETINGS ............................................................................... 24 DA~121 TEMPORARY AND PERMANENT PAVEMENT INSTALLATION ON RISINGER ROAD ............................................................................. ; ........................... : ................ 24 11/02/04 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-122 4" H.M.A.C. (TYPE "D" MIX) ASPHALT CEMENT SURFACE COURSE: .... 25 DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMITIED) DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED) DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED) DA-4 FOLD AND FORM PIPE (OMITIED) DA-5 SLIPLINING (OMITIED) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMITTED) DA-7 TYPE OF CASING PIPE (OMITTED) DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMITIED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITIED) DA-10 MANHOLE REHABILITATION (OMITTED) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM (OMITIED) DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM (OMITIED) DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITIED) DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) DA-20 PRESSURE GROUTING (OMITTED) DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITIED) DA-22 FIBERGLASS MANHOLES (OMITIED) 11 /02104 ASC-4 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 contractor's responsibil ity to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Telephone Number so·uthwestern Bell Telephone 338-6275 Texas Utilities 336-9411, x2121 Lone Star 336-8381 , x6982 City of Fort Worth, 871-8100 Street Light and Signal Contact Person "Hot Line" Mr. Roy Kruger Mr . Jim Bennett Mr. Jim Bob Wakefield 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 cu rb 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 11/02104 ASC-5 PART DA -ADDITIONAL SPECIAL CONDITIONS leveled to grade behind the curb . Existing improvements within the parkway such as water meters , sp rinkler system , etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen ( 14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days , a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways , due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . For specifications governing this item see Item No . 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications . The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work . DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The cont ractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work . The failed area shall be saw cut , or other similar means, out of the existing pavement in square or rectangular fash ion. 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 wate r 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 recycl ing 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 . 11 /02104 ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . 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 (OMITTED) DA-29 BUTT JOINTS -MILLED (OMITTED) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos . 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts , Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this portion of the project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. · The contractor shall furnish batch des ign of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M .A.C. overlay. The City will provide laboratory control as necessary. The unit price bid per square yard of H.M.A.C . complete and in place , shall be full compensation for all labor, materials , equipment, tools, and incidentals necessary to complete the work . DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) DA:-34 8" PAVEMENT PULVERIZATION (OMITTED) 11/0 2104 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-35 REINFORCED CONCRETE PAVEMENT OR BASE {UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer. A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing . B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary and as required. 2. Replace pavement to nearest joint. 3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 11102104 ASC-8 - - PART DA -ADDITIONAL SPECIAL CONDITIONS 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. 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 (OMITTED) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. B. · DESIGN CRITERIA: 1. The toe of the riprap revetment shall . be entrenched in stable channel bottoms. If the channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to ensure 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: 11102104 ASC-9 . PART DA -ADDITIONAL SPECIAL CONDITIONS 24" Riprap 18" Riprap Sieve Size (Square Mesh) 24inch 18inch 12inch 6inch Sieve Size (Square Mesh) 18inch 12inch 6inch 3inch - Percent Passing 100 80-90 45-55 0-20 Percent Passing 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. FILTER FABRIC BLANKET: Approved Manufacturer: • Supac -Heavy Grade BNP (UV) • Trevira 011/280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE : Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural a'nd 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 (1.18 mm) 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 : 11 /02104 1. CONSTRUCTION : a. The channel side slope and the toe excavation shall be prepared to the re q uired lines and grades . ASC-10 - 11 /02/04 PART DA -ADDITIONAL SPECIAL CONDITIONS b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures . 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage . The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or creases . The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified pla·cement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile used based on initial installation experience. The geotextile shall be protected at all times during construction from contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the ~geotextile . Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during · the placement of rock riprap. Before placement of gabion units, the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore . The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones . The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing , or by other methods of placement which will produce the specified results. Rearranging of individual stones , by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well graded distribution of stone specified above. The Contractor shall maintain the riprap protection until accepted. Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 brooming. The grout shall be used in the work within a period of one (1) hour after mixing . Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER _in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the slope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into place between stones with suitable spades, trowels, or vibrating equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection . After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. ' E. MEASUREMENT AND PAYMENT 1. Payment for rock riprap in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the work. DA-40 CONCRETE RIPRAP 1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown on the plans or as directed by the Engineer. 2 MATERIALS: Concrete for riprap shall be placed in accordance with the details and to the dimensions shown on the plans or as established by the Engineer. Unless otherwise shown on the plans, concrete riprap shall be reinforced using wire or bar reinforcement. The concrete shall be 3000 PSI at 28 days, Class A. Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or its equal. A minimum lap of six (6) inches shall be used at all splices. At the edge of the riprap, the wire fabric shall not be less than one (1) inch, no more'than three (3) inches from the edge of 11/02104 ASC-12 - PART DA -ADDITIONAL SPECIAL CONDITIONS the concrete and shall have no wire projecting beyond the last member parallel to the edge of the concrete. Reinforcement shall be supported properly throughout the placement to maintain its position equidistance from the top and bottom surface of the slab. If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the Engineer may require the entire area to be sprinkled, or sprinkled and consolidated before the concrete is placed. AH surfaces shall be moist when concrete is placed. After the concrete has been placed, compacted, and shaped to conform to the dimensions shown on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a wooden float to secure a reasonably smooth surface. 3. PAYMENT: Payment for concrete riprap in place shall be made at the unit price bid in the, Proposal multiplied by the quantity of material used. Bid price will be full compensation for placing all materials,·and for all labor, tools, equipment, aod incidentals necessary to complete the work. Payment for all necessary excavation below natural ground, and bottom or slope of the excavated channel will be included in the bid price. DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (OMITTED) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (OMITTED) DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED) DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) This item shall consist of furnishing and installing 6'" perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35} and meet the ASTM D 1784. Filter shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non- woven to form-a mat of uniform quality. Fabric fiber may be either continuous or discontinuous and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof. shall be satisfactory for use in a wet soil and aggregate environment. contain ultraviolet stabilizers and have nonravelling edges. The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated. Test Original Physical Properties Fabric weight, on an ambient 11/02/04 Method SDHPT Test Method ASC-13 Requirements 4.0 minimum for under drains PART DA -ADDITIONAL SPECIAL CONDITIONS Temperature air-dried tension free samp le, expressed in oz/sq.yd. Water flow rate by falling head method , 7.9 inches (20 cm) to 3.9 inches {10 cm) on 2 inch ID cylinder with 1 inch diameter orifice , wi t h flow rate expressed in gal/sq. ft/minute. Tex-616-J "Testing of Construction Fibers" and Slope Stabilization, 6.0 minimum for Gab ions Revetment 80minimum Breaking load in either machine or ASTM Designation : 100 minimum cross-machine direction, expressed D 1682 grab method G as in pounds . modified by Tex-616-J Equivalent opening Standard sieve no .) size (US CW-02215, US Army Corps of 70 to 100 Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric: November, 1977. "Apparen t elongation " at breaking AST, Designation: 100 maximum load in either machine or cross-D 1682 grab method G as machine direction , expressed as modified by Tex-616-J percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations . Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per LF. shall be full compensation for all labor, materials, equipments , tools , and incidentals necessary to complete the work. DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment, suppl ies, and incidentals necessary to complete the removal and replacement work . DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION/SCHEDULE CONSTRAINTS 11 /02/04 ASC-14 - PART DA -ADDITIONAL SPECIAL CONDITIONS In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to water/sewer installation) under the City's roadway maintenance program, the proposed water and/or sanitary sewer improvements shall be conducted according to construction sequencing noted in the contract plans and to the follow ing constraints: The Southside II Water Transmission Main project consists of 5 Parts . The Contractor shall coordinate his work and the associated construction sequencing with the contractors for the following projects that will be constructed in conjunction with and during the timeframe of this project: a . Souths ide II Water Transmission Main Part 4 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 (OMITTED) · DA-48 EASEMENTS AND PERMITS Permits have been secured for this project at this time and made part thereto. The Contractor's attention is directed to the permit requirements , as contained herein, along with any special conditions that may have been imposed. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans . The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item . DA-49 HIGHWAY REQUIREMENTS (OMITTED) DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig . 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents . Requirements for such encasement are specified in Sections E1-20 and E2 -20 of the General Contract Documents . Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES (OMITTED) DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION 11 /02104 ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS All combination turbo meter installations will be per attached Figure 33 unless otherwise directed by the Engineer. The contractor shall use Bilco 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 lat, 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 INSTALLATIONS All open fire line installations will be per attached Figure 32 unless otherwise directed by the Engineer. The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be furnished ta 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 pa id for under the appropriate bid item(s). DA-54 WATER SAMPLE STATION {OMITTED) 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 th~ slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of t hree thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. 11 /0 2104 ASC-16 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require . Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed , the design drawings and specifications shall govern . The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and saUsfactory 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 : Pipe and fittings (structural design, calculations , lay schedule , coating and lining, and other requirements as indicated in the individual specifications), valves, air vacuum release valves, blowoff assemblies, concrete vaults, pipe connection details, pipe bedding material reports, concrete and HMAC reports, casing pipe, casing spacers, grout mix report, and cathodic protection shop drawings. 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: Abe Calderon, P.E. City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In · order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY 11 /02/04 ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 (OMITTED) DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C . driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M .A.C. equal to or better than the existing driveway. DA-61 TOP SOIL Where d irected by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works · Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows : All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-62 WATER METER AND METER BOX RELOCATION AND ~DJUSTMENT (OMITTED) DA-63 BID QUANTITIES (OMITTED) DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMITTED) 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 Wort h Transportation and Public Works Department. DA-66 OPTION TO RENEW (OMITTED) DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA-68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidenta ls necessary to complete the work . 11 /02104 ASC-18 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection -grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities , The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart . The above requirement applies to both Type "B " and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied . 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 (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26 .1. Alt resilient-seated gate valves shall be flanged joints and be approved on the City of Fort Worth Standard Product List. 11 /02104 ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-75 EMERGENCY SITUATION, JOB MOVE-IN (OMITTED) DA-76 1 %" & 2" COPPER SERVICES The following is an addendum to E1 -17. Copper Water Service Lines and Copper Alloy Couplings: All fittings use-cl for 1 W ' and 2n 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 tuben specifically made for that purpose. Payment for all work and materials associated with 1 1'2 " and 2" copper services shall be included in the price of the appropriate -bid item. DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED) DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED) DA-85 CLEAN-UP (UTIL. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT) (OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) 11 /02/04 ASC-20 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (OMITTED) DA-97 "QUICK:-SET" CONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. cun (OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) DA-102 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) The contractor shall perform exploratory excavations (D-Hole) at the locations indicated in the table below and in accordance with Part D -Special conditions ·-Item D-51 Exploratory Excavation (D-Hole) 11 /02104 ASC-21 . PART DA -ADDITIONAL SPECIAL CONDITIONS APPROX. LINE STATION DEPTH TYPE (FT) LINEA 10+00 6.5 16"W 10+05 3 UGT 15+15 3 18"SD 23+48 6 8"W 26+37 6 12"W LINE B 8+34 10 24"W 11+23 . 11 8"W LINED 9+76 4 16"W 10+03 3 6"GAS 10+14 7 16"W 14+80 7 8"W 15+00 7 6"W 19+10 4 UGT 19+70 5 10"W 19+80 3 GAS 26+25 3 GAS 26+35 4 UGT-F 27+25 4 UGT-F 27+30 18 8"GAS 28+15 5 UGT 28+20 7 6"W 29+80 3 GAS 30+90 7 10"W 31+10 7 6"W 36+45 3 GAS 36+82 6 16"W 36+98 3 6"GAS 37+28 11 16"W LINE E 10+64 3 6"GAS 10+81 10 16"W 11+52 3 6"GAS 11+65 3 3-UGT 12+30 3 2-UGT 15+40 4 UGT 15+65 4 UGT 16+25 3 6"GAS 18+90 2-7 UGT 23+10 5 16"W 48" LINE 8+31 8 36"W 8+90 4 16"W 9+20 4 6"GAS 12+60 3 UGT 26+00 7 8"W 28+95 3 UGT 11/02104 ASC-22 PART DA -ADDITIONAL SPECIAL CONDITIONS APPROX. LINE STATION DEPTH TYPE (FT) 43+90 3 UGT 53+10 3 UGT 53+80 3 GAS 60+30 3 GAS 60+40 4 UGT-F 61+30 4 UGT-F 61+35 18 8"GAS 63+80 3 GAS 70+45 3 GAS 86+45 4 6"GAS 88+60 10 16"W 88+70 3 6"GAS 89+10 6 UGT-F 92+45 7 20"W ' 92+58 5 12"W 92+70 3 UGT-F 92+80 3 6"GAS DA-104 CONSTRUCTION LIMITATIONS {MISC. EXT.) (OMITTED) DA-105 _PRESSURE CLEANING AND TESTING {MISC. EXT.) (OMITTED) DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT {MISC. EXT.) {OMITTED) DA-108 FLOWABLE FILL {MISC. EXT.) (OMITTED) DA-109 BRICK PAVEMENT REPAIR {MISC. REPL.) (OMITTED) DA-110 DETERMINATION AND INITIATION OF WORK {MISC. REPL.) {OMITTED) DA-111 WORK ORDER COMPLETION TIME {MISC. REPL.) (OMITTED) DA-112 MOVE IN CHARGES {MISC. REPL.) {OMITTED) DA-113 PROJECT SIGNS {MISC. REPL.) {OMITTED) DA-114 LIQUIDATED DAMAGES {MISC. REPL.) {OMITTED) DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) {OMITTED) DA-116 FIELD OFFICE{OMITTED) 11102104 ASC..:23 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans . All other requirements of D-8 shall apply . DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline " constructed by others and ending the line with the installation of a plug . If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or insta ll ation of blind flanges/plug based on the unit price bid for the water or sewer main . DA-119 CONSTRUCTION PHOTOGRAPHS AND VIDEOS The contractor shall photographically document all phases of the project , including pre- construction , construction progress, and post-construction. Photography/videography shall be by a professional experienced in photographing outdoor environments. A minimum of 60 pre- construction photos along with a narrated digital video shall be taken of the entire work zone and adjacent structures and facilities . A minimum of 48 photos shall be taken per week documenting project progress . A minimum of 60 photos , plus a narrated video, shall be taken to document post-construction conditions within the work zone Photos shall be provided in digital/CD format and shall include labels on each electronic picture documenting location , direction photo is taken (N ,S,E, or W) and what is being shown. Photos and video shall be provided to Owner as administrative submittals within 7 calendar days of being taken . DA-120 CONSTRUCTION MEETINGS A preconstruction conference will be held prior to the start -of construction . Attendees will include : Owner 's representatives , Contractor's project manager, Contractor 's office r~presen tative, Contractor's resident superintendent, subcontractors whom Contractor may desire or Engineer may request to attend, Engineer's representative, other as appropriate. At the Owner's discretion , project meetings shall occur as frequently as once per week to discuss project progress, quality control , submittals , records and documentation , progress payments, or any other topics deemed necessary for discuss ion. Contractor shall record meeting minutes for all meetings and distribute to all meet ing attendees within 7 calendar days of each meeting. DA-121 · 11102104 TEMPORARY AND PERMANENT PAVEMENT INSTALLATION ON RISINGER ROAD ASC-24 PART DA -ADDITIONAL SPECIAL CONDITIONS Temporary and Permanent pavement shall be installed per Contract Plans, Sheets 39 through 49 and as follows: 1. The water main trench shall be compacted to 98% proctor with a moisture content of -2% to +2% (subsidiary to pipe cost). 2. A 12-inch 2:27 (0-inch slump) concrete cap shall be installed extending I-foot beyond the trench width on both sides to within 4-inches of the original asphalt pavement surface. After the concrete cap is ready for use, flex base shall be installed over the cap to match the surface of the existing pavement on both sides. A drivable pavement surface must be · provided at the end of each work day. The Contractor shall be responsible for obtaining the services of a registered surveyor for the necessary staking to insure that the temporary and permanent pavement roadway grades match the top of pavement profile that is provided on the project plans. All flex base driving surface must be sprinkled with water on a regular basis for dust control. 3. Permanent pavement repairs to the road shall be conducted on one half of the road at a time, beginning on the south side by removing the 4-inch flex ba.se pavement over the water main trench as well as the top 4-inches ofHMAC of the remaining half of the road. The entire half of the road shall then be overlaid with 4-inches of HMAC. The north half of the road shall be accomplished similar to th.e south side. The cost for permanent pavement restoration shall include the costs of installing the concrete cap, the 4-inch flex base over the concrete cap, the removal of the flex base, the removal of 4- inches of existing adjacent pavement and in the installing of the 4-inches of asphalt surface. 4. Th.e Contractor shall provide traffic control at all times during construction utilizing plastic drums, flagmen, etc. as required (subsidiary to the pay item for traffic control). 5. The City reserves the right to require that temporary pavement and permanent pavement repairs be conducted in segments in conjunction with the water main installation. DA-122 4" H.M.A.C. (TYPE "D" MIX) ASPHALT CEMENT SURFACE COURSE: All applicable provisions ofTxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions,, (referenced), 310 "Prime Coat'' (referenced), and 340 <<Dense-Graded Hot Mix Asphalt (Method)» (referenced) shall govern work. The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense-Graded Hot-Mix Asphalt (Method),, (referenced): 11/02104 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS • Under Item 340.2. Materials. A. Aggregates: The surface aggregate classification (SAC) shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness, Micro- Deval and all other aggregate quality tests listed in Table 1. 2. RAP will not be allowed, for use, in surface course Type ''D" mix. • Under Item 340.2 Materials. D . Asphalt Binder: Furnish performance-graded PG 64-22 for H .M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4. Construction: The City of Port Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure "compliance,, with the specifications and approved · mix design . The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material , in order to determine if the material is acceptable, shall be furnished and paid by the Contractor, as directed by the Engineer. Samples will be taken daily for determination of asphalt content, aggregation gradation, maximum theoretical specific gravity and stability. For each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 50-ft station, with a minimum of one test per lane width at each 50-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in-place density and thickness. The cores will be taken at the maximum interval of300-ft (to coincide with field density locations). • Under Item 340.4. Construction, A. Mixture Design : The Contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre- construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by a AASHTO accredited laboratory, for the materials to be used in the project. Using typical weight design example in Tex-204-F, Part I, the mixture design shall meet the requirements contain.ed in Tables 1 through 5 ofltem 340. The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel- tracking (Tex-242-F) tests shall be waived. 11/02104 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS The mixture design report must be certified and signed by a Level IT Specialist and submitted on TxDOT's software forms. The Engineer may verify the mixture design at optimum asphalt content. · • Under Item 304.4. Construction. B. Job-Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 304.4. Construction. J. Ride Quality: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. • Under Item 340.5. Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt, aggregate, and additives. • Under Item 304.6. Pavement: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid per square yard, for "Dense-- Graded Hot Mix Asphalt (Method)". 11/02/04 ASC-27 PARTE SPECIFICATIONS SECTION 02320 TRENCH BACKFILL 181378A.GN1 PARTl GENERAL 1.01 GENERAL A. This specification is applicable for trench backfill on 24-inch and larger pipe. Trench backfill for pipe smaller than 24-inches shall conform to City of Fort Worth Standard Specifications. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 181378.TM 02320 1. American Public Works Association (APW A): Uniform Color Code for Temporary Marking of Underground Utility Locations. 2. ASTM International (ASTM): a. C33, Standard Specification for Concrete Aggregates. b. C94/C94M, Standard Specification for Ready-Mixed Concrete. c. Cl 17, Standard Test Method for Materials Finer than 75 Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. d . C136, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. e. Cl 50, Standard Specification for Portland Cement. f. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. g. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft:3 (600 kN-m!m3)) h . Dl 140, Standard Test Method for Amount of Material in Soils Finer than the No. 200 (75 micrometer) Sieve. 1. D1557, Standard Test Method for Laboratory Compaction Characteristics of Soil using Modified Effort (56,000 ft-lbf/ft:3 (2,700 kN-m!m3)). J. D3776, Standard Test Methods for Mass Per Unit Area (Weight) of Fabric. k. D4253, Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table. I. D4254, Standard Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density. m . D4318, Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 1 MAY 15, 2007 TRENCH BACKFILL 181378A.GN1 n. D4533 , Standard Test Method for Trapezoid Tearing Strength of Geotextiles. o. D4832 , Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. p . D4991, Standard Test Method for Leakage Testing of Empty Rigid Containers by Vacuum Method . q. D5034, Standard Test Method for Breaking Strength and Elongation of Textile Fabrics (Grab Test). 3 . National Electrical Manufacturers Association (NEMA): Z535 .l , Safety Color Code. 1.03 DEFINITIONS A. Base Rock: Granular material upon which manhole bases and other structures are placed. B. Bedding Material: Granular material upon which pipes, conduits, cables, or duct banks are placed. C. Imported Material: Material obtained by Contractor from source(s) offsite. D. Lift : Loose (uncompacted) layer of material. E. Pipe Zone: Backfill zone that includes full trench width and extends from prepared trench bottom to an upper limit above top outside surface of pipe, conduit, cable or duct bank. F. Prepared Trench Bottom: Graded trench bottom after excavation and installation of stabilization material, if required, but before installation of bedding material. G. Relative Compaction: The ratio, in percent, of the as-compacted field dry density to the laboratory maximum dry density as determined by ASTM D698. Corrections for oversize material may be applied to either as - compacted field dry density or maximum dry density, as determined by Engineer. H . Relative Density: As defined by ASTM D4253 and ASTM D4254. I. Selected Backfill Material: Material available onsite that Engineer determines to be suitable for a specific use. J. Well-Graded: A mixture of particle sizes that has no specific concentration or lack thereof of one or more sizes producing a material type that, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. Well-graded does not define any numerical value that must be placed on the coefficient of uniformity, coefficient of curvature, or other specific grain size distribution parameters. 181378.TM 02320 2 MAY 15, 2007 TRENCH BACKFILL 181378A.GN1 1.04 SUBMITTALS A. Action Submittals: 1. Shop Drawings: Manufacturer's descriptive literature for marking tapes . 2. Samples: a . Trench stabilization material. b. Bedding and pipe zone material. c. Earth backfill, if imported. B. Informational Submittals: 1. Catalog and manufacturer's data sheets for compaction equipment. 2. Certified Gradation Analysis: Submit not less than 30 days prior to delivery for imported materials or anticipated use for excavated materials, except for trench stabilization material that will be submitted prior to material delivery to Site. 3 . Controlled Low Strength Material: Certified mix design and test results . Include material types and weight per cubic yard for each component of mix. PART 2 PRODUCTS 2.01 MARKING TAPE A. Nondetectable: 1. For use above all metallic pipe. 2 . Inert polyethylene, impervious to known alkalis, acids, chemical reagents, and solvents likely to be encountered in soil. 3. Thickness: Minimum 5 mils . 4. Width: 6 inches. 5 . Identifying Lettering: Minimum 1-inch high, permanent black lettering imprinted continuously over entire length. 6. Manufacturers and Products: a. Reef Industries; Terra Tape. b. Mutual Industries; Non-detectable Tape. c. Presco; Non-detectable Tape. B. Detectable: Not required. C. Color: In accordance with APW A Uniform Color Code for Temporary Marking of Underground Facilities. 181378.TM 02320 Color* Red Orange Facility Electric power lines, cables, conduit, and lightning cables Communicating alarm or signal lines, cables, or conduit 3 MAY 15, 2007 TRENCH BACKFILL 181378A.GN1 Color* Facilitv Yellow Gas, oil , steam, petroleum, or gaseous materials Green Sewers and drain lines Blue Potable water Purple Reclaimed water, irrigation, and slurry lines * As specified in NEMA Z535 . l , Safety Color Code. 2 .02 ELECTRONIC MARKERS A. For use above all metallic and non-metallic pipes. B. Ball markers for buried water service, blue in color. C . Passive electronic marker which produces a uniform, spherical RF field in all directions. D . Frequency: 145 .7 kHz. E. Product: Tempo Omni Marker, or approved equal. 2.03 TRENCH STABILIZATION MATERIAL A. Base Rock: 1. Clean, hard, durable 3-inch m inus crushed rock or gravel , or pit run, free from clay balls, other organic materials , or debris . 2 . Uniformly graded from coarse to fine , less than 8 percent b y weight passing the 1/4-inch siev e. 2 .04 BEDDING MATERIAL AND PIPE ZONE MATERIAL A. Unfrozen, friable , and no clay balls, roots, or other organic material. B. Clean or gravelly sand with less than 5 percent p a ssing No. 200 sieve , as determined in accordance with ASTM Dl 140, or gravel or crushed rock within maximum particle size and other requirements as follows unless otherwise specified. 181378.TM 023 2 0 1. Duct Banks: 3/4-inch maximum particle size. 2. PVC Irrigation System Piping and Ductile Iron Pipe with Polyethylene Wrap: 3/8-inch maximum particle size. 3. Pipe 18-Inch Diameter and Smaller: 1/2-inch maximum particle size. 4 MAY 15 , 2 007 TRENCH BACKFILL 181378A.GN1 4. Pipe Greater than 18-Inch Diameter: 1-1/2-inch maximum particle size for ductile iron pipe, concrete pipe, welded steel pipe, and pretensioned or prestressed concrete cylinder pipe. a. Crushed stone with gradation requirements as indicated: Sieve Size l" 1/2" 3/8" #4 #8 5. Conduit and Direct-Buried Cable: % Retained 0-10 40 -75 55-90 90-100 95 -100 a. Sand, clean or clean to silty, less than 12 percent passing No. 200 sieve. b. Individual Particles: Free of sharp edges . c. Maximum Size Particle: Pass a No . 4 sieve. d . If more than 5 percent passes No. 200 sieve, the fraction that passes No. 40 sieve shall be nonplastic as determined in accordance with ASTM D4318. 2.05 EARTH BACKFILL A. Soil, loam, or other excavated material suitable for use as backfill . B. Free from roots or organic matter, refuse, boulders and material larger than 1/2 cubic foot, or other deleterious materials. 2.06 PROCESSED EARTH BACKFILL A. Class A and Class C Backfill: Earth backfill, meeting the following additional requirement. 1. Free of boulders and cobbles that would be retained on a 6-inch screen. 2 .07 TOPSOIL AND SEEDING A. To be applied in all non-paved areas. B. As specified in Part D -Special Conditions. 2.08 SOURCE QUALITY CONTROL A . Perform gradation analysis in accordance with ASTM C136 for: 181378.TM 02320 1. Earth backfill, including specified class. 2. Trench stabilization material. 3. Bedding and pipe zone material. 5 MAY 15,2007 TRENCH BACKFILL 181378A.GN1 PART 3 EXECUTION 3 .01 TRENCH PREPARATION A . Water Control: 1. Promptly remove and dispose of water entering trench as necessary to grade trench bottom and to compact backfill and install manholes, pipe, conduit, direct-buried cable, or duct bank. Do not place concrete, lay pipe, conduit, direct-buried cable, or duct bank in water. 2. Remove water in a manner that minimizes soil erosion from trench sides and bottom. 3 . Provide continuous water control until trench backfill is complete. B . Remove foreign material and backfill contaminated with foreign material that falls into trench. 3.02 TRENCH BOTTOM A. Firm Subgrade: Grade with hand tools , remove loose and disturbed material , and trim off high areas and ridges left by excavating bucket teeth. Allow space for bedding material if shown or specified. B. Soft Subgrade: If subgrade is encountered thatmay require removal to prevent pipe settlement, notify Engineer. Engineer will determine depth of overexcavation, if any required . 3 .03 TRENCH STABILIZATION MATERIAL INSTALLATION A. Rebuild trench bottom with trench stabilization material w:here trench has been overexcavated. B. Place material over full width of trench in 6-inch lifts to required grade, providing allowance for bedding thickness. C . Compact each lift so as to provide a firm , unyielding support for the bedding material prior to placing succeeding lifts. 3.04 BEDDING A . Furnish imported bedding material. B. Place over the full width of the prepared trench bottom in two equal lifts when the required depth exceeds 8 inches. C. Hand grade and compact each lift to provide a firm, unyielding surface. 181378.TM 02320 6 MAY 15 , 2007 TRENCH BACKFILL 181378A.GN1 D . Minimum Thickness: As follows: 1. Pipe 15 Inches and Smaller: 4 inches. 2 . Pipe 18 Inches to 36 Inches: 6 inches. 3. Pipe 42 Inches and Larger: 8 inches . E. Check grade and correct irregularities in bedding material. Loosen top 1 inch to 2 inches of compacted bedding material with a rake or by other means to provide a cushion before laying each section of pipe, conduit, direct-buried cable, or duct bank. F. Install to form continuous and uniform support except at bell holes , if applicable, or minor disturbances resulting from removal of lifting tackle. G. Bell or Coupling Holes: Excavate in bedding at each joint to permit proper assembly, welding, and inspection of joint and to provide uniform bearing along barrel of pipe or conduit. 3.05 BACKFILL PIPE ZONE A. Upper limit of pipe zone shall not be less than 12 inches above outside of pipe, unless shown otherwise. B. Restrain pipe, conduit, cables, and duct banks as necessary to prevent their movement during backfill operations. C. Place material simultaneously in lifts on both sides of pipe and, if applicable, between pipes, conduit, cables, and duct banks installed in same trench. 1. Pipe 10-Inch and Smaller Diameter: First lift less than or equal to 1/2 pipe diameter. 2 . Pipe Over 10-Inch Diameter: Maximum 6-inch lifts . D . Thoroughly tamp each lift, including area under haunches, with handheld tamping bars supplemented by "walking in" and slicing material under haunches with a shovel to ensure that voids are completely filled before placing each succeeding lift. E. After the full depth of the pipe zone material has been placed as specified, compact the material by a minimum of three passes with a vibratory plate compactor only over the area between the sides of the pipe and the trench walls . F. Do not use power-driven impact compactors to compact pipe zone material. 181378.TM 02320 Jetting and flooding for compaction are not permitted. 7 MAY 15, 2007 TRENCH BACKFILL 18I378A.GN1 3.06 MARKING TAPE INSTALLATION A. Continuously install marking tape along centerline of all buried piping at depth shown. Coordinate with piping installation drawings. 1. Detectable Marking Tape: Not required. 2. Nondetectable Marking Tape: Install with all piping. 3 .07 ELECTRONIC MARKER INSTALLATION A . Install electronic markers at the following locations on the Project: 1. At each PI on the water line. 2. Where the pipe trench crosses the intersection of a roadway. 3. At each end of a cased/tunneled undercrossing. 4. Every 100 feet where pipe is installed outside of a road right-of-way. 5. Every 100 feet along horizontal curves. 6. At the connection point between the water main and other water distribution or transmission lines , and each PI between the connection and the water main. B. Place the marker over the center of the pipe, in the pipe trench, at depth indicated by the Owner or the marker manufacturer. 3.08 BACKFILL ABOVE PIPE ZONE A. General: 1. Process excavated material to meet specified gradation requirements . 2. Adjust moisture content as necessary to obtain specified compaction. 3 . Do not allow backfill to free fall into the trench or allow heavy, sharp pieces of material to be placed as backfill until after at least 2 feet of backfill has been placed. 4. Do not use power driven impact type compactors for compaction until at least 4 feet of backfill is placed over top of pipe. 5. Backfill to grade with proper allowances for topsoil, crushed rock surfacing, and pavement thicknesses, wherever applicable. 6 . Backfill around structures with same class backfill as specified for adjacent trench unless otherwise shown or specified. 7 . Jetting and flooding for compaction are not permitted . B . Class A Backfill: 181378.TM 02320 1. Place in lifts not exceeding thickness of 9 inches. 2. Mechanically compact each lift to a minimum of 95 percent relative compaction prior to placing succeeding lifts. 8 MAY 15, 2007 TRENCH BACKFILL 181378A.GN1 C. Class C Backfill: 1. Backfill with earth backfill. 2. Leave trench with backfill material neatly mounded across the entire trench width, but not more than 6 inches above the adjacent ground surface. 3. In lawn, garden, or similar type areas , maintain trench level with the existing adjacent grade. 4 . At Other Locations: a. Estimate and provide amount of backfill material required so that after normal settlement, the settled surface will match the adjacent ground surface. b. Neatly windrow material over trench , and remove excess. c. Correct excess or deficiency of backfill material apparent after settlement and within correction period by regrading, and disposing of excess material or adding additional material where deficient. 3.09 REPLACEMENT OF TOPSOIL A. Replace topsoil in top 12 inches of backfilled trench. B. Maintain the finished grade of topsoil even with adjacent area and grade as necessary to restore drainage. 3 .10 MAINTENANCE OF TRENCH BACKFILL A . After each section of trench is backfilled, maintain the surface of the backfilled trench even with the adjacent ground surface until final surface restoration is completed. B. Gravel Surfacing Rock: Add gravel surfacing rock where applicable and as necessary to keep the surface of the backfilled trench even with the adjacent ground surface, and grade and compact as necessary to keep the surface of backfilled trenches smooth, free from ruts and potholes , and suitable for normal traffic flow. C. Topsoil: Add topsoil where applicable and as necessary to maintain the surface of the backfilled trench level with the adjacent ground surface. D. Concrete Pavement: Replace settled concrete pavement at Contractor's sole expense. E. Asphaltic Pavement: Replace settled areas at Contractor's sole expense. F. Other Areas: Add excavated material where applicable and keep the surface of the backfilled trench level with the adjacent ground surface. 181378 .TM 02320 9 MAY 15 , 2007 TRENCH BACKFILL ( 181378A.GN1 3.11 SETTLEMENT OF BACKFILL A. Settlement of trench backfill, or of fill, or facilities constructed over trench backfill will be considered a result of defective compaction of trench backfill. Corrective measures shall be taken, at the direction of the Engineer, at the Contractor's sole expense. 181378.TM 02320 END OF SECTION 10 MAY 15 , 2007 TRENCH BACKFILL 181378A.GN1 SECTION 02401 BORE AND JACK OR TUNNELED UNDERCROSSINGS PARTl GENERAL 1.01 WORK INCLUDED A. This section covers installation of trenchless undercrossings of railroads, public roads, and other locations as shown on the Drawings, installed by bore and jack or tunneling methods. B. Permits have been obtained by Owner. In the event of a conflict between these Specifications and permit requirements, the more stringent shall apply. 1.02 DEFINITIONS A. Bore and Jack: Technique using an auger to bore a hole and jacks to advance casing pipe while removing spoil in casing via auger flighting, hand excavation with muck carts or conveyor belts, or other methods. B. Tunneling: Excavation by hand with initial support provided by steel liner plate. 1.03 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Petroleum Institute (API): SL, Line Pipe. 2. American Water Works Association (A WW A): a. C200, Steel Water Pipe -6 in. (150 mm) and Larger. 3. ASTM International (ASTM): a. Al39, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS 4 and Over). 1.04 DESIGN CRITERIA A. Design shaft excavation support systems to withstand lateral earth pressures, ground loads, unrelieved hydrostatic pressures, bottom heave, equipment loads, applicable traffic and construction loads, and other surcharge loads to allow safe construction of shafts without appreciable movement or settlement of ground, and to prevent damage to or movement of adjacent structures, streets, utilities and trees. B. Design steel casing or steel liner plate to withstand full overburden pressure, potential hydrostatic pressures, applicable highway or railroad loads, possible construction surcharge loads, and jacking forces. 181378.TM 02401 1 MAY 15, 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS 181378A.GN1 C. Design excavation support system, casing or liner plate support system, and excavation methods to be compatible with geologic conditions described in Geotechnical Report. 1.05 SUBMITIALS A. The following submittals are required: 1. Qualifications listing as per Item 1.6, QUALIFICATIONS . 2. Jacking and receiving shaft/pit design. 3. Jacked casing or liner plate tunnel design, including steel material typ e, outside diameter, wall thickness and joint configuration. Also include jacking forces on casing. 4. Boring and jacking or tunneling plan, including proposed methods to maintain and check proper line and grade . In addition, provide plan fo r monitoring surface movements. 5. Means and method of dewatering. 6. Details of casing spacers, including recommended spacing. 7. Method to avoid flotation of pipe when grouting annular space. 8. Preconstruction survey data. 9. Written logs of daily measurements of horizontal and vertical location of casing or initial tunnel support. 10. Written logs of daily measurements of surface monitoring points . B. Submittals for facilities requiring design shall be signed and sealed by a professional civil or structural engineer registered in the State of Texas. 1.06 QUALIFICATIONS A. Bore and jack or tunneling operations shall be performed by a qualified Contractor with at least 4 years of experience involving work of a similar nature. PART 2 PRODUCTS 2.01 CASING FOR JACKED UNDERCROSSINGS A. Fabricated in sections in accordance with A WW A C200, ASTM Al39 Grade B, API 5L Grade B, or API 5L Grade X42 . B. Hydrostatic testing of steel pipe used for casings is not required . C. No exterior coating or interior lining is required . D. Pipe ends shall be beveled for welding. 181378.TM 02401 2 MAY 15 , 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS 181378A.GN1 E. Furnish casing pipe with 2-inch diameter preformed grout holes at centerline and crown for pressure grouting . Spacing of grout holes shall not exceed 15 feet. F. Minimum casing diameter and wall thickness for steel casing, as follows. The wall thickness shown in the table below may be increased if necessary to withstand installation forces. Smooth Steel Pipe Casin2 Diameter (Inches) Minimum Thickness (Inches) <30 0.500 72 0 .625 G . Minimum casing diameter for other undercrossings shall allow for 6 inches of clearance between the maximum outside diameter of the carrier pipe and the inside diameter of the casing. H . Minimum wall thickness for other undercrossings shall be sufficient to handle the loading conditions identified in paragraph 1.4, DESIGN CRITERIA. 2 .02 TUNNEL LINER PLATE A. Tunnel Diameter: Large enough to allow for a minimum of 6 inches of clearance between the maximum outside diameter of the carrier pipe and the inside diameter of the steel liner plate flange. B . Standard 2-flange or 4-flange plate of sufficient gauge to handle the loading conditions identified in paragraph 1.4 , DESIGN CRITERIA. C. Pressure Grouting Nipples: Furnish with 2 inch pipe nipples at spring line and crown on 15-foot centers. D. No coating or galvanizing of the plates is required . E . Manufacturers: 1. Contech Construction Products , Inc. 2. American Commercial, Inc. 2.03 GROUT FOR FILLING VOIDS OUTSIDE CASING A. Neat cement grout with a minimum compressive strength of 500 psi . 181378 .TM 02401 3 MAY 15 , 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS 181378A.GN1 2.04 FILL MATERIAL FOR ANNULAR SP ACE BETWEEN CASING PIPE AND CARRIER PIPE A. Low density cellular concrete (grout) with a minimum compressive strength of 500 psi . 2.05 CASING SPACERS A. Fabrication: 1. Spacer Band Material: Carbon steel coated with fusion bonded epoxy or PVC . 2. Spacer Liner Material: PVC or neoprene. 3. Spacer Width: As recommended by spacer manufacturer for the specific application and a maximum as indicated in the Drawings. 4. Spacer Runners: a. Suitable for supporting weight of carrier pipe. b. Manufactured of material having a low coefficient of friction and designed to support the carrier pipe without damage or excessive wear. 5. Size: Sufficient to provide a minimum clearance of 4 inches between outside of carrier pipe bells or couplings and inside of casing. 6. Spacers shall provide dielectric insulation between carrier pipe and casing or tunnel liner plate. B. Manufacturers: 1. Pipeline Seal and Insulator, Inc. (PSI), Houston, TX. 2. Advance Products and Systems, Inc., Lafayette, LA. 3. Approved alternate. PART 3 EXECUTION 3.01 GENERAL A. Carrier in undercrossing/tunnel shall be installed by bore and jack method with steel casing pipe unless tunnel liner plate is explicitly shown in the Drawings as an acceptable, or required, alternate method. 3.02 EXISTING UTILITIES A. Confirm location of all known existing utilities prior to start of shaft/pit excavation and pipe installation. 181378.TM 02401 4 MAY 15, 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS 181378A.GN1 3.03 SHAFT/PIT INSTALLATION A. Notify Engineer not less than 10 working days before beginning shaft excavation. B. Methods of construction for shafts/pits shall be such as to ensure the safety of the Work, Contractor's employees, the public, existing utilities, and adjacent property and improvements, whether public or private. C. Before beginning construction of shaft/pit, adequately protect existing structures, utilities , trees, shrubs, and other existing facilities. D. Provide complete groundwater control for excavations at all times . E. Perform shaft/pit excavations using methods appropriate for the temporary support system. F. Place fencing, gates, lights, and signs, as necessary around shafts and staging areas to provide for public safety. G. Inspect shaft/pit excavations daily to check safety of excavation and structural integrity of support system. 3 .. 04 EQUIPMENT SELECTION A. Select necessary equipment and methods to install casing and carrier pipe as shown on Drawings. Selected equipment shall be capable of accurate alignment and grade control, and shall protect against subsidence or other disturbance of ground, existing utilities, existing road surfaces, existing railroad facilities, and other existing structures . 3.05 CASING INSTALLATION -BORE AND JACK METHOD A. Verify casing pipe minimum wall thickness is adequate for anticipated jacking loads. B. Bentonite slurry may be used to lubricate exterior of casing during installation. C . Hole diameter shall not exceed outside diameter of casing pipe by more than 1 inch. D. Where unstable soil conditions are found to exist, conduct boring operations in a manner that will not be detrimental to facility being crossed. 181378.TM 02401 5 MAY 15, 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS I8l378A.GN1 E. Tolerance shall be as follows: 1. Line Tolerance: 3 inches, maximum. 2 . Grade Tolerance 3 inches, maximum. F. Provide means of checking line and grade at least once a day to confirm allowable tolerance has been achieved . G. Provide means of steering casing to ensure allowable tolerance can be achieved . H . Casing joint welds shall be continuous, complete joint penetration (CJP) butt joint welds as required for rigid and watertight connections. I. If necessary to abandon a bored hole, remedial measures shall be taken by Contractor, subject to review by Engineer and approval of Owner of facility being crossed. 3.06 LINER PLATE TUNNEL INSTALLATION A . Liner plate shall be assembled in accordance with the manufacturer's instructions. B. Care shall be exercised to mine as neatly as possible to minimize voids and to obtain good plate-to-ground contact. C. Provisions for providing continuous face control, such as breasting boards or poling plates, shall be available at the tunnel at all times . 3.07 CORRECTION OF GRADE A. If required grade tolerance has not been achieved, use one of the following methods to correct grade: 1. Place concrete or grout in invert of casing as required to achieve proper grade. 2 . Use casing spacers of varying height. 3. Install rails inside casing that allows complete grout or sand encasement. 3.08 MONITORING OF SURFACE MOVEMENT A. Perform a preconstruction survey of road surfaces, railroad tracks, and all structures or facilities within 50 feet of tunneled area. Record horizontal coordinates and elevations. Mark location of where measurements were tak en . Monitor movement of road surfaces , railroad tracks , and other structures o r facilities on a daily basis and provide results to Engineer. Stop operations if movement exceeds 1/4 inch and immediately notify Engineer. 181378 .TM 02401 6 MAY 15, 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS l8I378A.GN1 B. If excessive movement (1/4 inch or greater) occurs , or if nearby structures or facilities are damaged from bore and jack/tunnel installation, Contractor shall repair to like-new condition at Contractor's own expense. 3 .09 GROUTING BORED AND JACKED CASINGS OR TUNNEL LINER PLATES A. Exterior Voids: 1. After casing has been jacked into position or periodically during installation of liner plate, pressure grout through grout holes provided to fill voids outside of casing or liner. 2. Start grouting at centerline hole at one end and pump grout until grout appears in grout hole at crown, then start grouting through opposite spring line hole until grout appears at hole in crown. 3. Grout through hole at crown until grout appears in next set of holes along casing. 4. Plug holes at starting point and move to next set of holes and repeat grouting sequence until full length of casing has been grouted . 3 .10 CARRIER PIPE INSTALLATION A . Entire length of casing or liner plate shall be installed complete and inspected and approved by Engineer before any carrier pipe is placed therein. Repair defects in casing pipe or leakage at joints. B. Install casing spacers to each length of carrier pipe in such a manner that electrical continuity will not occur between casing pipe and carrier pipe . Spans between spacers shall be per casing spacer manufacturer's recommendations. C. Check each joint makeup and pipe segment prior to pushing carrier pipe segments into casing. D. Install joint bonds prior to pushing carrier pipe into casing. Conduct electrical isolation testing in accordance with Section 13985 , Pipe Bonding and Test Stations , to prove electrical isolation before filling casing or connecting carrier pipe to adjacent pipeline sections. 3.11 CASING PIPE AND CARRIER PIPE ANNULAR SPACE A. Fill annular space with low density cellular grout using low pressure grouting equipment. B. Provide a positive means of preventing collapse or flotation of carrier pipe. 181378.TM 02401 7 MAY 15, 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS 181378A.GN1 3 .12 BACKFILLING OF SHAFTS/PITS A. Seal shaft/pit opening and backfill at shafts when no longer required . B. Backfill shall be as specified in the Drawings and other specifications. 3 .13 TEST STATIONS A . Installation of cathodic protection test stations shall conform to Section 13985 , Pipe Bonding and Test Stations. 181378 .TM 02401 END OF SECTION 8 MAY 15 , 2007 BORE AND JACK OR TUNNELED UNDERCROSSINGS SECTION 02500 CONVEYANCE PIPING-GENERAL 181378A.GN1 PART 1 GENERAL 1.01 GENERAL A. This specification is applicable for 24-inch and larger pipe. Pipe that is smaller than 24-inches shall conform to City of Fort Worth Standard Specifications. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 181378 .TM 02500 1. American Concrete Institute (ACI): 301, Standard Specification for Structural Concrete. 2. ASTM International (ASTM): a . A497, Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. b. A615/A615M, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. c. C94/C94M, Standard Specification for Ready-Mixed Concrete. d. Cl 50, Standard Specification for Portland Cement. 3. American Water Works Association (A WW A): a. C 110/ A21.10, Ductile-Iron and Gray-Iron Fittings, 3 in. Through 48 in. (75 mm Through 1200 mm), for Water and Other Liquids. b. Cl 15 / A2 l. l 5, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. c. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 in. Through 144 in. (100 mm Through 3,600 mm). d. C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. e. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. f. C2 l 7, Cold-Applied Petroleum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines. g. C219, Bolted, Sleeve-Type Couplings for Plain-End Pipe. h. C221, Fabricated Steel Mechanical Slip-Type Expansion Joints . i . C606, Grooved and Shouldered Joints. 4. NSF International (NSF): 61B, Drinking Water System Components - Health Effects . 1 MAY 15,2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 1.03 DESIGN REQUIREMENTS A. Where pipe class or wall thickness is not indicated , design piping system for maximum stress based on test pressure, earth loads , and traffic loads; or , empty pipe with earth and traffic loads given the following: 1. Operating Pressure: 150 psi. 2. Field Hydrostatic Test Pressure: 225 psi. 3. Transient Plus Operating Pressure: 200 psi. 4. Earth Loads: 5 feet cover minimum, 17 feet cover maximum . 5. Soil Unit Weight: 125 lb /ft 3 . 6. Traffic Loads: H-20. 7 . Diameter: Mainline pipe is 48" diameter, which represents the inside diameter of the pipe after lining application . 8. Thermal Change: 30 degrees F cooling from installation temperature to water temperature . 9. Allowable Vacuum: 5.5 psi (below atmospheric pressure). 10. Allowable E' Value: 2,500 psi . 11. Thrust Force in All Restrained Pipe : Test pressure times area. 1.04 SUBMITTALS A. Action Submittals : 1. Detailed pipe fabrication drawings showing pipe details , special fittings and bends, dimensions, coatings, bulkheads for hydrostatic testing, if applicable, and other pertinent information. 2. Layout drawing showing location of each pipe section and each special length. 3. Pipe pressure class. 4. Wall thickness, reinforcing, and strength calculations for pipe, pipe joints, fittings, and fitting joints. 5. Product Data: Manufacturer's data for couplings , saddles, gaskets, and other pipe accessories. Indicate maximum rated working pressure and test pressure for each item. B . Informational Submittals: 181378.TM 02500 1. Provide manufacturer's certificate(s) in accordance with relevant Specification Sections for pipe material being utilized. ·2. Field Testing Plan: Submit at least 15 days prior to testing and include at least the following information: a . Testing dates. b . Piping system and sections to be tested . c. Method of isolation . d. Method of conveying water from source to system being tested. e . Calculation of maximum allowable leakage for piping section s to be tested. 2 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 1.05 DELIVERY, STORAGE, AND HANDLING A. In accordance with manufacturer's recommendations and as specified in individual Specification(s) following this section. B. Marking at Plant: Mark each pipe and fitting at plant. Include date of manufacture, manufacturer's identification, specification standard, diameter of pipe, pipe class, pipe number for laying purposes, and other information required for type of pipe. C. Pipe, specials, and fittings received at Project Site in damaged condition will not be accepted. D. Gasket Storage: Store rubber gaskets in cool, well ventilated place, and do not expose to direct rays of sun. Do not allow contact with oils, fuels, petroleum, or solvents. E . Store and support pipe securely to prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. F. Handling: 1. Pipe shall be handled with proper equipment in a manner to prevent distortion or damage. Use of hooks, chains, wire ropes, or clamps that could damage pipe, damage coating or lining, or kink and bend pipe ends is not permitted. 2. Use heavy canvas, or nylon slings of suitable strength for lifting and supporting materials. 3. Lifting pipe during unloading or lifting into trench shall be done using two slings placed at quarter point of pipe section. Slings shall bear uniformly against pipe. 4. Pipe and fittings shall not be stored on rocks or gravel, or other hard material that might damage pipe. This includes storage area and along pipe trench. PART 2 PRODUCTS 2.01 PIPE A. As specified in the individual Specification(s) following this section. 2.02 JOINTS A. As specified in the individual Specification(s) following this section. 181378.TM 02500 3 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 2 .03 COUPLINGS A. General: 1. Coupling linings for use in potable water systems shall be in conformance with NSF 61B. 2. Couplings shall be rated for appropriate operating pressure and hydrostatic test pressure. 3. Exposed, bolted, sleeve-type couplings shall be lined and coated with fusion bonded epoxy in accordance with A WW A C2 l 3 . 4. Buried, bolted, sleeve-type couplings shall be lined and coated with fusion-bonded epoxy in accordance with A WW A C213 and wrapped with petroleum wax tape in accordance with A WW A C217. B. For Pipe with Plain-Ends: 1. Bolted, sleeve-type coupling, in accordance with A WW A C2 l 9. a. Manufacturer of couplings shall observe same quality controi requirements as specified in A WW A C22 l for fabrication of pipe expansion joints. b . Unless thrust restraint is provided by other means , bolted, sleeve- type couplings shall be harnessed. Harness details shall be in accordance with requirements of appropriate reference standard or as shown on Drawings. C. For Pipe with Flanged Ends: 1. Flanged coupling adapters, in accordance with A WW A C2 l 9. 2. Dismantling joints for connecting flanged pipe shall be A WW A C2 l 9 compliant. Provide studs and nuts to seal gasket separate and independent from tie-bar restraint system. D. Bolting Materials: Type 304 stainless steel. 2.04 SLAB, FLOOR, WALL, AND ROOF PENETRATIONS A. Modular Mechanical Seal: 181378 .TM 02500 1. Type: Interconnected synthetic rubber links shaped and sized to continuously fill annular space between pipe and wall sleeve opening. 2. Assemble interconnected rubber links with Type 316 stainless steel bolts, nuts, and pressure plates. 3 . Size modular mechanical seals according to manufacturer's instructions for the size of pipes shown to provide a watertight seal between pipe and wall sleeve opening. 4 MAY 15 , 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 4 . Manufacturers and Products: a. Thunderline/LinkSeal , Div. Of PSI, Houston, TX; Link Seal. b . Calpico, Inc., South San Francisco, California; Sealing Lime c. Advance Products and Systems, Lafayette, Louisiana; Innerlynx. B. Wall Sleeves: 1. Diameter, ends , and length shall be as shown on Drawings . 2 . Shall include integral seep ring to minimize seepage between metal sleev e and concrete . C. Wall Couplings: 1. Diameter, ends, and length shall be as shown on Drawings. 2. Wall couplings shall provide flexible mechanical joint. 3. Body and end rings shall be coated with fusion bonded epoxy. 4. Body shall include integral seep ring. 5. ShallcomplywithAWWAC219. 2.05 FLANGES , FLANGE GASKETS , AND BOLTING MATERIALS A. As specified in individual specifications following this section. B. Flanges , bolting materials, and flange gaskets for steel flanges shall conform to AWWA C207 . C. Flanges , bolting materials, and flange gaskets for ductile iron flanges shall conform to AWWA CllO and AWWA Cl 15. 2.06 FLANGE INSULATION KITS AND INSULATING COUPLINGS A. Flange Insulation Kit Manufacturers : 1. Pipeline Seal and Insulator, Inc ., Houston, Texas . 2. Central Plastics Co., Shawnee, Oklahoma. 3. Calpico , Inc., South San Francisco, California. 4. Advance Products and Systems, Lafayette, Louisiana. B. Insulating Couplings : 181378.TM 02500 1. Bolt holes , sized as required. 2 . Manufacturers and Products: a. Dresser Industries; Style 39. b . B aker Coupling Company, Inc.; Series 216. c . Romac Industries ; Style IC501 . 5 MAY 15 , 2007 CONVEYANCE PIPING -GENERAL I81378A.GN1 2.07 CONCRETE FOR THRUST BLOCKS A. Thrust blocking is not allowed. Thrust restraint shall be accomplished by restrained joints, as required in individual specifications following this section. 2.08 PIPE LOCATING TAPE A . As specified in Section 02320, Trench Backfill. 2.09 PIPE BEDDING AND PIPE ZONE MATERIAL A. As specified in Section 02320, Trench Backfill. 2.10 TRENCH STABILIZATION MATERIAL A . As specified in Section 02320, Trench Backfill. PART 3 EXECUTION 3.01 GENERAL A. Field fabrication of pipe and fittings is not allowed without prior approval of the Engineer. B. Furnish feeler gauges of proper size, type , and shape for use during installation for each type of pipe furnished. C. Distributing Materials : Place materials along trench only as will be used each day, unless otherwise approved by Engineer. Placement of materials shall not be hazardous to traffic or to general public, obstruct access to adjacent property, or obstruct others working in area. 3.02 EXAMINATION A. Verify size, material, joint types, elevation, and horizontal location of existing pipeline to be connected to new pipeline or new equipment. B . Inspect size and location of structure penetrations to verify adequacy of w all pipes, sleeves, and other openings. C. Damaged Coatings and Linings: Repair using coating and lining materials in accordance with manufacturer's instructions. 181378.TM 02500 6 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 3.03 PREPARATION OF TRENCH A. Prepare trench as specified in Section 02320, Trench Backfill. B. Unless otherwise permitted by Engineer, maximum length of open trench shall not exceed 200 feet. 3.04 INSTALLATION A. General: 1. Join pipe and fittings in accordance with manufacturer's instructions, unless otherwise shown or specified. 2. Install individual pipe lengths according to approved lay diagram. Misplaced pipe shall be removed and replaced. 3. Inspect pipe and fittings before installation, clean ends thoroughly, remove foreign matter and dirt from inside. 4. Flanged Joints: a. Install perpendicular to pipe centerline. b. Bolt Holes: Straddle vertical centerline, aligned with connecting equipment flanges or as shown on Drawings . c. Use torque-limiting wrenches to provide uniform bearing and proper bolt tightness. d. Flange Type: Use flat-faced flange when joining with flat-faced ductile or cast iron flange .. 5. Couplings: a. Install in accordance with manufacturer's written instructions . b . Before coupling, clean pipe holdback area of oil , scale, rust , and dirt. c. Remove pipe coating, if necessary, to obtain smooth surface or as recommended by the coupling manufacturer. d. Clean gaskets before installation. e . If necessary, lubricate with gasket lubricant for installation on pipe ends. f. Tighten coupling bolts progressively, drawing up bolts on opposite sides gradually until bolts have uniform tightness . B. Buried Pressure Pipe: 181378.TM 02500 1. Concrete Encased or Embedded Pipe: Do not encase joints in concrete, unless specifically shown on Drawings. 2. Placement: a . Keep trench dry until pipe laying, joining, and backfill is completed . b . Exercise care when lowering pipe into trench to prevent twisting or damage to pipe. c. Measure for grade at pipe invert, not at top of pipe. 7 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 d. Excavate trench bottom and sides of ample dimensions to permit proper joining, welding, visual inspection, and testing of entire joint. e. Prevent foreign material from entering pipe during placement. f. Close and block open end of last laid pipe section when placement operations are not in progress and at close of day's work. g. In general , lay pipe upgrade with bell ends pointing in direction of laying. h. Deflect pipe at joints for pipelines laid on a curve using unsymmetrical closure of spigot into bell . If joint deflection of standard pipe lengths will not accommodate horizontal or vertical curves in alignment, provide: I) Shorter pipe lengths . 2) Special mitered joints. 3) Standard or special fabricated bends. 1. Check gasket position with feeler gauge to assure proper seating. J. After joint has been made, immediately check pipe alignment and grade. k. Place sufficient pipe zone material to secure pipe from movement before next joint is installed. 1. Prevent uplift and floating of pipe prior to backfilling. 3. Tolerances: a. Deviation From Horizontal Line: Maximum 2 inches. b . Deviation From Vertical Line: Maximum I inch. c . Joint Deflection: Maximum of75 percent of manufacturer's recommendation. d. Horizontal position of pipe centerline on alignment around curves maximum variation of I foot from position shown. 4. Cover Over Top of Pipe: Minimum 5 feet, unless otherwise shown. 5. Disposal of Excess Excavated Material: Contractor shall be responsible for disposing of all excess material off site. 3.05 THRUST RESTRAINT A. Location: At pipeline tees, plugs, caps, bends, and locations where unbalanced forces exist. Restraint requirements are discussed in the individual pipe specifications. B. Thrust Blocking: Concrete thrust blocks will not be used on this project. 3 .06 CORROSION PROTECTION A. Buried Pipe: As specified in the individual specifications following this section. B. Notify Engineer at least 3 days prior to start of surface preparation, coating application, and corrosion protection work. 181378 .TM 02500 8 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 3.07 PLACEMENT OF PIPE LOCATING TAPE A. Place pipe locating tape in accordance with Section 02320, Trench Backfill. 3.08 PIPE BEDDING AND ZONE MATERIAL A. Place pipe bedding and pipe zone material in accordance with Section 02320, Trench Backfill. 3.09 FIELD QUALITY CONTROL A. Hydrostatic Testing: 181378.TM 02500 1. Pipeline Hydrostatic Test: a. General: 1) Notify Engineer in writing 5 days prior to testing. Perform testing in presence of Engineer. 2) Test newly installed pipelines and isolation valves . Using water as a test medium, pipes and valves shall successfully pass a leakage test prior to acceptance. a) It is the intent of these Contract Documents that the entire length of the pipeline, and both sides of every isolation valve (all mainline valves) shall be pressure tested under test pressure conditions as listed in Section 1.02 Design Requirements, of this Specification. b) Hydrostatic testing shall be performed on each side of all isolation valves. Each valve may be tested in the · field (installed) as part of the pipeline hydrostatic pressure test, or in the plant, prior to shipping to the job site. If testing is performed in the field as part of the pipeline hydrostatic test, no additional leakage allowance will be provided for hydrostatic testing against the valves. If the Contractor chooses to have the valves tested at the manufacturer's plant, the Contractor shall provide submittals for each valve indicating zero leakage on each side of the valve for a test duration of 15 minutes under the test pressure indicated in Section 1.02 Design Requirements, of this Specification. During hydrostatic testing on each valve, the non-pressurized side of each valve shall be maintained at atmospheric pressure for the entire duration of the test. Each side of each mainline valve installed on the project shall be hydrostatic pressure tested and pass the zero leakage test prior to acceptance. c) The maximum length for hydrostatic testing of individual pipe segments is between isolation valves. 9 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378.TM 02500 181378A.GN1 The Contractor may choose to perform hydrostatic tests for shorter segments of pipeline through the installation of internal bulkheads , or other means as approved by the Engineer. Contractor shall provide a hydrostatic test submittal to include bulkhead locations, restraint methods, structural calculations to verify integrity of pipe/bulkhead connection under test pressure, testing schedule, and proposed method for removal of temporary bulkhead upon completion of test. 3) Furnish testing equipment and perform tests in manner satisfactory to Engineer. Testing equipment shall provide observable and accurate measurements ofleakage under specified conditions . 4) Isolate new pipelines that are connected to existing pipelines. 5) Conduct field hydrostatic test on buried piping after trench has been completely backfilled. Testing may, as approved by Engineer, be done prior to placement of asphaltic concrete or roadway structural section. 6) Contractor may, if field conditions permit and as determined by Engineer, partially backfill trench and leave joints open for inspection and conduct an initial service leak test. Final field hydrostatic test shall not, however, be conducted until backfilling has been completed as specified above. 7) Supply of temporary water shall be as stated in Part D, Special Conditions. b. Procedure : 1) Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. 2) Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. 3) For cement-mortar lined pipe, saturate lining at least 24 hours prior to test. 4) Test Pressure: As specified in this section. Measured at low point of pipeline. 5) Apply and maintain specified test pressure with hydraulic · force pump. Valve off piping system when test pressure is reached. 6) Maintain hydrostatic test pressure continuously for 2 hours minimum, adding additional make-up water only as necessary to restore test pressure. 7) Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. 10 MAY 15, 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 8) If measured leakage exceeds allowable leakage or if leaks are visible, repair defective pipe section and repeat hydrostatic test. c. Allowable Leakage: 1) Welded Steel Pipe: No leakage shall be allowed for pipe with welded joints. Maximum allowable leakage for 0-ring rubber gasket joints shall not exceed 2 gallons per inch of diameter per mile per 2 hours . 2) Ductile Iron Pipe: Maximum allowable leakage shall not exceed that stated in A WW A C600. 3) Bar-Wrapped Concrete Cylinder Pipe: Maximum allowable leakage shall not exceed 10 gallons per inch of diameter per mile of pipe per 24 hours . d . Hydrostatic Test shall be performed for each individual pipeline segment between isolation valves, and between isolation valves and begin/end connection of project. 3.10 CLEANING AND DISINFECTION A. Following assembly and testing, and prior to disinfection and final acceptance, flush pipelines with water at 2 .5 fps minimum flushing velocity until foreign matter is removed. B. If impractical to flush large diameter pipe at 2 .5 fps, clean pipe in-place from , inside by brushing and sweeping, then flush or blow line at lower velocity. C. Remove accumulated debris through blowoffs 2 inches and larger or by removing spools and valves from piping. D. Disinfection: As specified in Part D -Special Conditions, Item D-52.9 , and other referenced specifications. 181378.TM 02500 END OF SECTION 11 MAY 15 , 2007 CONVEYANCE PIPING -GENERAL 181378A.GN1 SECTION 02501 WELDED STEEL PIPE, SPECIALS, AND FITTINGS PARTl GENERAL 1.01 GENERAL A. This specification is applicable for 24-inch and larger pipe. Pipe that is smaller than 24-inches shall conform to City of Fort Worth Standard Specifications. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 181378.TM 02501 1. American Society of Mechanical Engineers (ASME): a. B16.9, Factory-Made Wrought Steel Buttwelding Fittings. b. B36.10M, Welded and Seamless Wrought Steel Pipe. c . BPVC SEC V, Nondestructive Examination. d. BPVC SEC VIII, Div. 1, Rules for Construction of Pressure Vessels. e. BPVC SEC IX, Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators. 2. American Society for Nondestructive Testing Inc. (ASNT): SNT-TC-1 A, Personnel Qualification and Certification in Non-Destructive Testing. 3. American Water Works Association (A WW A): a. C200, Steel Water Pipe-6 inch (150 mm) and Larger. b. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines -Enamel and Tape -Hot-Applied. c. C205, Cement-Mortar Protective Lining and Coating for Steel Water Pipe -4 in. (100 mm) and Larger -Shop Applied. d. C206, Field Welding of Steel Water Pipe. e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C209, Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. g. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. h. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. 1. C214, Tape Coating Systems for the Exterior of Steel Water Pipelines . J. C215, Extruded Polyolefin Coatings for the Exterior of Steel Water Pipelines. 1 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378.TM 02501 181378A.GN1 k. C216, Heat-Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections , and Fittings for Steel Water Pipelines. l. C218 , Coating the Exterior of Abov eground Steel Water Pipelines and Fittings. m. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings. n. C602 , Cement-Mortar Lining of Water Pipelines in Place -4 in. (100 mm) and Larger. o . Ml 1 (Manual), Steel Pipe -A Guide for Design and Installation. 4. American Welding Society (AWS): a. A2.4 , Standard Symbols for Welding, Brazing, and Nondestructive Examination. b . A3 .0, Standard Welding Terms and Definitions. c. D 1.1, Structural Welding Code -Steel. d. QC 1, Standard for AWS Certification of Welding Inspectors . 5 . ASTM, International (ASTM): a. A20, Standard Specification for General Requirements for Steel Plates for Pressure Vessels. b . A53 /A53M, Standard Specification for Pipe, Steel , Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. c . AI06, Standard Specification for Seamles s Carbon Steel Pipe for High-Temperature Service. d. A234/A234M, Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service . e. A370 , Standard Test Methods and Definitions for Mechanical Testing of Steel Products . f. A435 /A435M, Standard Specification for Straight-Beam Ultrasonic Examination of Steel Plates. g. A516 / A516M, Standard Specification for Pressure Vessel Plates , Carbon Steel, for Moderate-and Lower-Temperature Service. h. A572/ A572M, Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. 1. A 770/ A 770M, Standard Specification for Through-Thickness Tension Testing of Steel Plates for Special Applications . J . AI018/A1018M, Standard Specification for Steel , Sheet and Strip, Heavy Thickness Coils Hot Rolled , Carbon, Structural, High-Strength and Low-Alloy, Columbium or Vanadium and High-Strength Low-Alloy with Improved Formability. k. D4541 , Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers . l. E329 , Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. m. E1255 , Standard Practice for Radioscop y. 6 . International In stitute of Welding (IIW). 2 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 7. International Organization for Standardization (ISO). 8. NSF International (NSF): a. 60, Drinking Water Treatment Chemicals -Health Effects. b. 61, Drinking Water System Components -Health Effects . 9. Steel Pipe Fabricators Association (SFP A). 1.03 DEFINITIONS A. Fittings and Specials: Including, but not limited to fittings, closure pieces, bends, elbows, reducers, tees, wyes, bifurcations, crosses, outlets, manifolds, nozzles, wall sleeves, bulkheads, and other piping and appurtenances fabricated from steel plate, sheet, or coils as required to provide the Work, complete. Specials shall also include piping above ground or inside structures. B. Acronyms: l. CJP: Complete Joint Penetration. 2. CWI: Certified Welding Inspector. 3. MT: Magnetic Particle Testing. 4 . NDE: Nondestructive Examination. 5 . NDT: Nondestructive Testing. 6. PJP: Partial Joint Penetration. 7 . PQR: Procedure Qualification Record. 8. PT: Liquid Penetrant Testing. 9. RT: Radiographic Testing. I 0. UT: Ultrasonic Testing. 11. VT: Visual Testing. 12. WPQ: Welder/Welding Operator Performance Qualification. 13. WPS: Welding Procedure Specification. 1.04 DESIGN REQUIREMENTS A. Fittings and Specials: 181378.TM 02501 1. Design reinforcement, unless otherwise shown. 2. Design in accordance with A WW A Manual Ml 1, A WW A C200, and AWWAC208. 3. Design fittings, specials, associated joints and all field and shop welds with load capacities equal to or greater than those of connecting pipe segments. 4. Design bulkhead, closure, or test plug, as needed for closure of sections and for field hydrostatic testing. 5. Design and locate weld lead outlets as needed. 6. Design and locate flushing and sampling ports, as needs, for hydrostatic testing and disinfection. 3 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS l8I378A .GN1 B. Pipe Layout: Design complete pipeline layout, in accordance with A WW A Manual Ml 1: 1. General: a. Base stationing and elevation convention as shown on Drawings . b . Maximum Laying Lengths: 1) Not limited, unless specifically shown. 2) Select lengths to accommodate installation operation. 2. Include, as Minimum: a. Specific number, location, and direction of each pipe, joint, and fitting or special. Number each pipe in installation sequence. b. Station and invert elevation at changes in grade or horizontal alignment. c. Station and invert elevation to which bell end of ea(i pipe will be laid. d. Elements of curves and bends, both in horizontal and vertical alignment. e. Location of mitered pipe sections, beveled ends for alignment conformance, butt straps, and deep bell lap joints for temperature stress control. f. Location of closures, cutoff sections for length adjustment, temporary access manways, vents, and weld lead outlets for construction convenience. 1) Provide for adjustment in pipe laying headings and to conform to indicated stationing. 2) Changes in location or number will require Engineer approval. g. Location of bulkheads , both those shown and/or as Contractor requires for hydrostatic testing of pipeline. h. Location and design of all thermal control joints. C . Welding Procedure Specification (WPS): 181378.TM 02501 1. Qualified by testing in accordance with ASME BPVC SEC IX for shop welds and A WS D 1.1 for field welds. 2 . PQRs conducted on unlisted base metal (most coil products are unlisted base metals) to be production welded as required in the referenced welding Code shall be traceable to heat lots . 3. Written WPS required for welds , both shop and field. 4. Notch-tough welding that requires heat input control shall be required : a. A WS D 1.1 prequalified welding procedures are not allowed. b. WPS used to shop fabricate pipe shall be qualified in accordance with ASME BPVC SEC IX and shall include Supplementary Essential Variables. c. WPS used to field install pipe shall be qualified for heat input control in accordance with A WS D 1.1. 4 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GN1 d. PQRs shall be qualified for notch-tough welding with consideration for thickness of steel, test temperature, and Charpy V-notch CVN values. Refer to A WS D 1.1, Annex III Requirements for CVN Testing, Option A (three specimens). Using this test procedure select test temperature and minimum average energy level for Charpy Testing, the welding position as it may relate to heat input on the heat affected zone (HAZ) test results, and the orientation of the test plates as these relate to the longitudinal or transverse properties of the HAZ. D. Stulling (Strutting): 1. Design stulling for pipe, specials, and fittings such that damage is avoided during handling, storage, and installation. 2. Design such that pipe deflection is prevented and to support backfill , plus backfilling and compaction equipment loads . 1.05 SUBMITI ALS A. Action Submittals: 181378 .TM 02501 1. Shop Drawings showing pipe layout. 2. Material list and steel reinforcement schedules for materials specified. 3. Fabrication Information: a. Design calculations for fittings and specials including opening reinforcement details of collars, wrappers , and crotch plates. b. Pipe and fitting details for temporary and permanent facilities indicating: 1) Cylinder thickness. 2) Manufacturing tolerances. 3) Maximum angular deflection limitations of field joints. 4) Closure sections and cutoffs for field length adjustment. 5) Bulkheads, including details for removal of test bulkheads and repair of lining. 6) Weld lead outlets and plugs. 7) Stulling size, spacing, and layout. c. Welded joint details including: 1) Butt joints. 2) Miter-cut ends for alignment conformance. 3) Lap joints. 4) Deep bell lap joints required for control of temperature stresses . 5) Butt strap joints. 4 . Welding Data (Shop and Field Welding): a. Show on a weld map complete information regarding base metal specification designation, location, type, size, and extent of welds 5 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 5. 181378A .GN1 with reference called out for WPS and NDE numbers in tail of welding symbol. b. Distinguish between shop and field welds. c. Indicate, by welding symbols or sketches, details of welded joints and preparation of base metal. Provide complete joint welding details showing bevels, groove angles, and root openings for all welds. d. For pipe fittings, provide a joint weld beveling diagram. Refer to A WS D 1.1, Annex G Local Dihedral Angle that can be used to calculate bevels for weld joint details of intersecting pipes. e. Welding and NDE symbols shall be in accordance with AWSA2.4. f. Welding terms and definitions shall be in accordance with AWSA3.0. g. Submit welding data together with shop drawings as a complete package. Product Data for the following: a. Pipe: 1) Material data. 2) Chemical and physical test reports showing data consistent with specified requirements for each heat of steel proposed for use. b. Coatings and Linings: 1) Technical data sheets itemizing technical and performance information that indicates compliance with this Specification. . 2) Color chart, if applicable. 3) Manufacturer's name, product number or name, and thickness. c. Rubber Gasket Joint: 1) Details with dimensions and fabrication tolerances for both bell and spigot ends . 2) Materials. 3) Performance history or test data. B. Informational Subrnittals: 181378 .TM 02501 1. Certificates: a. Manufacturer's Certificate of Compliance that products furnished meet requirements of this Specification. b. Lining Materials: Certificate that lining system is currently approved for potable water contact in accordance with NSF 61 and satisfies current applicable governmental health and safety requirements for use in potable water. 2. Pipe Manufacturer's written Quality Assurance/Control Plan. 6 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378.TM 02501 l8I378A.GN1 3. Statements of Qualification: a . Pipe manufacturer. b . Fittings and specials fabricator. c. Welders or Welding Operators: 1) Name of welder. 2) Welding procedures/positions for which welder is qualified to weld. 3) Assigned certification stamp number. 4) Certification date. 5) Current certification status. d . Certified Welding Inspector. e. NDT Quality Control Personnel. 4. Procedures: a. Shop and field welding information: At a minimum include a complete welding code paper trail with linkage to Shop Drawings that includes the following: 1) Written WPS and PQR. a) Provide complete joint dimensions and details showing bevels, groove angles, root face , and root openings for all welds . b) Notch-tough welding shall be required. For shop welding, address supplementary essential variables in addition to essential variables as indicated in ASME Section IX, QW-251 .2 . For field welding, heat-input, control PQR essential variables as indicated in A WS D 1.1 shall be included. For shop and field welding, provide heat-input table on WPSs for welder guidance. c) PQRs for notch-tough welding shall document heat-input control by monitoring volts , amps , and travel speed or time-rate of change of weld metal volume as calculated by measuring change in electrode length over a period of time. Charpy V-notch tests shall be conducted on weld metal and heat affected zone. Test coupons shall be oriented transverse to final direction of rolling. Full size Charpy specimen test acceptance shall be same as base metal specified herein. 2) Written NDT procedures . 3) Current WPQ. 4) Written description of proposed sequencing of events or special techniques such as: a) Controlling pipe wall temperature stress during installation. b) Minimizing distortion of steel. 7 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378 .TM 02501 181378A.GN1 c) Shop-Applied Cement-Mortar Lining : Include description of machine to be used and list of similar projects where machine was used . Identify pipe size and total footage. d) Monitoring pipeline temperatures during installation . b. Written weld repair procedures for the Work. c. Field coating application and repair. d . Field lining application and repair. e. Written consumable control procedure for welding materials demonstrating: 1) How consumables will be stored to comply with manufacturer 's written instructions . 2) How consumables will be dried in ovens prior to use. 3) How consumables which become wet will be reconditioned. 5. Reports: a . Source Quality Control Test Reports : 1) Hydrostatic testing. 2) Destructive weld testing. 3) Nondestructive weld testing. 4) Steel impact testing using Charpy V-notch method . 5) Coating and lining factory Site visit letter by qualified manufacturer's technical representative. 6) Letter from independent testing agency certifying that pipe furnished meets requirements of this specification . b . Field Quality Control Test Reports: 1) Weld tests , including re-examination of repaired welds, on each weld joint for the following tests , as applicable : a) Visual Testing (VT). b) Radiographic Testing (RT). c) Ultrasonic Testing (UT). d) Magnetic Particle Testing (MT). e) Liquid Penetrant Testing (PT). f) Leak Testing (LT). 2) Coating and lining Site visit letter by qualified technical representative. 3) Applicator 's quality control records , including environmental conditions, dry film thickness, and adhesion tests , when requested by Engineer. c. Cement-mortar lining compressive strength tests in accordance with A WW A C205 . d . Cement-mortar coating absorption tests in accordance with AWWAC205. , 6 . Field Testing Plan: Submit at least 15 days prior to testing and include at least the following information : a. Testing dates . b . Piping system and sections to be tested. 8 MAY 15 , 2007 WELDED STEEL PIPE , SPECIALS, AND FITTINGS 181378A.GN1 c. Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping sections to be tested. 7. Temperature Stress Control Submittal. 1.06 QUALITY ASSURANCE A. Qualifications: 181378.TM 02501 1. Pipe Manufacturer: a. Experienced in fabricating pipe of similar diameters, lengths, and wall thickness required for the Work. b. Steel Pipe Fabricators Association (SPFA), Lloyd's Registry Certification, or ISO 9000 Certification. c. Demonstrate current production capability for volume of work required for this Project. d. Experience shall include successful fabrication to A WW A C200 standards of at least 10,000 linear feet of 54-inch diameter or larger pipe, with wall thickness of 0.25 inches or greater, within past 5-year period. e. Experience shall be applicable to fabrication plant facilities and personnel, not company or corporation that currently owns fabrication facility or employs personnel. 2. Fittings and Specials Fabricator: a. Experienced in fabricating fittings and specials of similar diameters and wall thickness required for the Work. b. Steel Pipe Fabricators Association (SPF A), Lloyd's Registry Certification, or ISO 9000 Certification. c. Demonstrate current production capability for volume of work required for this Project. d. Experience shall include successful fabrication to A WW A C200/C208 standards of at least 25 fittings of 54-inch or larger pipe, with wall thickness 0.25 inch or greater, within past 5-year period. e. Experience shall include successful fabrication of at least five crotch plate fittings or specials requiring post weld heat treatment within past 5-year period. f. Experience shall be applicable to fabrication shop facilities ,and personnel, not company or corporation that currently owns fabrication facility or employs personnel. 3. Welders and Welding Operators: a. Shop Welders: In accordance with ASME BPVC SEC IX. b. Field Welders: In accordance with A WS D 1.1. 9 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GN1 4 . Certified Welding In spector (CWI): a. In accordance with A WS QC 1, with knowledge of appropriate welding code for the Work. b. After receiv ing CWI qualification, CWI shall have at least 5 years of professional experience related to welding inspection similar to the Work. 5. NDT Quality Control Personnel: a . In accordance with requirements of Recommended Practice No . SNT-TC-1 A , Level II. b . After receiving NDT qualification, NDT personnel shall have at least 5 years of professional experience related to NDT inspection similar to the Work. B. Certified Welding Inspector (CWI) For Shop Welding: 1. In accordance with A WW A C200 and as follows . 2. Responsibilities : a . Verify conformance to use of specified materials and their proper storage. b . Monitor conformance to approved WPS. c. Monitor conformance to approved NDT procedure specifications. d. Monitor conformance ofWPQ. e . Provide 100 percent visual inspection before, during, and after shop welding. f. Supervise NDT personnel and evaluate test results . g. Maintain records and prepare report confirming results of inspection and testing. C. Certified Welding Inspector (CWI) For Field Welding: 181378 .TM 02501 1. In accordance with A WW A C206, A WS D 1.1, and as follows . 2. Responsibilities: a . Verify conformance to use of specified materials and their proper storage. b . Monitor conformance to approved WPS . c. Monitor conformance to approved NDT procedure specifications . d. Monitor conformance ofWPQ. e . Provide 100 percent visual inspection before, during , and after field welding. f. Supervise NDT personnel and evaluate test results . g. Maintain records and prepare report confirming results of inspection and testing. 10 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 D . Prefabrication Meeting: Hold prior to fabrication of pipe, fittings , or specials between representatives of Owner, Contractor, Engineer, and pipe fabricator to review the following : 1. Project scope. 2 . Submittal requirements. 3. Testing. 4. Inspection responsibilities. 5. Shop welding requirements. 6. Field welding requirements . 7 . Shop and field coating and lining requirements. 8. Production and delivery schedule. 9. Other issues pertinent to the Work. E. Inspection of Coating and Lining Application: Qualified m~nufacturer's technical representative shall visit pipe coating and lining shop and Project Site at beginning of application process to verify proper workmanship associated with coating and lining application and as may be required to resolve shop or field problems. Written report of visit shall be submitted to Engineer. F. Retain services of trained technician to test coating and lining system in shop and field , and prepare letter confirming that materials applied conform to these Specifications. Tests shall include holiday detection, adhesion testing, and film thickness measurement 1.07 · DELIVERY, HANDLING, AND STORAGE A. Pipe Marking: 1. Legibly mark installation sequence number on pipe, fittings , and specials in accordance with piping layout. 2. Special pipe sections and fittings shall be marked at each end with notation "TOP FIELD CENTERLINE". 3. The word "TOP" shall be painted or marked on outside top spigot of each pipe section. 4. Mark "TOP MATCH POINT" for compound bends per A WW A C208 so end rotations can be easily oriented in field . B . Delivery: 181378.TM 02501 1. Securely bulkhead or otherwise seal ends of pipe, specials, and fittings prior to loading at manufacturing Site. 2. Pipe ends shall remain sealed until installation. 3. Damage to pipe, fittings, or specials , including linings and coatings, found upon delivery to Job Site shall be repaired to Engineer's sati s faction or removed from Site and replaced . 11 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 C. · Storage : 1. Support pipe securely to prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. 2. Support on sand or earth berms free of rock exceeding 3 inches in diameter. 1.08 SEQUENCING AND SCHEDULING A . Notify Engineer in writing of the following: 1. Pipe Manufacturing: Not less than 14 days prior to starting pipe, fittings and specials fabrication. 2. Not less than 5 days prior to start of each of the following: a. Welding. b. Coating application. c. Lining application d . Shop hydrostatic testing. PART 2 PRODUCTS 2 .01 GENERAL A. Pipe: 1. Manufacturing of steel pipe, fittings, and specials shall be under direction of one pipe Supplier: 2. Responsibility shall include, at minimum, coordinating work of other suppliers for fittings and specials . B. Steel pipe, fittings, and specials shall be manufactured, tested, inspected, and marked to comply with A WW A C200 and additional requirements of these Contract Documents. C. In lieu of collar reinforcement, pipe, fittings, or specials with outlets may be fabricated in their entirety of steel plate having thickness equal to sum of p ipe wall plus required reinforcement. D . Unless shown otherwise, the diameter shown shall be considered finished inside diameter after lining. E. Materials furnished shall be NSF 61 approved for use with potable water. 181378.TM 02501 12 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GNI F. Pipe, Fittings , Specials, and Joints: Where transmission ofload from one pipe to the next via field welded or otherwise restrained joints is anticipated, the load-path shall be adequately designed for structural transmission of load as follows: 1. The steel thickness shall be capable of meeting the pipe thrust requirements. 2 . The steel thickness shall be constant throughout each section of restrained joint pipe. 3. Joint rings and associated welds shall be designed for structural transmission of load in addition to watertight requirements. 4. Axial load for design shall be the greater of the following load combinations: a. Full test pressure times area (Pt* A) plus soil drag. b. Temperature change plus effect of Poisson's ratio plus soil drag. 2.02 PIPE BARREL A. Steel : Provide steel coils for spiral welded steel pipe or steel plate for straight seam welded steel pipe per A WW A C200 and as follows : 181378.TM 02501 1. 2. 3. 4. 5. Minimum Yield Strength: 36,000 psi. Minimum Tensile Strength: 53,000 psi. Minimum Elongation in 2-inch Gauge Length: 21 percent. Weld-Ability: Maximum carbon equivalent of 0.45, as measured using A WS D 1.1, Annex XI , Guideline on Alternative Methods for Determining Preheat formula: CE=C+((Mn+Si)/6))+(Cr+Mo+V)/5+(Ni+Cu)/15 . Pressure Vessel Quality as follows: a. Coils: 1) Continuous cast process, fully-killed, fine grained practice conforming to physical, manufacturing and testing requirements of ASTM Al018/A1018M, SS. 2) Steel Chemistry: b. Plate: 1) 2) a) Carbon: 0 .20 percent maximum. b) Manganese: 1.35 percent maximum. c) Aluminum: 0 .020 percent minimum. d) Phosphorus: 0.025 percent maximum. e) Sulfur: 0.015 percent maximum. Fully-killed, conforming to ASTM A20, fine grained practice conforming to physical, manufacturing and testing requirements of ASTM A5 l 6/ A516M, Grade 70 . Steel Chemistry: Conform to ASTM A5 l 6/ A5 l 6M, Grade 70. Steel plates that are 3/4 inch thick or greater shall be normalized. 13 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GN1 c. Toughness : 1) Charpy V-notch Acceptance Criteria: Transverse specimen orientation, full size specimens , 25 foot-pounds energy at test temperature of 30 degrees F test outside diameter wrap of two coils minimum per heat lot. 6. Wall Thickness : As shown in Table 1. Table 1 Nominal Pipe Diameter (Inches) Buried Pipe Wall Thickness 24 and Under Standard Weight 48 Gasketed Pipe : 0.260 inch Restrained-Joint Pipe: 0.260 inch 2.03 FITTINGS AND SPECIALS A. Steel: Full conformance with the standards required for the pipe barrel , as stated above. B. Fabrication : 1. Shop fabricate. No field fabrication will be allowed, unless approved by Engineer. 2. Fabricate from materials or straight pipe in full conformance with requirements of these Contract Documents and dimensions of A WW A C208 , unless otherwise indicated. C . Crotch Plate: Fabricate from fully killed, fine grain, pressure vessel steel conforming to ASTM A516/A516M , Grade 70 , and as follows: 1. Plates shall be normalized . 2 . Sulfur content shall not exceed 0.005 percent. Carbon shall not exceed 0.20 percent. Manganese shall not exceed 1.20 percent. 3. Charpy V-notch tests in direction transverse to final rolling shall be performed per ASTM A3 70 on full size specimens of coupons taken from each plate. Acceptance shall be 25 foot-pounds at 30 degrees F . 4 . Carbon ~quivalent shall not exceed 0.45 percent. D . Wall Thickness : 181378.TM 02501 1. General: a. Refer to ASME B36 .1 OM for definitions of wall thickness for standard weight pipe and nominal pipe size (NPS). b. Reinforce to withstand either internal pressures, both circumferential and longitudinal, or external loading conditions, whichever is greater. 14 MAY 15 , 2007 WELDED STEEL PIPE , SPECIALS , AND FITTINGS 181378A.GN1 c. Minimum Plate Thickness: The greater of adjacent mainline pipe, the thickness calculated as hereinafter specified, or as shown in Table 2. Table 2 Elbows Nominal Pipe Dia. (Inches) Bends Reducers and Tees 24 and Under Standard Weight 48 0.260 inch E. Elbows, Unless Otherwise Indicated: 1. Minimum Radius: 3 times pipe diameter or as indicated on Drawings 2. Minimum Bend Wall Thickness: Greater of Table 1 above or as calculated for straight pipe under internal pressure multiplied by the following stress intensities: For "n" greater than 2.5 the stress intensity factor may be ignored as indicated in A WW A C208. Bend Radius Multiplier "n" 1.0 1.5 2 .0 2.5 A WW A C208-83 Bend Stress Intensity 1.67 1.33 1.22 1.17 3. Maximum Miter Angle: 11-1/4 degrees on each section resulting in a maximum deflection angle of 22 .5 degrees per miter weld as recommended in A WW A C208 . 4. Bevels : Vary bevels on miters to provide a constant weld groove angle. For a 11-1/4 degree miter, (22.5 degrees miter weld) bevels must vary from 18 .75 degrees on OD of bend to 41.25 degrees on ID of bend to provide a constant 60 degree groove angle for CJP welding. 5. Complete joint penetration (CJP) welds on miter welds. F. Outlets : 181378.TM 02501 1. 24 Inches and Smaller: Fabricate from ASTM A53/A53M, Type E or S, Grade B, standard weight steel pipe. 2. Larger than 24 Inches: Fabricate from ASTM A106, Grade B, standard weight pipe. 3. Fabricate collar or wrapper reinforcement using same steel as specified for main pipe barrel. 15 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GN1 G. Steel Butt-Weld Fittings : 1. 24 Inches and Smaller: In accordance with ASME B 16.9 conforming to ASTM A234/ A234M. 2 . Standard weight. 3. Taper pipe wall at welds at 4 : 1 for connection to pipe of different wall thickness. 4. Coordinate difference in diameter convention between specials and A WW A C200/C208 pipe and fittings to provide complete piping system as shown. 2.04 JOINTS A. Shop Welded: 1. Fabricate in accordance with A WW A C200 as modified herein. 2. Complete joint penetration (CJP) butt joints shall be used for longitudinal, girth, and spiral welds, unless otherwise indicated. 3. Lengths of pipe shall not be shop-joined using lap joints. B. Preparation of Joints for Field Welding: 1. Typical field welded joint in restrained sections shall be double fillet lap joint. 2. Butt Joint Welded: As needed for closures or other locations required for construction. Plain ends beveled as required by A WW A C200 and Contractor's field WPS. 3. Lap Joint Welded: a. Double fillet lap joints in preparation for field welding shall be in accordance with A WW A C200. b. For pipe 30 inches in diameter and larger, tack weld four metal tabs at equal intervals around inside circumference of bell ends to indicate location at which spigot end has reached maximum penetration into bell. Remove stops after welding of joint. 4. Double welded lap joints and butt-strap joints shall be tapped and drilled for testing in accordance with A WW A C206. C. Miter-cut Ends: 181378.TM 02501 1. As shown on Drawings. 2 . Moderate deflections and long radius curves may be made using miter-cut ends. 3 . Use only with rubber gasket joints or lap welded joints, unless specifically approved in writing by Engineer. 4. Maximum Total Allowable Miter-cut Angle: 2.5 degrees per pipe joint. 5. Provide miter-cut that is cold expanded square with face of miter-cut on bell ends only. 16 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GN1 6. Mitering of spigot ends will not be permitted. 2.05 THERMAL CONTROL JOINTS A . Provide thermal control joints as indicated in Section 3.01 .B. 2.06 RUBBER GASKET A. General : 1. In accordance with A WW A C200 . 2. Clearance between bell and spigot shall , when combined with gasket groove configuration and gasket itself, provide watertight joints under all pressure conditions. B. Rubber Gasket Carnegie Spigot and Expanded Bell: 1. Standard Spigot Shapes in Accordance with A WW A manual M 11: a. M3516 for pipe diameters less than 42 inches and maximum wall thickness of 3/8 inch. b. M3818 for applications not suitable for standard shape M3516. c . M3818 may be substituted for standard shape M3516. 2. Weld spigots to pipe cylinder using double fillet welded lap joint. 3. Bell : a. Form by expanding press or by moving axially over a die , in such a manner as to stretch steel plate beyond its elastic limit to form a truly round bell of suitable diameter and shape. b. Do not roll bell ends. c. Minimum Radius: 15 times wall thickness of pipe barrel on either side of bell slope. d. Minimum Bell Depth: 3 inches. e. Expanded bells shall have no noticeable depressions or irregularities. 2.07 STULLING (STRUTTING) A. Materials: 1. Shop-Lined Pipe: Wood stulls and wedges. 2. Unlined Pipe : Steel or wood. B. Install stulling for pipe, specials, and fittings in accordance with approved submittal and as soon as practical after pipe is fabricated or, for shop-lined pipe, after lining has been applied . C. Install stulling in m anner that will not harm lining. 181378.TM 02501 1. Maintain stulling in place until pipe is backfilled. 17 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 2 . The stulling may be temporarily removed to perform interior welding of the pipe joints if welding is performed prior to backfilling. 3. If the stulling is temporarily removed, it shall be reinstalled prior to backfilling. 4 . Stulling shall be reinstalled so that the pipe is not out-of-round from a true circle by more than 1 percent. 2 .08 COATINGS A. General : 1. Notify Engineer at least 5 days prior to application of coating products . 2 . Holdback of coating from field-welded joints shall be as follows : a. For lap welded joints and flex couplings, 8 inches . b. For butt weld and butt strap joints, 6 inches. 3. Furnish inspection devices that are calibrated and in good working condition for detection of holidays and measurement of coating film thickness and adhesion testing. B. Shop-Applied Cement-Mortar Coating: 1. Cement-mortar coating shall conform to A WW A C205 . Thickness shall conform to A WW A C205 . 2. Steel wire or ribbon mesh reinforcement shall be in accordance with AWWAC205. 3 . For cement-mortar coatings applied over dielectric coated pipe, ensure reinforcing metals in coating do not electrically contact pipe. 4 . Coating system for field joints shall be cement mortar in accordance with A WW A C205. Mortar shall be retained with suitable water-impermeable bands or heavy-duty diapers of sufficient strength to hold fresh mortar and resist rodding. C. Field Coating of Buried, Bolted Joints : 181378.TM 02501 1. Heat-shrink Sleeves : a. High recovery, Type II , heat-shrinkable cross-linked polyolefin in accordance with A WW A C216 , unless otherwise indicated . b . Sleeve Length: Extend minimum of 3 inches onto adjacent pipe coating. c . As-Supplied Sleeve Thickness (prior to heat shrinking): 90 mil s, mm1mum . d. Filler: As recommended and supplied by the heat shrink sleeve manufacturer. e. Provide manufacturer's recommended sleeve thickness, length, and size required for specific type of joint and pipe. f. Manufacturer and Product: Canusa, The Woodlands, TX; Aqua-Shield. 18 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 2 .09 LININGS A. General : 1. Notify Engineer at least 5 days prior to application of lining products. 2. Holdback of lining from field-welded joints shall be as follows: a. For lap-welded joints and flex couplings , 8 inches . b . For butt-weld and butt-strap joints, 6 inches . B . Shop-Applied Cement-Mortar Lining: 1. Applied centrifugally in conformance with A WW A C205. Thickness shall be in accordance with A WW A C205. 2 . Lining machine type that has been used successfully for similar work and approved by Engineer. 3 . Maintain pipe in round condition during lining operation and thereafter by suitable bracing or strutting. 4. Provide polyethylene or other suitable bulkhead on ends of pipe and on special openings to prevent drying out of lining. Bulkheads shall be substantial enough to remain intact during shipping and storage until pipe is installed. 5. Pipe shall be l eft bare where field joints occur. 6. Ends oflining shall be left square and uniform. Feathered or uneven edges will not be permitted. C. Field-Applied Cement-Mortar Lining: 1. Materials conforming to A WW A C602 . 2. Do not u se pozzolanic material in mortar mix. 3 . Admixtures shall contain no calcium chloride. 4 . Wire mesh conforming to A WW A C205 . 2 .10 PIPE LENGTH A . Minimum or maximum individual pipe length shall be determined by pipe manufacturer and as allowed under the approved lay schedule submittal, unless otherwise noted. B . All non-restrained pipe that is deflected or that has mitered joints in order to maintain alignment on horizontal or vertical curves shall have a minimum length of 8 feet , unles s otherwise approved by the Engineer. 2 .11 CATHODIC PROTECTION A : Provide as shown and as specified in Section 13990, Galv anic Anode Cathodic Protection System. 181378.TM 02501 19 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 2.12 JOINT BONDING A. Provide joint bonding for non-welded steel pipe joints as specified in Section 13985, Pipe Bonding and Test Stations . 2 .13 SOURCE QUALITY CONTROL A. Steel Toughness Testing: 1. Include three impact specimens; conduct test in direction transverse to final direction of rolling. 2. Coils: a. Conduct Initial Charpy Testing of each coil of each heat to establish uniformity of steel followed by Production Charpy Testing where random coil from each heat is selected to verify consistency. b. Conduct Initial Charpy Testing of 25 percent of steel for pipe and specials. Take test coupons from each coil of each heat at locations of outer, middle , and inner wrap of coil. Middle coil test coupons may be taken from ends of full-length pipes that are closest to middle of coil. c. Conduct Production Charpy Testing on random coil of each heat or 75 percent of steel for pipe and specials. d. Coils that do not qualify shall not be used in production of pipe . 3. Plate: a. Conduct Charpy Tests on each plate in accordance with ASTMA20. b . Conduct on full-size (10 mm by 10 mm) specimens from each plate in accordance with ASTM A20. c. Plates that do not qualify shall not be used in production of pipe. B. Crotch Plate: 1. Through-Thickness tension testing shall be performed with acceptance criteria per Article 5 of ASTM A 770 / A 770M on each plate. 2. Straight-Beam Ultrasonic Examination shall be conducted with acceptance criteria per Article 6 of ASTM A435 /A435M on each plate. 3. Plates that do not qualify shall not be used . C. Shop Hydrostatic Pressure Test: In accordance with A WW A C200 Section 5.2, except as follows: 181378.TM 02501 1. General: Unless specified otherwise, testing of pipe, fittings , and specials shall be performed before lining and coating is applied. 20 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 2. Pipe: Maintain test pressure for minimum of 5 minutes . 3. Fittings and Specials: a. If fabricated from untested straight pipe, test to minimum pressure equal to field test pressure. b. Except as otherwise specified herein, no additional shop hydrostatic test will be required on fittings and specials fabricated from successfully tested straight pipe. c. Hydrostatically test fittings and specials with crotch plates, regardless of whether or not straight pipe sections used were previously tested. D. Joints, Lap-Welded: 1. Fit test minimum of 10 joints, selected by Engineer, of each pipe size used: a. Join pipe ends with proposed adjacent pipe end. b. Match-mark pipe ends . c. Record Actual Annular Space: 1) Maximum space at any point. 2) Minimum space at any point. 3) Space at 90-degree intervals; top, bottom, and spring line on both sides. E. Shop Nondestructive Testing: 1. Welds: 100 percent visually examined by CWI to criteria in ASME BPVC SEC VIII, Division 1. 2. Butt-Joint Welds: 100 percent radioscopic examine in accordance with ASTM E1255. Acceptance criteria per ASME BPV Code, Section VIII, Division 1, Paragraph UW-51. Ultrasonically examine welds that, in opinion of Engineer, cannot readily be radiographed. 3. Fillet Welds: 100 percent examine using magnetic particle inspection method in accordance with ASME BPVC SEC VIII , Division 1. 4. Groove Welds: 100 percent ultrasonically examine those that cannot be readily radiographically spot examined in accordance with ASME BPVC SEC VIII, Division 1. 5. Air test collars and wrappers in accordance with A WW A C206. F. Inspection of Pipe Fabrication Procedure: Select and provide independent testing agency to observe pipe fabrication. Agency staff shall have experience in observation of steel pipe fabrication in accordance with ASTM E329 . Representative of agency shall be present full time while pipe is being fabricated and while protective coating and lining is applied. Agency staff shall provide a letter to Engineer certifying that pipe furnished meets requirements of this section. 181378.TM 02501 21 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS I81378A.GN1 PART3 EXECUTION 3 .01 INSTALLATION A. General : 181378 .TM 02501 1. Joints and related work for field assembly of fittings and specials shall conform to requirements for straight pipe, unless otherwise shown . 2 . Make minor field adjustments by pulling standard joints. a. Maximum Allowable Angle: 75 percent of manufacturer's recommended , or angle that results from 3/4-inch pull out from normal joint closure, whichever is less. b. Maximum Allowable Gap: 1/8 inch between bell and spigot at weld location . 3 . Horizontal deflections or fabricated angles shall fall on alignment, as shown . 4 . Vertical deflections shall fall on alignment , and pipe angle point locations shall match those indicated on Drawings . 5. Pipe 30 Inches in Diameter and Larger: a. Assure that maximum penetration of spigot end into bell end is achieved through use of shop-welded tabs on inside circumference of bell end . b. Remove welded metal tab s prior to welding inside of joint. 6 . Maintain stulling in place until pipe trench is backfilled to the surface . a. Out-of-Round Pipe: Pipe which deviates from a true circle by more than 1 percent shall be laid with its larger diameter vertic al, or by using struts on continuous head and sill timbers to correct the vertical diameter where acceptable to the Engineer. Struts shall be left in place until the joints at each end have been completed and embedment and backfill for the section have been placed to the top of the trench. Final inspection, repair, and checking of interior lining shall be performed after the struts have been removed. b. Pipe Deflection: After completion of backfilling and before acceptance of the Work, all pipes 30 inches and larger in diameter shall be tested for excessi ve deflection by measuring the actu al inside vertical diameter. Deflection measurements will be made by the Contractor and verified by the Owner. Pipe diametral deflection shall not exceed 2.25 percent of the nominal inside diameter measured in the vertical direction at any point in the pipe. Diarnetral deflection greater than 2.25 percent shall be corrected by the Contractor at no additional cost to the Owner. 22 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 B. Control of Temperature Stresses in Restrained Pipe: 181378.TM 02501 1. Control temperature stresses in accordance with A WW A C206, the approved temperature stress control submittal, and these Specifications. 2. To control temperature stresses, the unbackfilled special temperature control joint areas of all pipe shall be shaded from the direct rays of the sun by the use of properly supported awnings , umbrellas, tarpaulins, or other suitable materials until the pipe is backfilled at least 1 foot over the top of the pipe. The Temperature Control Joint Area is defined as the entire length of pipe left exposed near a control joint after placing the pipe backfill between it and the other control joints in each direction. Shading materials at the joint area shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the pipe joints need not be performed when the ambient air temperature is below 45 degrees F. 3 . At intervals not exceeding 300 feet along welded reaches of the pipeline, at the first regular lap-welded field joints outside concrete encasements and structures, and where shown, the pipe shall be supplied with a special temperature control lap joint and laid with an initial lap in accordance with the Drawings. Where temperature control lap joints occur in a traveled roadway or other inconvenient location, the location of the joint may be adjusted, as acceptable to the Engineer. 4. Provide and install thermocouple temperature gauges to monitor the temperature of the steel pipe wall as it lays in the trench. All pipe temperature requirements specified herein shall be measured at the top inside of the steel cylinder using the thermocouple gauges hereinbefore specified. Specific temperature requirements for the pipeline steel cylinder shall be met prior to installation of the trench backfill , during and after placement of trench backfill, and during welding of the special temperature control joints. If atmospheric conditions do not allow the conditions to be met, supplemental cooling shall be required by the Contractor. The following outlines the specific temperature control requirements. a . Prior to and during placement of the trench backfill, the pipeline steel temperature shall be at or below 75 degrees F. The specified temperature shall be maintained for at least three hours after the placement of backfill. Provide supplemental cooling as required. b. Placement of backfill shall proceed in the direction of pipe laying from one special temperature control joint to the next. During placement of backfill, the lead end of the pipe section (toward the next special temperature control joint) shall be left unbackfilled or otherwise unrestrained such that the end of the pipe is free to move in response to expansion or contraction due to temperature changes. Backfill shall not be placed in a direction which would result in backfill placement proceeding in a direction toward previously or simultaneously placed backfill without the written 23 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 3.02 WELDING 181378A.GN1 permission of the Engineer. The direction of backfill placement will not be limited for placement at the short unbackfilled section immediately adjacent to the special temperature control joints. c. During period between backfill placement operations , any section of pipeline that is partially backfilled with pipe bedding zone material (less than one foot over the top of pipe) shall be shaded from the direct rays of the sun by the use of properly supported awning, umbrellas, tarpaulins, or other suitable materials until the pipe is backfilled at least 1 foot over the top of the pipe. Shading materials shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the partially backfilled pipe need not be performed when the Contractor can demonstrate to the satisfaction of the Construction Manager, using thermocouple data, that shading is not necessary to meet the specified temperature requirements. The temperature of the partially backfilled pipe shall not be allowed to exceed 110 degrees F at any time. Provide supplemental cooling as required. d. Prior to welding the special temperature control joints, the pipeline extending 300 feet each direction from the joint shall be maintained at or below 75 degrees F. Additionally, the pipeline extending 300 feet each direction from the joint shall be backfilled with pipe zone material to at least one foot over the top of the pipe. At or below the specified temperature, the special temperature control joints can be welded . Begin and complete the weld during the coolest interval or suitable length within a 24-hour day. Use the thermocouple data to demonstrate to the Engineer the coolest interval of the day. e . After welding any temperature control joint, the pipe temperature for 150 feet in each direction from the control joint shall be maintained below 110 degrees F for a minimum of 24 hours after the temperature control joint area has been backfilled to at least 1 foot over the top of the pipe. This requirement is in addition to the shading and backfill placement temperature requirements specified herein. A. Conform to A WS D 1.1, A WW A C206, approved welding procedures, and referenced welding codes . In case of conflict A WS D 1.1 shall govern . B. Preheat and Interpass temperature requirements for unlisted base metals shall be determined according to A WS D 1.1, Annex XI Guideline on Alternative Methods for D e termining Preheat. 181378.TM 02501 24 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 C. Rejectable weld defects shall be repaired or redone, and retested until sound weld metal has been deposited in accordance with appropriate welding codes. D. As a minimum, Contractor shall field weld all joints for joint restraint between the following stations: FROM TO 8+31.45 9+06.00 9+13 .00 9+93.00 29+45 .00 33+95.00 56+40.00 60+10.00 60+35.00 63+30.00 87+10.00 89+70.00 91+65 .00 94+45.00 E . All fittings and specials require at least 20 feet of restrained pipe each side of fitting. F. Any changes in vertical or horizontal alignment from that provided in the drawings may necessitate a change in restrained joint lengths. Contractor shall contact Engineer any time a change in alignment is necessary. 3.03 RUBBER GASKET JOINT PIPE A. Each joint shall be checked by the Contractor, as recommended by the pipe manufacturer, to determine that the pipe joint and the rubber gasket are installed properly. 3 .04 REPAIR OF SHOP-APPLIED COATINGS A. Exterior surfaces of steel pipe, specials, and fittings shall be inspected upon delivery to Job Site and just prior to backfilling trench. B. Repair of Cement Mortar Coating: Field repairs shall be made in accordance with A WW A C205 . 3.05 COATING OF FIELD-WELDED JOINTS A. Using Cement Mortar: Applied to joints in accordance with A WW A C205. 3.06 HEAT SHRINK SLEEVES FOR BURIED, BOLTED CONNECTIONS A . Apply in accordance with A WW A C216 and sleeve manufacturer's written instructions. B. Overlap existing pipe coating 3 inches, minimum. Cover pipe surfaces not coated by shop applied coating system. 181378 .TM 02501 25 MAY 15 , 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS I8137 8A.GN1 C. Clean and prepare pipe surface in accordance with A WW A C216 . D. Clean 8 to 10 inches onto shop applied coating as recommended b y sleev e manufacturer. E. Apply filler around fasteners , and coupling follower rings , flanges and other irregular surfaces as required to eliminate all voids under heat shrink sleeve . F . Preheat pipe and apply sleeve in with manufacturer 's recommended heating equipment. G. Holiday test completed sleeve installation and repair defects in accordance with A WW A C216 and manufacturer's written instructions. 3.07 FIELD-APPLIED CEMENT-MORTAR LINING A. General: 181378 .TM 02501 1. Except for requirements specified in this section, lining of steel pipe shall be in accordance with A WW A C602. 2. After joints are welded, air tested , and coated, and bedding and backfill have been placed, begin cleaning and lining operation with approval of Engineer. a . Access for cleaning and lining operations shall be at pipe acces s manholes or pipe ends . No cutting of openings in pipe will be allowed, unless approv ed in writing by Engineer. Upon approval b y Engineer, openings may be cut into pipe in order to gain entry for placing lining. Repair of openings, welding, repair of coatings , and backfilling shall conform to other portions of these Specifications. 3. Internal Cleaning: a. Prior to placing lining, pipe shall be thoroughly cleaned of fore i gn matter, including water. b. Cleaning may be by hand or mechanical method that is approved by Engineer. c. Waste materials and water from cleaning operations shall not be passed through sections of existing pipe or pipe that has already been lined. d . No pipe shall be lined until inspected and approv ed by Engineer. 4 . Protection of Appurtenances : a . Prevent mortar from being thrown into pipe openings in accordance with A WW A C602. b . Outlet openings shall b e trimmed , smoothed, and beveled. c . Damaged or defective areas shall be repaired to satisfaction of Engineer. 26 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 3.08 LINING APPLICATION AT JOINTS A . Cement-Mortar Lining: for pipe with shop applied cement-mortar lining, place lining at joints in accordance with A WW A C205 . 3.09 CATHODIC PROTECTION A. Apply to pipe as shown and as specified in Section 13990, Galvanic Anode Cathodic Protection System. 3 .10 PIPE JOINT BONDING A. Bond all non-welded joints of steel pipe that is buried or partially buried as shown and as specified in Section 13985, Pipe Bonding and Test Stations . 3 .11 INSULATING FLANGES A. Install insulating flanges as shown and as specified in Section 13985, Pipe Bonding and Test Stations. 3 .12 FIELD QUALITY CONTROL A . Field Welding: 181378.TM 02501 1. All welds (100 percent inspection) shall be VT inspected by Contractor's CWI and marked to indicate acceptance or rejection 2 . Test butt-strap or double-welded lap joint welds by pressurizing connection between the two fillet welds in accordance with AWWAC206. a. Apply air or other Engineer-approved gas into connection between the two fillet welds . b. Paint welds with soap solution . c. Mark leaks indicated by escaping gas bubbles. d. Close threaded openings with flush pipe plugs or by welding them . 3 . Inspect 10 percent of all butt joint welds with full circumference RT. 4 . Inspect 10 percent of all lap joint welds PT or MT 5. Weld Acceptance : a. If, in the opinion of Engineer, inspections indicate inadequate quality of welds, percentage of welds inspected shall be increased . b. Welds to be inspected, ifless than 100 percent rate, shall be selected at random by Engineer. c. VT: Perform VT per A WS D 1.1 Paragraph 6 .9, Visual Inspection , Statically Loaded Nontubular Connections. d . UT: Perform UT of CJP groove welds in accordance with AWS DI.I, Paragraph6.13.1. 27 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS, AND FITTINGS 181378A.GN1 e. RT: Perform RT of CJP butt joint welds in accordance with AWS Dl.l , Paragraph 6.12.1. f. PT or MT: 1) Perform on fillet and PJP groove welds in accordance with AWS Dl.l , Paragraph 6.10. 2) Acceptance shall be in accordance with VT standards specified above. g . Remove in manner that permits proper and complete repair by welding. h . Caulking or peening of defective welds is not permitted. i . Retest unsatisfactory welds. 6 . Submit test results to Engineer. 7 . Owner will conduct random nondestructive inspections of field-welded joints. Inspections will be of an appropriate type for weld being evaluated. Possible types of inspection include, but are not limited to, radiographs, magnetic particle, and ultrasonic. Testing will be performed and evaluated per A WS D 1.1. Provide CWI access to the Work. B. Hydrostatic Testing: 1. Pipeline Field Hydrostatic Test: See Section 02500, Conveyance Piping -General. 3 .13 MANUFACTURER'S SERVICES A. Manufacturer's representative shall be available at Site full-time for the first three weeks of pipe installation, and after that as needed by the Contractor or requested by the Owner throughout the length of the project for installation assistance and inspection, at no additional cost to Owner. 181378 .TM 02501 END OF SECTION 28 MAY 15, 2007 WELDED STEEL PIPE, SPECIALS , AND FITTINGS 181378A.GN1 SECTION 02502 DUCTILE IRON PIPE AND FITTINGS PART 1 GENERAL 1.1 GENERAL A. This specification is applicable for 24-inch and larger pipe. Pipe that is smaller than 24-inches shall conform to City of Fort Worth Standard Specifications. 1.2 REFERENCES A. The following is a list of standards that may be referenced in this section: 181378.TM 02502 1. American Association of State Highway and Transportation Officials (AASHTO): a . T99 , Standard Specification for the Moisture-Density Relations of Soils Using a 2 .5 kg (5 .5LB) Hammer and a 305mm (12 in.) Drop. 2. ASTM International (ASTM) a. A307, Standard Specification for Carbon Steel Bolts and Studs , 60,000 psi Tensile Strength. b. A563 , Standard Specification for Carbon and Alloy Steel Nuts. c. B 16.21, Standard Specification for Nonmetallic Flat Gaskets for Pipe Flanges. d. D882 , Standard Test Method for Tensile Properties of Thin Plastic Sheeting. e. Dl330, Standard Specification for Rubber Sheet Gaskets. f. Dl922, Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. g. D2000, Standard Classification System for Rubber Products in Automotive Applications. h. D4976 , Standard Specification for Polyethylene Plastics Molding and Extrusion Materials . 3 . American Water Works Association (A WW A): a. Cl04, Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water . b. C105 , Polyethylene Encasement for Ductile Iron Pipe Systems. c . Cl 10 , Ductile Iron and Grey Iron-Fittings, 3-inch through 48-inch . d. C 111 , Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings . e. Cl 15 , Flanged Ductile Iron Pipe with Ductile Iron and Grey Iron Fittings. f. C150, Thickness Design of Ductile-Iron Pipe. 1 MAY 15, 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 g. Cl 51, Ductile-Iron Pipe. Centrifugally Cast, for Water. h. Cl 53 , Ductile Iron Compact Fittings, 3-inch through 24-inch and 54-inch through 64-inch for Water Service. 1. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4-inch Through 144-inch (100mm through 3600mm). J. C600, Installation of Ductile-Iron Water Mains and Their Appurtenances. k . C606 , Grooved End, Shouldered Joints . 4. Ductile Iron Pipe Research Institute (DIPRA). 1.3 SUBMITT ALS A. Action Submittals: 1. Shop Drawings: Marking plan and details of standard and non-standard pipe sections showing dimensions, pipe joints, fitting and special fitting pressure rating and thickness , size, coating and lining data. 2. Shop Drawings: For closure sections , indicating dimensions, pipe joints, closure pieces, pressure ratings, sizes, coatings , retaining method , linings , and 'Sequence of construction for closures. B. Informational Submittals: 1. Manufacturer's Certificate of Compliance, stating that inspections and specified tests have been made and that results thereby comply with requirements of Article Source Quality Control. 2 . Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum , include the following: a. Testing dates . b. Piping systems and section(s) to be tested . c. Method of isolation. d. Method of conveying water from source to system being tested . e. Calculation of maximum allowable leakage for piping section(s) to be tested. 3 . Certifications of Calibration: Approved testing laboratory certificate i f pressure gauge for hydrostatic test has been previously used . If pres sure gauge is new, no certificate is required . 4 . Test documentation form and results . PART 2 PRODUCTS 2.1 MATERIALS A . Pipe: 1. General: a. Centrifugally cast, grade 60-42-10 iron. 181378 .TM 02502 b . Meet requirements of A WW A Cl 50 , Cl53 and Cll l. 2 MAY 15 , 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 c. Lined and coated as specified. 2. Pressure rating of pipe shall be as follows: Pipe Diameter (Inches) Min. Pressure Class (psi) 4"to 12" 350 14" to 20" 250 24" 200 30" to 64" 150 3 . Pipe wall thickness of threaded pipe for a flanged pipe end shall be minimum special thickness Class 53 from 12-inch to 54-inch diameter pipe in accordance with AWWA Cl 15. 4. No grooved end pipe shall be allowed. 5. Pipe shall be new and recently manufactured. Refurbished pipe shall not be provided. B. Pipe Length: I . Minimum or maximum individual pipe length shall be determined by pipe manufacturer and as allowed under the approved lay schedule submittal, unless otherwise noted. 2. All non-restrained pipe that is deflected or that has mitered joints in order to maintain alignment on horizontal or vertical curves shall have a minimum length of 8 feet, unless otherwise approved by the Engineer. C. Joints: 181378.TM 02502 1. Push-On Joint: Rated at minimum working pressure equal to pipe material design. a. Manufacturers and Products: I) American Cast Iron Pipe; Fastite. 2) U .S. Pipe; Tyton. 2. Restrained Joint: a. Manufactured proprietary joint that is integral to the pipe and that mechanically restrains pipe to adjoining pipe . b. Manufacturers and Products: 1) American Cast Iron Pipe; Flex-Ring and Lok-Ring. 2) U.S. Pipe; TR Flex. 3. Mechanical Wedge Action Type Joint: a. Use only in areas where adjoining to fixed points (closures) where laying length is determined in field. b. Prior to purchase and installation, type and application of this joint shall be approved by Engineer. c. Manufacturers and Products: I) EBAA Iron; Megalug. 2) Approved equal. 4. Use of set screws for restraint or field-lock gaskets shall not be allowed. 3 MAY 15, 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 5. Flanged Joint: Threaded 250 psi working pressure ductile iron flanges conforming to A WW A C 115. 6. Grooved Joint: Not allowed. 7. Mechanical Joint: Not allowed. D. Fittings: 1. Ductile Iron, Push-On, Flanged or Restrained Joint: In accordance with A WW A C153, 350 psi minimum working pressure for 3-to 24-inch fittings, 250 psi minimum working pressure for 30-to 48 inch fittings, and 150 psi minimum working pressure for 54-to 64-inch fittings and AWWAClll. 2. Mechanical Joint Fittings: Not allowed. 3. Grooved End Fittings: Not allowed. 4. Fittings shall be new and recently manufactured. Refurbished fittings will not be accepted. E. Welded Outlet: 1. Only weld to pipe in manufacturer's shop . 2. Welded outlets allowed for outlets 18 inches and smaller in diameter. All other outlets shall be fabricated as fittings . F. Lining: 1. Pipe and fittings for clean water applications shall be cement lined and asphaltic seal coated in accordance with AWWA C104. G. Coating: Asphaltic type, 1 mil thick, in accordance with A WW A C151 , Cl 15 , Cl 10 and C153. H . Polyethylene Encasement: 1. Virgin polyethylene raw material conforming to requirements of ASTMD4976. 2. Elongation: 800 percent, minimum, in machine and transverse direction (ASTM D882). 3. Tensile Strength: 3,600 psi, minimum. 4. Dielectric Strength: 800V per mil-thickness , minimum. 5. Propagation Tear Resistance: 2,550-grams force (gf), minimum, in machine and transverse direction (ASTM D1922). 6. Tube form, conforming to A WW A C 105. 7. Film shall have minimum thickness of 0.008 inch (8 ml). I. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA Cl 11 /A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall 181378.TM 02502 4 MAY 15, 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 be coated with a ceramic-filled, baked on fluorocarbon resin . Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer 's recommended thickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM Bl 17 , "Salt Spray Test" and shall include, if required, a certificate of conformance. J. Gaskets: 1. Gaskets for flat faced 15 0 and 250 psi working pressure flanges shall be 1/8 inch thick, red rubber (SBR), hardness 80 (Shore A), rated to 200 degrees F, conforming to ANSI B 16 .21, A WW A C2.07, and ASTM Dl330, Grades 1 and 2. 2.2 SOURCE QUALITY CONTROL A. Factory Tests: In accordance with A WW A Cl 10 and A WW A C151. PART 3 EXECUTION 3.1 EXAMINATION A . Inspect pipe and fittings to ensure no cracked, broken, or otherwise defective materials are being used. 3 .2 PREPARATION A. Trench Grade: 1. Grade bottom of trench by hand to specified line and grade, with proper allowance for pipe thickness and pipe base, when specified. Trench bottom shall form a continuous and uniform bearing and support for pipe between bell holes. 2 . Before laying each section of pipe, check grade and correct irregularities found . Grade may be disturbed for removal of lifting tackle . B. Pipe Bedding: Place and compact pipe bedding material as follows: 1. Install to full width of trench the depth shown in the Drawings. 2. Compact to at least 95 percent of its maximum density as determined by AASHTOT99. 3 . Ensure that no unfilled or uncornpacted areas occur beneath pipe. C. Bell (Joint) Holes: At each joint, dig bell holes of ample dimensions in bottom of trench, and at sides where necessary, to permit joint to be made properly and to permit easy visual inspection of entire joint. 181378.TM 02502 5 MAY 15, 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 3.3 INSTALLATION A. General: 1. Provide and use proper implements, tools, and facilities for safe and proper prosecution of Work. 2. Lower pipe, fittings, and appurtenances into trench, piece by piece, by means of a crane, slings , or other suitable tools and equipment, in such a manner as to prevent damage to pipe materials, protective coatings and linings . 3 . Do not drop or dump pipe materials into trench. B. Cleaning Pipe and Fittings: 1. Remove lumps, blisters, and excess coal tar coating from bell and spigot ends of each pipe. Wire brush outside of spigot and inside of bell and wipe clean, dry, and free from oil and grease before pipe is laid. 2. Wipe ends of rubber gasket joint pipe and fittings clean of dirt, grease, and foreign matter. C. Laying Pipe: 1. Direction of Laying: Lay pipe with bell end facing in direction of laying. For lines on an appreciable slope, face bells upgrade at discretion of Engineer. 2. Push-On Joint and Restrained Joint Pipe: After first length of pipe is installed in trench, secure pipe in place with approved backfill material tamped under and along sides to prevent movement. Keep ends clear of backfill. After each section is jointed, place backfill as specified to prevent movement. 3 . Take precautions necessary to prevent floating of pipe prior to completion of backfill operation. 4. When using movable trench shield, take necessary precautions to prevent pipe joints from pulling apart when moving shield ahead. 5. Do not allow foreign material to enter pipe while it is being placed in trench. 6. Close and block open end oflast laid section of pipe to prevent entry of foreign material or creep of gasketed joints when laying operations are not in progress, at close of day's work, or whenever workers are absent from job. D . Joining Push-On Joint Pipe: 181378.TM 02502 1. Join pipe with push-on joints in strict accordance with manufacturer's recommendations. 2 . Provide special tools and devices, such as , special jacks, chokers, and similar items required for installation. 6 MAY 15, 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 3. Lubricate pipe gaskets using lubricant furnished by pipe manufacturer. No substitutes will be permitted. 4. Clean ends of fittings of dirt, mud , and foreign matter by washing with water and scrubbing with a wire brush, after which , slip gland and gasket on plain end of pipe. If necessary, lubricate end of pipe to · facilitate sliding gasket in place, then guide fitting onto spigot of pipe previously laid . E. Cutting Pipe : 1. General: Cut pipe for inserting valves, fittings , or closure pieces in a neat and workmanlike manner without damaging pipe or lining and so as to leave a smooth end, at right angles to axis of pipe. 2. Pipe: Cut pipe with milling type cutter or saw. Do not flame cut. 3. Dressing Cut Ends: Dress cut ends of push-on joint pipe by beveling, as recommended by manufacturer. F. Field Welding: 1. Use of field welded outlets will not be allowed. Welding for outlets shall be performed only in pipe manufacturer's shop. 2. Field installed outlets may be installed with saddle approved by Engineer. Opening in pipe shall be machined cut and not with cutting torch. 3 . Field welding of bars for restrained joint systems will not be allowed . All welding shall be performed in pipe manufacturer's shop. G. Line and Grade: 1. Minimum Pipe Cover: 5 feet for 48-inch and 54-inch pipe and 4 feet for 16-inch pipe, unless otherwise indicated. 2. No high points will be allowed between air valves. 3. Maintain pipe grade between invert elevations to provide minimum clearance at air valve locations of 6 feet from existing ground surface to top of pipe. 4. Install air valves as shown and field verify intervening low points. When field conditions warrant, exceptions may be made upon approval of Engineer. 5. Deviations exceeding 6 inche.s from specified line or 1 inch from specified grade will not be allowed without express approval of Engineer. 6. Pipeline sections that are not installed to elevations shown or installed as approved by Engineer shall be reinstalled to proper elevation. H. Thrust Restraint: 181378.TM 02502 1. Restrained joints. Use of thrust blocking will not be allowed. 7 MAY 15, 2007 DUCTILE IRON PIPE AND FITTINGS 181378A.GN1 2. As a minimum, Contractor shall install restrained joints between the following stations: FROM TO 8+31.45 10+40.00 29+40.00 34+10.00 56+30 .00 60+20.00 60+30 .00 63+35.00 87+05.00 89+30.00 91+55.00 94+40.00 3. All fittings require at least 20 feet of restrained pipe each side of fitting. 4. Any changes in vertical or horizontal alignment from that provided in the drawings may necessitate a change in restrained joint lengths. Contractor shall contact Engineer prior to construction any time a change in alignment is necessary. I. Polyethylene Encasement: 1. Encase all ductile iron pipe, fittings, and valves in accordance with A WW A Cl 05, Method A. 2. Cut polyethylene tube approximately 2 feet longer than pipe length. 3. Slip tube around pipe, centering to provide 1-foot overlap on each adjacent section. 4 . Pull encasement to take out slack and wrap snug around pipe. 5. Secure overlap in place and fold at quarter points of pipe length. 6. Wrap and tape encasement snug around fittings and valves. 3.4 CATHODIC PROTECTION A. Apply to pipe as shown and as specified in Section 13990, Galvanic Anode Cathodic Protection System. 3.5 HYDROSTATIC TESTING A. Pipeline Field Hydrostatic Test: See Section 02500, Conveyance Piping - General. 3.6 MANUFACTURER'S SERVICES A. Manufacturer's representative shall be available at site full-time for the first two weeks of pipe installation, and after that as needed by the Contractor or requested by the Owner throughout the length of the Project. 181378.TM 02502 END OF SECTION 8 MAY 15, 2007 DUCTILE IRON PIPE AND FITIINGS SECTION 02504 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 PARTl GENERAL 1.01 GENERAL A. This specification is applicable for 24-inch and larger pipe. Pipe that is smaller than 24-inches shall conform to City of Fort Worth Standard Specifications. 1.02 REFERENCES A. The following is a list of standards which may be referenced in this section: 181378.TM 02504 1. American Society of Non-Destructive Testing: SNT-TC-lA, Personnel Qualification and Certification of Non-Destructive Testing. 2. American Society of Mechanical Engineers (ASME): Boiler and Pressure Vessel Code, Section IX, Welding and Brazing Qualifications , Part QW Welding. 3. American Water Works Association (A WW A): a . C200, Steel Water Pipe----6 in. (150 mm) and Larger. b. C205 , Cement-Mortar Protective Lining and Coating for Steel Water Pipe-4 in. (100 mm) and Larger-Shop Applied. c . C206 , Field Welding of Steel Water Pipe. d . C207 , Steel Pipe Flanges for Waterworks Service-Sizes 4 in . through 144 in. (100 mm through 3,600 mm). e. C20 8, Dimensions for Fabricated Steel Water Pipe Fittings. f. C303 , Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. g. M9, Concrete Pressure Pipe. 4. American Welding Society (AWS): a. A2.4, Standard Symbols for Welding, Brazing, and Nondestructive Examination. b. A3 .0 , Standard Welding Terms and Definitions Including Terms for Adhesive Bonding, Brazing, Soldering, Thermal Cutting, and Thermal Spraying. c. D 1.1 I D 1.1 M, Structural Welding Code-Steel. d. Dl.3 , Structural Welding Code-Sheet Steel. e . Dl.4, Structural Welding Code-Reinforcing Steel. f. QCl , Standard for AWS Certification of Welding Inspectors . 1 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 5. ASTM International (ASTM): a. A675, Standard Specification for Steel Bars, Carbon, Hot- Wrought, Special Quality, Mechanical Properties. b . E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. 6. International Organization for Standardization (ISO): ISO 9001 :2000, Quality Management Systems-Requirements. 7 . Steel Plate Fabricators Association (SPF A). 1.03 DEFINITIONS A. Fittings and Specials: Including, but not limited to fittings, closure pieces, bends, elbows, reducers, tees, wyes, bifurcations, crosses, outlets, manifolds, nozzles, wall sleeves, bulkheads, and other piping and appurtenances fabricated from steel plate, sheet, or coils as required to provide the Work, complete. Specials shall also include piping above ground or inside structures. B. Acronyms: 1. CJP: Complete Joint Penetration. 2. CWI: Certified Welding Inspector. 3. MT: Magnetic Particle Testing. 4. NDE: Nondestructive Examination. 5. NDT: Nondestructive Testing. 6. PJP: Partial Joint Penetration. 7. PQR: Procedure Qualification Record. 8. PT: Liquid Penetrant Testing. 9. RT: Radiographic Testing. 10. UT: Ultrasonic Testing. 11. VT: Visual Testing. 12 . WPQ: Welder/Welding Operator Performance Qualification. 13. WPS : Welding Procedure Specification. 1.04 DESIGN REQUIREMENTS A. Design pipe in accordance with A WW A C303, Contract Drawings, and the following conditions: 181378.TM 02504 1. Working Pressure: As indicated in Section 02500, Conveyance Piping - General. 2. Surge Pressure: As indicated in Section 02500, Conveyance Piping - General. 3. Field Test Pressure: As indicated in Section 02500, Conveyance Piping -General. 4. Minimum Earth Cover: 5 feet. 2 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 5. Maximum Earth Cover: 1 7 feet. 6. Weight of Earth Cover: 125 pcf. 7. Trench Bedding Condition: As indicated in Section 02320, Trench Backfill. 8. Backfill Condition: As indicated in Section 02320, Trench Backfill. 9. Live Load: As indicated in Section 02500, Conveyance Piping- General. 10. Thermal Change: As indicated in Section 02500, Conveyance Piping - General. 11. Allowable E' Value: As indicated in Section 02500, Conveyance Piping -General. 12. Tluust Force in All Restrained Pipe: As indicated in Section 02500, Conveyance Piping -General. 13. Allowable Vacuum: As indicated in Section 02500 , Conveyance Piping -General. B. Provide a polyethylene or other suitable bulkhead on the ends of the pipe and on all specials and fitting openings to prevent drying out of the lining. All bulkheads shall be substantial enough to remain intact during shipping and storage until the pipe is installed. C. Design fittings, bends, and specials in accordance with A WW A C200 and the requirements of Section 02501, Welded Steel Pipe, Specials, and Fittings; provide minimum wall thickness as shown in Section 02501, Welded Steel Pipe, Specials, and Fittings . D. Design bulkhead, closure, or test plug as needed for closure of sections and for field hydrostatic testing. E. Design and locate weld lead outlets, as needed. F. Design and locate flushing and sampling ports, as needed , for hydrostatic testing and disinfection. G. Deflection calculations based on the full positive projection load at the transition trench width, unless noted otherwise. H. Pipe Layout Drawings: Prepare complete pipeline layout, in accordance with A WW A Manual M9 including the following: 181378 .TM 02504 1. General: a. Base stationing and elevation convention as shown on Contract Drawings. b. Maximum Laying Lengths: 32 feet maximum, unless specifically shown otherwise. 3 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A .GN1 c. Joint deflection shall be limited to 75 percent of manufacturer's recommended amount. d. Include on Drawings as Minimum: Specific pipe number, location, and direction of each pipe, joint, and fitting or special. Number each pipe in sequence. 1) Station and invert elevation at changes in grade or horizontal alignment. 2) Station and invert elevation to which bell end of each pipe will be laid . 3) Elements of curves and bends , both in horizontal and vertical alignment. 4) Location of mitered pipe sections, beveled ends for alignment conformance, butt straps , and deep bell lap joints for temperature stress control. 5) Location of closures , cutoff sections for length adjustment, temporary access manways, vents , and weld lead outlets for construction convenience. a) Provide for adjustment in pipe laying headings and to conform to indicated stationing. b) Changes in location or number will require Engineer approval. 6) Location of bulkheads, both those shown and as required , for hydrostatic testing of pipeline. I. Welding Procedure Specification (WPS): 1. Welding of steel cylinders shall be qualified by testing in accordance with ASME BPVC SEC IX for shop welds and AWS Dl .1 /Dl. lM for field welds. 2. Shop welding of reinforcing steel shall be qualified per A WS D 1.4 . 3 . Shop welding of sheet steel , less than 1/8-inch thickness, shall be qualified per AWS Dl.3 . 4. PQRs conducted on unlisted base metal (mo st coil products are unlisted base metals) to be production welded as required in the referenced welding code shall be traceable to heat lots. 5. Written WPS required for welds , both shop and field . J. Stulling (Strutting): Adequate strutting shall be designed and provided by the pipe manufacturer on all specials , fittings , and straight pipe so as to avoid damage to the pipe and fittings during handling, storage, hauling, and installation. The strutting shall be six-point and tight fitting to prevent pipe deflection. For bar-wrapped concrete pressure pipe, the following requirements shall apply: 181378.TM 02504 4 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 1. The strutting shall be placed as soon as practicable after the mortar lining has been applied and shall remain in place while the pipe is loaded, transported, unloaded, installed, and backfilled at the Site. 2. The strutting materials, size, and spacing shall be the responsibility of the Contractor and shall be adequate to prevent deflection and support the earth backfill plus any greater loads which may be imposed by the backfilling and compaction equipment. One strut shall be placed vertical when pipe is oriented with top up. One set of struts shall be set 2 feet from each end of each pipe section and at a maximum interval of 15 feet in-between. 3. Strutting on shop-lined pipe shall consist of stulls and wood wedges. Strutting shall be installed in a manner that will not harm the lining. 4. Any pipe damaged during handling, hauling, storage, or installation due to improper strutting shall be repaired or replaced. 1.05 SUBMITIALS A. Action Submittals: 181378.TM 02504 1. Shop Drawings: a. Design calculations for pipe, reinforcing, fittings, specials , welding, and joint designs, including the following : 1) Cylinder thickness, bar wrap diameter and spacing for each pipe pressure and load classification design. 2) Manufacturing tolerances. 3) Maximum angular deflection limitations of field joints. b. Complete data and fabrication plans and details for pipe, fittings , and joints, including all reinforcement dimensions and spacing. c . Pipeline layout drawings showing the location of each pipe section, including the following : 1) Closure sections and cutoffs for field length adjustment. 2) Bulkheads, including details for removal of test bulkheads and repair of lining. 3) Weld lead outlets and plugs. 4) Stulling size, spacing, and layout. d . Type and amount of concrete admixtures. e . Welding procedure specifications. f. Proposed thrust restraint system for restrained joints including drawing details, materials, calculations, assembly ratings, and pipe attachment methods. g . Drawings and calculations shall be sealed by a professional engineer licensed in the State of Texas. 2. Product Data for the following: a. Pipe: 1) Material data. 5 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITIINGS 181378A.GN1 2) Chemical and physical test reports showing data consistent with specified requirements for each heat of steel proposed for use. b. Rubber Gasket Joint: 1) Material data. 2) Details with dimensions and fabrication tolerances for both bell and spigot ends. 3) Performance history or test data. c. Material for protecting interior and exterior of joints including evidence of NSF certification. 3. Welding Data (Shop and Field): a. Show on a weld map, complete information regarding base metal specification designation, location, type, size, and extent of welds with reference called out for WPS and NDE numbers in tail of welding symbol. b. Distinguish between shop and field welds. c. Indicate, by welding symbols or sketches, details of welded joints and preparation of base metal. Provide complete joint welding details showing bevels, groove angles, and root openings for all welds. d. For pipe fittings, provide a joint weld beveling diagram. Refer to A WS D 1.1 ID 1.1 M, Annex G Local Dihedral Angle that can be used to calculate bevels for weld joint details of intersecting pipes . e . Welding and NDE symbols shall be in accordance with AWS A2.4. f. Welding terms and definitions shall be in accordance with AWSA3.0. B. Informational Submittals: 181378 .TM 02504 1. Manufacturer's Certificate of Compliance. 2. Manufacturing m~terial test specimens and test reports. 3. Letter from independent testing agency certifying that pipe furnished meets requirements of this section. 4. Pipe manufacturer's written Quality Assurance/Control Plan. 5. Statements of Qualification: a. Pipe manufacturer. b. Fittings and specials fabricator. c. Welders or Welding Operators: 1) Name of welder. 2) Welding procedures/positions for which welder is qualified to weld. 3) Assigned certification stamp number. 4) Certification date. 5) Current certification status . 6 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378.TM 02504 181378A.GN1 d. Certified Welding Inspector. e. NDT Quality Control Personnel. 6. Procedures: a. Shop and Field Welding: At a minimum include a complete welding code paper trail with linkage to Shop Drawings that includes the following: 1) Written WPS and PQR: Provide complete joint dimensions and details showing bevels, groove angles, root face, and root openings for welds. 2) Written NDT procedures. 3) Current WPQ. 4) Written description of proposed sequencing of events or special techniques such as: a) Controlling pipe wall temperature stress during installation. b) Minimizing distortion of steel. c) Shop-Applied Cement-Mortar Lining: Include description of machine to be used and list of similar projects where machine was used. Identify pipe size and total footage. d) Monitoring pipeline temperatures during installation. b. Written weld repair procedures for the Work. c. Field coating application and repair. d. Field lining application and repair. e. Written consumable control procedure for welding materials demonstrating: 1) How consumables will be stored to comply with manufacturer's written instructions. 2) How consumables, such as welding rod, will be dried in ovens, prior to use. 3) How consumables that become wet will be reconditioned. 7 . Reports: a. Source Quality Control Test Reports: 1) Hydrostatic testing. 2) Destructive weld testing. 3) Nondestructive weld testing. 4) Steel impact testing using Charpy V-notch method. 5) Coating and lining factory Site visit letter by qualified manufacturer's technical representative. b. Field Quality Control Test Reports: · 1) Weld tests, including re-examination of repaired welds, on each weld joint for the following tests, as applicable: a) Visual Testing {VT). b) Radiographic Testing {RT). 7 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 c) Ultrasonic Testing (UT). d) Magnetic Particle Testing (MT). e) Liquid Penetrant Testing (PT). f) Leak Testing (LT). 2) Coating and lining Site inspection letter by qualified technical representative. c . Cement-mortar lining compressive strength tests in accordance with A WW A C205. d. Cement-mortar coating absorption tests in accordance with AWWAC205 . 8. Field Hydrostatic Testing Plan: Submit at least 15 days prior to testing and at minimum, include the following: a. Testing dates. b . Piping systems and section(s) to be tested. c . Method of isolation. d. Method of conveying water from source to system being tested. e. Calculation of maximum allowable leakage for piping section(s) to be tested. 9. Certification of Calibration: Approv ed testing laboratory certificate if pressure gauge for hydrostatic test has been previously used. If pressur e gauge is new , no certificate is required . 10. Test report documentation. 11. Temperature stress control submittal. 1.06 QUALITY ASSURANCE A. Qualifications: 181378.TM 02 504 1. Pipe Manufacturer: a. Experienced in fabricating pipe of similar diameters , lengths , and wall thickness required for the Work. b. Certification by Steel Plate Fabricators Association (SPF A), Lloyd 's Registry, or ISO 9001:2000. c . Demonstrate current production capability for volume of work required for this Project. d. Experience shall include successful fabrication to A WW A C303 standards of at least 10,000 linear feet of 54-inch diameter or larger pipe, with design clas sification of 100 psi working pressure or greater, within past 5-year period. e. Experience shall be applicable to fabrication plant facilities and personnel, not company or corporation that currently owns fabrication facility or employs personnel. 2 . Fittings and Specials Fabricator: a . Experienced in fabricating fittings and specials of similar diameters and wall thickness required for the Work. 8 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 b . Certification by Steel Plate Fabricators Association (SPF A), Lloyd 's Registry, or ISO 9001 :2000. c . Demonstrate current production capability for volume of work required for this Project. d . Experience shall include successful fabrication to A WW A C200/ A WW A C208 standards of at least 25 fittings of 54-inch or larger pipe, with wall thickness of 0.270 inch(es) or greater, within past 5-year period. e. Experience shall include successful fabrication of at least five crotch plate fittings or specials requiring post weld heat treatment within past 5-year period. f . Experience shall be applicable to fabrication shop facilities and personnel, not company or corporation that currently owns fabrication facility or employs personnel. 3. Welders and Welding Operators: a . Shop Welders: In accordance with ASME BPVC SEC IX. b. Field Welders: In accordance with A WS D 1.1/D 1.1 M. 4. Certified Welding Inspector (CWI): a . fu accordance with AWS QCI, with knowledge of appropriate welding code for the Work. b. After receiving CWI qualification, CWI shall have at least 5 years of professional experience related to welding inspection similar to the Work. 5. NDT Quality Control Personnel: a. In accordance with requirements of ASNT SNT-TC-1 A, Level Il. b. After receiving NDT qualification, NDT personnel shall have at least 5 years of professional experience related to NDT inspection similar to the Work. B. Certified Welding Inspector (CWI) for Shop Welding: 181378.TM 02504 1. In accordance with A WW A C200 and as follows . 2. Responsibilities: a . Verify conformance to use of specified materials and their proper storage . b . Monitor conformance to approved WPS. c. Monitor conformance to approved NDT procedure specifications. d . Monitor conformance ofWPQ. e. Provide 100 percent visual inspection before, during, and after shop welding. f. Supervise NDT personnel and evaluate test results . g. Maintain records and prepare report confirming results of inspection and testing. 9 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 C. Certified Welding Inspector (CWI) for Field Welding: 1. In accordance with AWWA C206, AWS Dl.1/Dl.lM, and as follows. 2. Responsibilities : a. Verify conformance to use of specified materials and their proper storage. b. Monitor conformance to approved WPS. c. Monitor conformance to approved NDT procedure specifications. d. Monitor conformance ofWPQ. e. Provide 100 percent visual inspection before, during, and after field welding. f. Supervise NDT personnel and evaluate test results. g . Maintain records and prepare report confirming results of inspection and testing. D. Prefabrication Meeting: At the discretion of the Owner, hold prior to fabrication of pipe, fittings, or specials between representatives of Owner, Contractor, Engineer, and pipe fabricator to review the following: 1. Project scope. 2. Submittal requirements. 3. Testing. 4. Inspection responsibilities . 5. Shop welding requirements. 6. Field welding requirements. 7. Shop and field coating and lining requirements. 8. Production and delivery schedule. 9. Other issues pertinent to the Work. 1.07 DELIVERY, HANDLING, AND STORAGE A. Pipe Marking: Mark each pipe section in accordance with A WW A C303. In addition, mark each pipe section as follows : 1. Special pipe sections and fittings shall be marked at each end with notation "TOP FIELD CENTERLINE". 2. Mark "TOP MATCH POINT" for compound bends per A WW A C208 so end rotations can be easily oriented in field . B. Delivery: 181378.TM 02504 1. Securely bulkhead or otherwise seal ends of pipe, specials, and fittings prior to loading. 2. Pipe ends shall remain sealed until installation. 10 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 3. Damage to pipe, fittings, or specials, including linings and coatings, found upon delivery to Site, shall be repaired to Engineer's satisfaction or the pipe shall be removed from Site and replaced. C. Storage: 1. Support pipe securely to prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. 2. Support on sand or earth berms free of rock exceeding 2 inches in diameter. 1.08 SEQUENCING AND SCHEDULING A. Notify Engineer in writing of the following: 1. Pipe Manufacturing: Not less than 14 days prior to starting. 2 . Not less than 5 days prior to start of each of the following: a. Welding. b. Coating application. c. Lining application. d. Shop hydrostatic testing. PART 2 PRODUCTS 2 .01 GENERAL A. Pipe shall conform to requirements of A WW A C303, except as modified herein. B. Pipe shall be manufactured and inspected specifically for this Project, and shall not be taken from manufacturer's inventory. C. Pipe: 1. Manufacturing of bar wrapped concrete cylinder pipe, fittings, and specials shall be under direction of one pipe supplier. 2. Responsibility shall include, at minimum, coordinating work of other suppliers for fittings and specials. D. Joint rings for push-on joints shall be manufactured from Carnegie type shapes, suitable for the pressures applied. 181378.TM 02504 11 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 E . The inside diameter shall not be less than the nominal diameter shown or specified . F. Fittings and specials shall be manufactured, tested, inspected, and marked to comply with A WW A C200 and additional requirements of these Contract Documents, including the requirements of Section 02501 , Welded Steel Pipe, Specials, and Fittings. 2.02 CEMENT A. Cement: Type II. B. Cement for mortar lining and coating shall not originate from kilns which burn metal-rich hazardous waste fuel, nor shall a flyash or pozzolan be used as a cement replacement. 2.03 STEEL FOR CYLINDER AND FITTINGS A . Steel for Cylinders and Fittings: Conform to the requirements of Section 02501, Welded Steel Pipe, Specials, and Fittings. B. The steel cylinder and bar reinforcement criteria and stress limits as stated in A WW A C303, Section 4 .5.2.2 shall apply, except that the area of bar reinforcement shall not exceed 40 percent of the total steel area ( cylinder plus rod reinforcement). C . Minimum bar diameter shall not be less than 5/16 inch. D. Under the combined effect of the working pressure and surge pressure, the average circumferential stress in the steel cylinder and bar reinforcement of the pipe shall not exceed the values stated in A WW A C303 . 2.04 SPECIALS AND FITTINGS A. All specials and fittings shall conform to dimensions of A WW A C208 . 2 .05 FABRICATION A. Pipe: Bar wrapped concrete cylinder pipe shall consist of a steel cylinder w ith attached steel joint rings , centrifugally lined with portland cement-mortar, spirally wrapped with circumferential wrapped steel reinforcing bars under measured tension and coated with portland cement-mortar. The interior of the pipe shall be coated with mortar as noted herein. 181378 .TM 02504 12 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 B. Pipe With Restrained Joints: Where transmission ofload from one pipe to the next via field welded or otherwise restrained joints is anticipated , the load- path shall be adequately designed for structural transmission ofload as follows: 1. The cylinder thickness shall be capable of meeting the pipe thrust requirements assuming the area of rod reinforcement does not contribute to axial load restraint. 2. The cylinder thickness shall be constant throughout each section of restrained joint pipe. 3 . Joint rings and associated welds shall be designed for structural transmission of load in addition to watertight requirements . 4 . Axial load for cylinder design shall be the greater of the following load combinations: a. Full test pressure times area (Pt* A) plus soil drag. b. Temperature change plus effect of Poisson's ratio plus soil drag . 5. The bell and spigot joint, when assembled, shall be designed to permit adequate room for field welding and inspection. Minimum space between shoulder of bell and spigot, when assembled shall not be less than 2 inches. 6. Cylinder to joint ring assembly fit-up shall be limited as follows : the difference in circumferential measurement between ID of bell and spigot rings and OD of steel cylinders and shall not exceed 0.400 inch. If the root opening exceeds 1/16 inch, the size of the fillet weld shall be increased according to the root opening. 7. Joint rings shall be attached to pipe with double fillet or groove welds. 8. Spigot rings shall be manufactured per ASTM A675 , except that carbon content shall not exceed 0.25 percent, manganese content shall not exceed 1.35 percent and the steel shall contain no lead. Two tension and two bend tests shall be conducted on each heat of steel as specified in ASTM A675. Tension and bend specimens shall be oriented in the direction of field load application. 9. Applicable provisions of AWS Dl.1/Dl. lM or A WS Dl.3 Structural Welding Codes shall apply to welded steel components fabricated to this Specification. C. Pipe Laying Lengths : 181378 .TM 02504 1. Minimum or maximum individual pipe length shall be determined by pipe manufacturer and as allowed under the approved lay schedule submittal, unless otherwise noted. 2. All non-restrained pipe that is deflected or that has mitered joints in order to maintain alignment on horizontal or vertical curves shall have a minimum length of 8 feet, unless otherwise approved by the Engineer. 13 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 2.06 FABRICATION OF FITTINGS AND SPECIALS : A. Steel plates or sheets conforming to the requirements of Section 02501 , Welded Steel Pipe, Specials , and Fittings. B. Fabrication: 1. Shop fabricate only, no field fabrication will be allowed, unless approved by Engineer. 2 . Fabricate from materials of straight pipe in full conformance with requirements of these Contract Documents and dimensions of A WW A C208, unles s otherwise indicated. C . Lining and Coating: 1. Cement mortar in accordance with A WW A C303. 2.07 FIELD JOINTS A . Typical field welded joint in restrained sections shall be double fillet lap joint welded. B. Butt Joint Welded : As needed for closures or other locations required for construction. Plain ends beveled as required by A WW A C200 and Contractor 's field WPS . C. Lap Joint Welded: 1. Double fillet lap joints in preparation for field welding shall be in accordance with A WW A C200. 2 . For pipe 30 inches in diameter and larger, tack weld four metal tabs at equal intervals around inside circumference of bell ends to indicate location at which spigot end has reached maximum penetration into bell . Remove stops after welding of joint. D . Double welded lap joints and butt-strap joints shall be tapped and drilled for testing in accordance with A WW A C206 . 2.08 THERMAL CONTROL JOINTS A . Where restrained joints are indicated, a special longer joint (thermal contro l lap joint) shall be provided at a maximum spacing of 300 feet to account for movement of the installed pipe due to temperature changes . The Contractor shall determine the length required for the longer joint as defined by the Contractor 's pipe laying procedures and the location of the special joint. 181378 .TM 02504 14 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 2.09 FLANGES AND GASKETS A. Conform to A WW A C207. 2.10 WELD LEAD OUTLETS A . Provide as needed by Contractor and as approved by Engineer. 2 .11 SOURCE QUALITY CONTROL A. Inspection of Pipe Fabrication Procedure: Select and provide independent testing agency to observe pipe fabrication . Agency staff shall have experience in observation of concrete pipe fabrication in accordance with ASTM E329 . Representative of the agency shall be present full time while pipe is being fabricated and while protective coating and lining is applied . Provide a letter to Engineer certifying that pipe furnished meets requirements of this section. B. Materials Testing: Test concrete, mortar, rubber for gaskets, and welds in accordance with A WW A C303. Steel testing shall conform to the requirements of Section 02501, Welded Steel Pipe, Specials, and Fittings . C . Hydrostatic test steel cylinders in accordance with A WW A C303. D. Plant inspection by the Owner/Engineer will not be performed. PART 3 EXECUTION 3.01 EXAMINATION A . Inspect each pipe and verify size, condition, and class prior to placement. B . Clean each pipe and inspect for damage prior to placement. C . Repair any damage to the coating and lining system prior to installation. D. Remove any pipes from the Project with damage to the barrel or joint rings , and replace with undamaged pipe meeting this Specification. 3 .02 INSTALLATION A. Handle and install pipe sections in accordance with manufacturer's recommendations and A WWA Manual M9 . B. Immediately notify Engineer if pipe is damaged during installation process. C. Pipe to be laid directly on prepared and shaped bedding, excavation for bell holes required. 181378.TM 02504 15 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 D . Lay pipe in the order shown on supplier's approved Shop Drawings_. E. Adequately lubricate each pipe joint as defined in Manual M9 prior to joining. F . Equalize the volume of the gasket by moving a metal rod around the pipe, between gasket and spigot ring. G. Align bell and spigot squarely be for insertion, tilling of the pipe will not be allowed . H . Check installed gaskets for displacement using a feeler gauge around the full circumference of the pipe, as approved by Engineer. If gasket is not centered around the joint, disassemble and relubricate, install new gasket (if gasket was damaged) and reassemble, then recheck the gasket location. I. The interior exposed surfaces of the joint rings shall be protected by pointing with non-shrink grout in accordance with the recommendations and procedures in A WW A Manual M9. Metallizing of the surfaces with zinc or other products is not an acceptable alternative . J. The exterior joint space shall be grouted in accordance with the recommendations and procedures in A WW A Manual M9. K . Joints and related work for field assembly of fittings and specials shall conform to requirements for straight pipe, unless otherwise shown. L. Pipe alignment or grade may be changed slightly by Engineer to avoid obstructions. Make minor field adjustments by-pulling standard joints. 1. Maximum Allowable Deflection Angle: 7 5 percent of manufacturer's recommended, or angle that results froni 3/4-inch pull out from normal joint closure, whichev er is less. 2 . Maximum Allowable Gap: 1/8 inch between bell and spigot at weld location. M. Horizontal deflections or fabricated angles shall fall on alignment, as shown. N. Vertical deflections shall fall on alignment, and pipe angle point locations shall match those indicated on Drawings . 0 . Lay pipelines uphill on slopes greater than 10 percent. Block or hold pipe in place until backfilled, if placement is down hill (any grade). p . Do not place pipe on frozen ground, or ground that has frost penetration. 181378 .TM 02504 Ensure backfill is in place before frost or ice can form during cold weather installations. 16 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 Q. Pipe 30 Inches in Diameter and Larger with Welded Joints : 1. Ensure that maximum allowed penetration of spigot end into bell end is achieved through use of shop-welded tabs on inside circumference of bell end. 2 . Remove welded metal tabs prior to welding inside of joint. R . Pipe struts shall be left in place until backfilling operations have been completed. A laboratory selected and paid by the Owner may monitor pipe deflection by measuring pipe inside diameter before struts are removed and 24 hours after struts are removed. Pipe deflection shall not exceed 1.6 percent 24 hours after the struts are removed. After the backfill has been placed, the struts shall be removed and shall remain the property of the Contractor. Stulls and wedges shall be removed without damage to any coatings . Struts welded to steel cylinder shall not be removed with a torch or any other method that may damage the pipe lining or coating. The parent pipe material shall not be nicked, gouged, or damaged during strut removal. Tack welds, stull metal, weld splatter, slag, and burrs that remain attached to the parent metal surface after cutting shall be ground to with 1/32-inch of the parent metal. Grinding shall not penetrate the parent metal. The Contractor shall notify the Engineer prior to grinding. Following grinding, all pipe surfaces at the tack weld shall be visually inspected for defects. All defects deeper than 1/16-inch shall be repaired by welding in accordance with ANSI/ A WS D 1.1 and ANSI/ A WW A C206. All inspection work shall be performed by a certified welding inspector. 3 .03 WELDING A. Conform to A WS D 1.1 /D 1.1 M , A WW A C206 , approved welding procedures, and referenced welding codes. In case of conflict A WS D 1.1 /D 1.1 M shall govern. B. Preheat and Interpass temperature requirements for unlisted base metals shall be determined according to A WS D 1.1 /D 1.1 M , Annex XI Guideline on Alternative Methods for Determining Preheat. C. Rejected weld defects shall be repaired or removed and replaced, and retested until sound weld metal has been deposited in accordance with appropriate welding codes. D. As a minimum, Contractor shall field weld all joints for joint restraint between the following stations: 181378.TM 02504 FROM 8+31.45 17 TO 9+10.00 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 FROM TO 9+20.00 9+90.00 30+32.00 33+09.00 57+10.00 59+40.00 60+90.00 62+70.00 87+10 .00 89+70.00 91+65 .00 94+45.00 E. All fittings require at least 20 feet of restrained pipe each side of fitting. F. Any changes in vertical or horizontal alignment from that provided in the drawings may necessitate a change in restrained joint lengths. Contractor shall contact Engineer any time a change in alignment is necessary. 3.04 CATHODIC PROTECTION A. Apply to pipe as shown and as specified in Section 13990, Galvanic Anode Cathodic Protection System. 3.05 PIPE JOINT BONDING A. Bond all non-welded joints of pipe that is buried or partially buried as shown and as specified in Section 13985, Pipe Bonding and Test Stations . 3.06 INSULATING FLANGES A. Install insulating flanges as shown and as specified in Section 13985, Pipe Bonding and Test Stations. 3.07 THERMAL CONTROL JOINTS A. Control temperature stresses in accordance with A WW A C206, the approved Temperature Stress Control submittal, and these Specifications. B. To control temperature stresses, the temperature control joint areas of the pipe shall be shaded from the direct rays of the sun by the use of properly supported awnings, umbrellas, tarpaulins, or other suitable materials. The 'Temperature Control Joint Area' is defined as the entire length of pipe left exposed near a control joint after placing the pipe backfill between it and the other control joints in each direction. Shading materials at the joint area shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the pipe joints need not be performed when the ambient air temperature is below 45 degrees F. C. At intervals not exceeding 300 feet along welded reaches of the pipeline, and where shown, the pipe shall be laid with an initial lap in accordance with the 181378.TM 02504 18 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 Drawings. Where temperature control joints occur in a traveled roadway or other inconvenient location, the location of the shrinkage control joint may be adjusted, as acceptable to the Engineer. D . Provide and install thermocouple temperature gauges to monitor the temperature of the steel cylinder wall as it lies in the trench. All pipe temperature requirements specified herein shall be measured at the top inside of the steel cylinder using the thermocouple gauges hereinbefore specified. Specific temperature requirements for the pipeline steel cylinder shall be met prior to installation of the embedment material , during and after placement of embedment, and during welding of the temperature control joints. If atmospheric conditions do not allow the conditions to be met, supplemental cooling shall be required by the Contractor. The following outlines the specific temperature control requirements: 181378.TM 02504 1. Placement of embedment shall proceed in the direction of pipe laying from one temperature control joint to the next. During placement of embedment, the lead end of the pipe section (toward the next temperature control joint) shall be left unbackfilled or otherwise unrestrained such that the end of the pipe is free to move in response to ·expansion or contraction due to temperature changes. Embedment shall not be placed in a direction, which would result in embedment placement proceeding in a direction toward previously or simultaneously placed embedment without the written permission of the Engineer. The direction of embedment placement will not be limited for placement at the short unbackfilled section immediately adjacent to the temperature control joints. 2. During period between embedment placement operations, any section of pipeline that is partially backfilled with embedment (less than one foot over the top of pipe) shall be shaded from the direct rays of the sun by the use of properly supported awnings , umbrellas, tarpaulins , or other suitable materials until the pipe is backfilled at least 1 foot over the top of the pipe. Shading materials shall not rest directly on the pipe but shall be supported to allow air circulation around the pipe. Shading of the partially backfilled pipe need not be performed when the Contractor can demonstrate to the satisfaction of the Engineer, using thermocouple data, that shading is not necessary to meet the specified temperature requirements. The temperature of the partially backfilled pipe shall not be allowed to exceed 110 degrees Fahrenheit at any time . Provide supplemental cooling as required. 3. Prior to welding the temperature control joints, the pipeline extending 300 feet each direction from the joint shall be maintained at or below 75 degrees F. Additionally, the pipeline extending 300 feet each direction from the joint shall be backfilled with embedment to at least one foot over the top of the pipe. At the specified temperature, the 19 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 temperature control joints can be welded. Begin and complete the weld during the coolest interval of suitable length within a 24-hour day. Use the thermocouple data to demonstrate to the Engineer the coolest interval of the day. 4. After welding any temperature control joint, the pipe temperature for 150 feet in each direction from the control joint shall be maintained below 110 degrees F for a minimum of 24 hours after the temperature control joint area has been backfilled to at least 1 foot over the top of the pipe. This requirement is in addition to the shading and embedment placement temperature requirements specified herein. 3.08 FIELD QUALITY CONTROL A. Field Welding: 18137 8.TM 025 04 1. Welds (100 percent inspection) shall be VT inspected by Contractor's CWI and marked to indicate acceptance or rejection 2. Test butt-strap or double-welded lap joint welds or welded joints with gaskets by pressurizing connection between the two fillet welds or between the weld and the gasket in accordance with A WW A C206 . a. Apply air or other Engineer-approved gas into connection between the two fillet welds. b. If joint fails air test, paint welds with soap solution. c. Mark leaks indicated by escaping gas bubbles and repair or remove and replace the weld, as noted above. d . After acceptance of the joint air test, close threaded openings with flush pipe plugs or by welding them. 3. Inspect 10 percent of butt joint welds with full circumference RT . 4. Inspect 10 percent oflap joint welds PT or MT. 5. Weld Acceptance: a . If, in the opinion of Engineer, inspections indicate inadequate quality of welds , percentage of welds inspected shall be increased. b. Welds to be inspected, if less than 100 percent rate, shall be selected at random by Engineer. c. VT: Perform VT per AWS Dl.1/Dl.lM Paragraph 6 .9 . d. UT: Perform UT of CJP groove welds in accordance with AWS Dl.1/Dl.lM, Paragraph 6 .13 .1. e. RT: Perform RT of CJP butt joint welds in accordance with AWS Dl.1/Dl.lM, Paragraph 6 .12 .1. f. PT or MT: 1) Perform on fillet and P JP groove welds in accordance wi th AWS Dl.1 /Dl.lM, Paragraph 6 .10. 2) Acceptance shall be in accordance with VT standards specified above. 20 MAY 15, 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 g. Remove in manner that permits proper and complete repair by welding. h . Caulking or peening of defective welds is not permitted. i. Repair or remove and replace and retest rejected welds. 6 . Submit test results to Engineer. 7. Owner will conduct random nondestructive inspections of field-welded joints . Inspections will b e of an appropriate type for weld being evaluated . Possible type s of inspection include, but are not limited to , radiographs , magnetic particle, and ultrasonic. Testing will be performed and evaluated per A WS D 1.1 /D 1.1 M. Provide access to the Work. B . Hydrostatic Testing 1. Pipeline Field Hydrostatic Test: See Section 02500, Conveyance Piping -General. 3.09 MANUFACTURER'S SERVICES A . Manufacturer 's representative shall be available at site full -time for the first three weeks of pipe installation, and after that as needed by the Contractor or requested by the Owner throughout the length of the project for installation assistance and inspection. 181378.TM 02504 END OF SECTION 21 MAY 15 , 2007 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 181378A.GN1 SECTION 02517 AIR AND VACUUM RELEASE VALVE ASSEMBLIES PARTl GENERAL 1.01 REFERENCES A . The following is a list of standards which may be referenced in this section: 181378.TM 02517 1. American Society of Mechanical Engineers (ASME): a. Bl6.l, Cast Iron Pipe Flanges and Flanged Fittings Classes 25, 125, and 250. b . B36.10M, Welded and Seamless Wrought Steel Pipe. c. B36.19M, Stainless Steel Pipe. d. Boiler and Pressure Vessel Code. 2 . American Water Works Association (A WW A): a. C209, Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. b. C214, Tape Coating Systems for the Exterior of Steel Water Pipelines. c. C220, Stainless Steel Pipe, 4 In. (100 mm) and Larger. d. C500, Metal-Seated Gate Valves for Water Supply Service. e. C504, Rubber-Seated Butterfly Valves. f. C507 , Ball Valves, 6 In. Through 48 In.(150 mm Through 1200 mm) g. C509, Resilient-Seated Gate Valves for Water Supply Service. h . C512, Air-Release, AirNacuum, and Combination Air Valves for Waterworks Service. 1. C550, Protective Epoxy Interior Coatings for Valves and Hydrants. j . C800, Underground Service Line Valves and Fittings . 3. ASTM International (ASTM): a . A53/A53M, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. b. B43, Standard Specification for Seamless Red Brass Pipe, Standard Sizes. c. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. d. Dl 785, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 4. Environmental Protection Agency (EPA): Safe Drinking Water Act. 1 MAY 15, 2007 AIR AND VACUUM RELEASE VALVE ASSEMBLIES 181378A.GN1 1.02 SUBMITT ALS A. Action Submittals: 1. Product data sheets for make and model. 2. Complete catalog information, descriptive literature, specifications , and identification of materials of construction. 3. Maximum recommended test pressure; maximum and minimum recommended working pressures of air valves , isolation valves, flanges , connecting piping, and fittings . 4. Recommended seating materials for specified operating pressures . B. Informational Submittals: 1. Manufacturers' Instructions: a. Installation and testing of products specified. 2. Operation and maintenance data. 3. Affidavit of Compliance in accordance with A WW A C5 l 2 stating valve and all materials used conform to applicable requirements of A WW A C512 and these Specifications, and tests specified have been performed and all requirements have been met. PART 2 PRODUCTS 2.01 AIR VALVES A. General 1. Vacuum breaker/air release valve assembly shall conform to AWWAC512. 2. Epoxy Lining and Coating a . Interior of air valves shall be coated in accordance with AWWAC550. b. Either two-part liquid material or heat-activated (fusion) material except only heat-activated material if specified as "fusion" or "fusion bonded" epoxy. c. Minimum 7-mil dry film thickness except where limited by valve operating tolerances. 3. Air valves shall be factory tested in accordance with A WW A C512. Suitable for operating pressures between O and 150 psi . B. Vacuum Breaker/ Air Release Valve Assembly, Water Service, 10 Inches : 181378.TM 025 17 1. Suitable for potable water service. 2. Automatically exhausts air during system filling and allows air to re-enter during draining or when vacuum occurs . Release accumulated 2 MAY 15, 2007 AIR AND VACUUM RELEASE VAL VE ASSEMBLIES 181378A.GN1 air from piping system while the system is in operation and under pressure. 3 . Vacuum Breaker Air Inlet: Flanged 4. Rated 150 psi working pressure and 225 psi test pressure. 5. Cast iron body. 6. Equip with antislam device to throttle flow of water into air valve and prevent damage caused by rapid closure. 7. Manufacturers and Products: a. Val-Matic Valve; Model VM-1860VB/38.5 With 2" ARV, Val- Matic Model VM 38.6. b. Or approved equal. 2.02 CONNECTION TO MAINLINE A . Flanged Outlet or Fitting: Flange shall be in accordance with ANSI B 16.1 for Class 250 iron flanges. 2.03 ISOLATION VALVES A. Furnish a threaded ball valve between the vacuum breaker and air release valve 2.04 PIPING BETWEEN MAINLINE AND AIR VAL VE A. Steel pipe conforming to Section 02501, Welded Steel Pipe, Specials, and Fittings. B. Ductile iron pipe conforming to Section 02502, Ductile Iron Pipe and Fittings. 2.05 VALVE VAULT A. As indicated on the project drawings. 2.06 ACCESSORIES A. As shown on the project drawings . PART 3 EXECUTION 3.01 INSTALLATION A . Valves: 181378.TM 02517 3 MAY 15, 2007 AIR AND VACUUM RELEASE VALVE ASSEMBLIES l8I378A .GN1 1 . In accordance with manufacturer's printed instructions . 2 . Orient valve in vault with easy access to operator. 3. Replace valves that drip or do not function properly. 3.02 TESTING AND INSPECTION A. . Vacuum Breaker/ ARV: 1. May be either tested while testing pipelines, or as a separate step. 2. Isolation valves shall be in open position during pipeline test. B. Isolation Valves: Test that valves open and close smoothly with operating pressure on one side and atmospheric pressure on the other. C. Inspect valves as pipe is being filled to verify venting and seating is fully functional. D . Verify leak-free performance during testing. 181378.TM 02517 END OF SECTION 4 MAY 15, 2007 AIR AND VACUUM RELEASE VAL VE ASSEMBLIES 181378A.GN1 SECTION 02517 AIR AND VACUUM RELEASE VALVE ASSEMBLIES PARTl GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 181378.TM 02517 1. American Society of Mechanical Engineers (ASME): a. Bl6.l , Cast Iron Pipe Flanges and Flanged Fittings Classes 25 , 125, and 250. b . B36.10M, Welded and Seamless Wrought Steel Pipe. c. B36. l 9M, Stainless Steel Pipe. d. Boiler and Pressure Vessel Code. 2. American Water Works Association (A WW A): a. C209, Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. b. C214, Tape Coating Systems for the Exterior of Steel Water Pipelines. c. C220 , Stainless Steel Pipe, 4 In. (100 mm) and Larger. d. C500 , Metal-Seated Gate Valves for Water Supply Service . e. C504, Rubber-Seated Butterfly Valves. f. C507 , Ball Valves, 6 In. Through 48 In.(150 mm Through 1200 mm) g. C509, Resilient-Seated Gate Valves for Water Supply Service. h. C512, Air-Release, AirNacuum, and Combination Air Valves for Waterworks Service. 1. C550 , Protective Epoxy Interior Coatings for Valves and Hydrants . j. C800 , Underground Service Line Valves and Fittings. 3. ASTM International (ASTM): a. A53 /A53M, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless . b. B43, Standard Specification for Seamless Red Brass Pipe, Standard Sizes . c. C478 , Standard Specification for Precast Reinforced Concrete Manhole Sections. d. Dl 785, Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 4. Environmental Protection Agency (EPA): Safe Drinking Water Act. 1 MAY 15 , 2007 AIR AND VACUUM RELEASE VALVE ASSEMBLIES 181378A.GN1 1.02 SUBMITI ALS A. Action Submittals: 1. Product data sheets for make and model. 2. Complete catalog information, descriptive literature, specifications, and identification of materials of construction. 3. Maximum recommended test pressure; maximum and minimum recommended working pressures of air valves , isolation valves, flange s, connecting piping, and fittings. 4 . Recommended seating materials for specified operating pressures. B. Informational Submittals: 1. Manufacturers' Instructions: a. Installation and testing of products specified. 2 . Operation and maintenance data. 3. Affidavit of Compliance in accordance with A WW A C512 stating valve and all materials used conform to applicable requirements of AWWA C512 and these Specifications, and tests specified have been performed and all requirements have been met. PART 2 PRODUCTS 2.01 AIR VALVES A. General 1. Vacuum breaker/air release valve assembly shall conform to AWWAC512. 2 . Epoxy Lining and Coating a. Interior of air valves shall be coated in accordance with AWWAC550. b. Either two-part liquid material or heat-activated (fusion) material except only heat-activated material if specified as "fusion" or "fusion bonded" epoxy. c. Minimum 7-mil dry film thickness except where limited by valve operating tolerances. 3. Air valves shall be factory tested in accordance with A WW A C5 l 2 . Suitable for operating pressures between O and 150 psi . B . Vacuum Breaker/Air Release Valve Assembly, Water Service, 10 Inches: 181378.TM 02517 1. Suitable for potable water service. 2 . Automatically exhausts air during system filling and allows air to re-enter during draining or when vacuum occurs. Release accumulated 2 MAY 15, 2007 AIR AND VACUUM RELEASE VAL VE ASSEMBLIES 181378A .GN1 air from piping system while the system is in operation and under pressure. 3. Vacuum Breaker Air Inlet: Flanged 4. Rated 150 psi working pressure and 225 psi test pressure. 5. Cast iron body. 6 .. Equip with antislam device to throttle flow of water into air valve and prevent damage caused by rapid closure. 7. Manufacturers and Products: a. Val-Matic Valve; Model VM-1860VB/38 .5 With 2" ARV , Val- Matic Model VM 38.6 . b. Or approved equal. 2.02 CONNECTION TO MAINLINE A. Flanged Outlet or Fitting: Flange shall be in accordance with ANSI B 16 .1 for Class 250 iron flanges . 2.03 ISOLATION VALVES A. Furnish a threaded ball valve between the vacuum breaker and air release valve 2.04 PIPING BETWEEN MAINLINE AND AIR VAL VE A . Steel pipe conforming to Section 02501 , Welded Steel Pipe, Specials, and Fittings. B. Ductile iron pipe conforming to Section 02502 , Ductile Iron Pipe and Fittings. 2.05 VALVE VAULT A. As indicated on the project drawings. 2.06 ACCESSORIES A. As shown on the project drawings . PART 3 EXECUTION 3 .01 INSTALLATION A. Valves: 181378 .TM 02517 3 MAY 15 , 2007 AIR AND VACUUM RELEASE VAL VE ASSEMBLIES 181378A.GN1 1. In accordance with manufacturer's printed instructions . 2. Orient valve in vault with easy access to operator. 3 . Replace valves that drip or do not function properly. 3 .02 TESTING AND INSPECTION A. Vacuum Breaker/ ARV: 1. May be either tested while testing pipelines, or as a separate step . 2. Isolation valves shall be in open position during pipeline test. B. Isolation Valves: Test that valves open and close smoothly with operating pressure on one side and atmospheric pressure on the other. C. Inspect valves as pipe is being filled to verify venting and seating is fully functional. D . Verify leak-free performance during testing . 181378.TM 02517 END OF SECTION 4 MAY 15, 2007 AIR AND VACUUM RELEASE VALVE ASSEMBLIES 181378A.GN1 SECTION 13985 PIPE BONDING AND TEST STATIONS PARTl GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American Concrete Institute (ACI): 301, Standard Specification for Structural Concrete. 2. ASTM International (ASTM): a. A497, Specification For Steel Welded Wire Reinforcement, Deformed, For Concrete. b. A615/A615M, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. c . B418, Standard Specification for Cast and Wrought Galvanic Zinc Anodes. d. C94, Standard Specification for Ready-Mixed Concrete. e. C387, Standard Specification for Packaged, Dry, Combined Materials for Mortar and Concrete. 3 . NACE International (NACE): RP0169, Recommended Practice for Control of External Corrosion on Underground or Submerged Metallic Piping Systems. 4. National Electrical Manufacturers Association (NEMA): a. C80.1, Rigid Steel Conduit -Zinc Coated (GRC). b. TC 2, Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80). c. WC 70, Nonshielded Power Cables Rated 2000 volts or less for Distribution of Electrical Energy. 1.02 DEFINITIONS A. Electrical Isolation: Condition of being electrically isolated from other metallic structures (including, but not limited to, piping, reinforcement , casings) and the environment as defined in NACE RP0169. B. Electrically Continuous Pipeline: Pipeline that has a linear electrical resistance equal to or less than the sum of the resistance of the pipe plus the maximum allowable bond resistance for each joint as specified in this section. C. Ferrous Metal Pipe: Pipe made of steel or iron, or pipe containing steel or iron as a principal structural material, except reinforced concrete pipe. 181378.TM 13985 1 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 D. Foreign-Owned: Buried pipe or cable not specifically owned or operated by Owner. E. Lead, Lead Wire, Joint Bonds , Pipe Connecting Wires, Cable: Insulated copper conductor; the same as wire . 1.03 SUBMITTALS A. Action Submittals: Catalog cuts and other information for products proposed for use. B. Informational Submittals: 1. Manufacturer's Certificate of Compliance. 2. Field Test Reports. 3. Qualifications of Cathodic Protection Specialist. 1.04 · QUALITY ASSURANCE A. Cathodic Protection Specialist Qualifications : NACE International certified. PART 2 PRODUCTS 2.01 WIRES A. Conform to applicable requirements of NEMA WC 70. B. JointBond: 1. General: Single-conductor, stranded copper wire with 600-volt HMWPE insulation. Supply joint bonds complete with formed copper sleeve on each end of wire. 2 . Push-On, Mechanical, or Flanged Joints: No. 2 A WG wires, 18 inches long. 3. Concrete Cylinder Pipe: Two No. 2 AWG bond wires , for each joint. Bond wires shall be 9 inches long with sufficient insulation removed from each end of wire to allow field welding. C. Test Station: Single-conductor, No. 12 A WG stranded copper with 600-volt TW, THWN, or THHN insulation and single-conductor, No. 8 A WG stranded copper with 600-volt TW, THWN, or THHN insulation. D. Insulation Colors: As shown on Drawings . 181378.TM 13985 2 MAY 15, 2007 PIPE BONDING AND TEST ST A TIONS I81378A.GN1 2.02 CATHODIC PROTECTION TEST STATIONS A . Post Mounted (Standard): 1. Test Box: Cast aluminum suitable for threaded mounting to a I-inch or larger rigid galvanized conduit. 2. Terminal Block: Plastic or glass-reinforced laminate, 1/4-inch-thick with eight terminals . Terminals shall have special heads to keep them from turning or shall be easily accessible from both sides of terminal block without requiring its removal. Terminal studs , washers, and nuts shall be nickel-plated brass. 3. Mounting Structure: Galvanized steel beam as shown on the Drawings. 4. Mounting Hardware: Conduit straps and hardware required to mount test station to post shall be galvanized steel. 5. Manufacturer and Product: Testox ; 1,000 series test stations. 2.03 PERMANENT REFERENCE ELECTRODES A. Prepackaged Copper-Copper Sulfate Reference Electrodes: 1. Material: Permanent type, copper-copper sulfate reference electrode suitable for direct burial with a minimum desi gn life of 15 years . 2 . Dimensions : 1-1/2 inches diameter by 6 inches long, minimum. 3. Wire : No . 12 AWG stranded copper wire with yellow , 600-volt RHH- RWH insulation. Wire shall be attached to electrode and insulated with manufacturer's standard connection. Connection shall be stronger than the wire. 4. Backfill: Manufacturer's special low resistivity gypsum-bentonite backfill in permeable cloth bag. 5 . Packaging: Furnish electrode packaged in a plastic or heavy paper bag of sufficient thickness to protect electrode, backfill , and cloth bag during normal shipping and handling. 6. M anufacturers: a. Borin Manufacturing ; Model SRE-007-CUY .. b. Electrochemical Devices , Inc.; Model UR-CUG-CW. c . GMC Electrical, Inc.; Model CU-1-UGPC. 2 .04 THERMITE WELD MATERIALS A . General : Thermite weld materials consist of wire sleeves , welders , and weld cartridges according to weld manufacturer 's recommendations for each wire size and pipe or fitting size and material. Welding materials and equipment shall be product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. B. Molds: Graphite . Ceramic "One-Shot" molds not acceptabl e. 181378.TM 13985 3 MAY 15 , 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 C. Adapter Sleeves: 1. For No . 12 A WG , No. 4 A WG, and No. 2 A WG wires. 2. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in field are acceptable. Attach field-formed joint bond sleeves with appropriate size and type of hammer die furnished by thermite weld manufacturer. 3. Extend wire conductor 1/4 inch beyond end of sleeve . D. Cartridges: Cast iron thermite weld cartridges for cast and ductile iron pipe and fittings. 1. Maximum Cartridge Size: 25 grams for steel and 32 grams for cast and ductile iron materials , respectively. E. Welders and Cartridges: For attaching copper wire to pipe material: Cartridge Size, Pipe Material Weld Type Max. No. 4 A WG Wire & Smaller: Steel HA, VS , HC 25 gm Ductile Iron HB, VH ,HE 32gm No. 2 A WG Joint Bonds: Steel FS 25 gm Ductile Iron FC 32gm Concrete Cylinder Pipe HA,GR 32gm F. Welding Materials Manufacturers : 1. Erico Products Inc . (Cadweld), Cleveland , OH. 2. Continental Industries , Inc. (Thermo-Weld), Tulsa, OK. G . Thermite Weld Coating: 181378.TM 13985 1. Thermite Weld Caps: Prefabricated weld cap with coating and suitab le primer, such as Handy Cap II with Royston Primer 747 , as manufactured by Royston Laboratories , Inc . 2. Use products recommended by pipe or fitting coating manufacturer to repair spot damage at thermite weld connections not co vered by standard pipeline coating repair procedure or thermite weld cap . 4 MAY 15 , 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 2.05 ANCILLARY MATERIALS A. Mastic Coating: TC Mastic (Brush Applied) as manufactured by Tapecoat Co ., Evanston, IL. B. Wire Connectors : One-piece, tin-plated crimp-on lug connector as manufactured by Burndy Co . or Thomas and Betts. C. Compression Connectors : 1. For in-line , tap , and multisplice , furnish "C" taps made of conductive wrought copper, sized to fit wires being spliced . 2. Manufacturer and Product: Bumdy; Type "YC." D. Silver Brazing Alloy: 15 percent silver content, 1,185 degrees F to 1,300 degrees F melting range . E . Electrical Tape: 1. Linerless rubber high-voltage splicing tape and vinyl electrical tape suitable for moist and wet environments . 2 . Manufacturer and Product: 3M Products ; Scotch 130 C and Scotch 88. F . Shunts: 0.001-ohm Holloway Type SS. 2.06 INSULATING JOINTS A. Insulating Joints: Dielectric unions , flanges , or couplings. 1. Complete as sembly shall have an ANSI rating equal to or higher than that of joint and pipeline. 2. Materials shall be resistant for the intended exposure, operating temperatures , and products in the pipeline. B. Flange Insulating Kits: 181378.TM 13985 l. Gaskets : Full -face Type E with elastomeric sealing element. Sealing element shall be retained in a groove within retainer portion of gasket. 2. Insulating Sleeves: Full-length fiberglass reinforced epoxy (NEMA G-10 grade). 3. Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). 4. Steel Washers: Plated , hot-rolled steel, 1/8 inch thick. 5. Manufacturers : a. Pacific Seal , Inc ., Burbank, CA . b. Advance Products and Systems , Lafayette, LA. 5 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 C. Insulating Unions: 0-ring sealed with molded and bonded insulating bushing to union body, as manufactured by Central Plastics Co ., Shawnee, OK. PART 3 EXECUTION 3.01 INSTALLATION A . Construct system of pipe joint bonds to form an electrically continuous pipeline. Also install casing insulators, insulating joints and test stati9 "· 3 .02 PIPE JOINT BONDING A. Electrically bond joints of buried steel and iron pipe and concrete cylinder pipe, including vault and manhole piping and fittings, and including restrained joints, except joints specified to be threaded, welded, or insulated . B. Install two joint bond wire assemblies at each joint that requires bonding. C . Use thermite weld process for electrical connection of wires to pipe and fittings. D. Test each bonded joint for continuity. 3.03 CONCRETE CYLINDER PIPE STUDS OR PLATES A. Shop weld bonding studs or plates to both pipe bell-and-spigot with full penetration fillet welds without undercutting, gaps, or cracks. B. Repair studs or plates damaged during shipment or handling prior to installation and in a manner approved by Engineer. 3 .04 TEST STATION INSTALLATION A. Determine location of test stations based on actual site conditions and as approved by Engineer. B. Locate test stations as shown on the Drawings. C. Attach test wires to pipe. D . Wires to foreign-owned pipelines will be attached by pipeline owner, unless permission is granted to Contractor in writing by owner of foreign pipeline. Coordinate this Work with owner of foreign pipeline before pipe is excavated . E . Locate post mounted test stations directly over pipe and at protected locations such as fences , road crossings, and edges of cultivated land. 181378.TM 13985 6 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 F. Bury test and reference electrode wires a minimum of 36 inches below finished grade. G. Make wire connections to test station terminals with crimp-on spade lug terminals, except where solid wire is specified or terminal strips with tubular clamps are used. H. Wire Labels: 1. Install on conductors in boxes. 2. Materials shall be suitable for permanent identification. 3. Plastic, paper, or cloth markers will not be permitted. 4. Position markers in boxes so they do not interfere with operation and maintenance. 5. Each pipe test wire shall include pipe diameter and pipe type , reference electrode, casing, or galvanic anode, as applicable. 3.05 CONDUITS A. Secure conduits entering test station boxes with double locknuts , one on outside and one on inside. B. Install insulated bushings and insulated throat connectors on ends of rigid metallic conduit. C. Use watertight couplings and connectors . Install and equip boxes and fitting to prevent water from entering conduit or box. Seal unused openings . 3 .06 REFERENCE ELECTRODE INSTALLATION A. Remove plastic or paper wrapper and place reference electrode within pipeline trench excavation 6 inches from below centerline of pipe in a vertical or horizontal position. Install reference electrode within 18 inches of foreign pipelines, between foreign and Owner's pipeline. B. Backfill reference electrodes with native trench material. Terminate wires in test stations . 3.07 WIRECONNECTIONS A. Thermite Weld: 181378.TM 13985 1. Use thermite weld method for electrical connection of copper wire to steel , ductile, and cast iron surfaces . Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation recommended by the welder manufacturer. Assure that the pipe or fitting wall thickness is of sufficient thickness that thermite weld 7 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 process will not damage integrity of pipe or fittirig wall or protective lining. 2. After weld connection has cooled, remove slag, visually inspect, and physically test wire connection by tapping with a hammer; remove and replace any defective connections. 3. On pipe and fittings with dielectric linings, make weld connection on shop tab provided or on a thick metal section to minimize damage to lining and coating. After weld is made, coat weld with coating repair material. 4 . Install prefabricated thermite weld cap over each completed connection to ductile iron pipe. Repair exposed metal surfaces not covered by thermite weld cap in accordance with coating manufacturer's recommendations. Repair damage to pipe lining in accordance with lining applicator's recommendations. 5. Make wire connections to concrete cylinder pipe by thermite welding to shop welded steel studs or plates provided on pipe for this purpose. Clean steel studs to bright metal before thermite welding. Coat completed wire connection with cement mortar. 6. Make wire connections. 3.08 WIRE INSULATION REPAIR A. Wires shall be handled with care. Splices for damage to wire insulation shall be required by spirally wrapping (50 percent overlap, minimum) with two coats of high-voltage rubber splicing tap and two layers of vinyl electrical tape. Make wire splices with suitable sized compression connectors or mechanically secure and solder with rosin cored 50/50 solder. Splices shall be approved by Engineer. 3.09 INSULATED JOINTS A. Install insulated joints to electrically isolate pipeline from other structures. Locate insulated joints at connections to existing metallic pipe, where cathodically protected pipe connects to pipe not intended to have cathodic protection, and where shown. Install a Type I test station at each buried insulated joint. B. Align and install insulating joints according to manufacturer's recommendations to avoid damaging insulating materials . C. After assembly of insulated flanges, prepare c_ement-mortar surface in accordance with paint manufacturer's instructions and apply a 20-mil minimum thickness of EPA potable water approved, 100 percent solids water or air curing epoxy coating to interior of pipeline. Apply coating for a minimum of two pipe diameter lengths from insulating flange in both directions. Apply and cure coating in accordance with manufacturer's 181378.TM 13985 8 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 recommendations . Do not apply coating where it will interfere with operation of pipeline valves or other pipeline assemblies. 3 .10 TESTS AND INSPECTION A. Test Equipment: Before construction begins, obtain test equipment necessary for electrical continuity testing, and the following equipment: 1. Model 601, Above-Ground or 702, Buried Insulation Checker, as manufactured by Gas Electronics Co., Seymour, MO. 2. A Model 77 Series III, Digital Multimeter, with case and test leads, as manufactured by Fluke Corporation, Everett, WA. 3. Two Model 6B copper-copper sulfate reference electrodes as manufactured by Tinker and Rasor, San Gabriel, CA. 4. 1 quart of copper sulfate antifreeze solution. 5. 1/2 pound of copper sulfate crystals. B. Store test equipment at Site and maintain in accurately calibrated, working condition. Test equipment shall be available to Engineer for testing purposes . Upon completion of Project, test equipment listed above shall be turned over to Owner in clean, accurate, and fully functional condition, along with operating manuals, test wires, and cases supplied with equipment. C . Electrical Continuity Testing: 181378.TM 13985 1. Provide necessary equipment and materials and make electrical connections to pipe as required to test continuity of bonded joints. 2. Conduct continuity test on buried joints that are required to be bonded. Test electrical continuity of joint bonds after bonds are installed but before backfilling of pipe. 3 . Have Cathodic Protection Specialist monitor tests of bonded joints. 4. Test electrical continuity of completed joint bonds using either a digital low resistance ohmmeter or by Calculated Resistance Method, at Contractor's option. 5. Digital Low Resistance Ohmmeter Method: a. Provide the following equipment and materials: 1) One Biddle Model 247001 digital low resistance ohmmeter. 2) One set of duplex helical current and potential hand spikes, Biddle Model No. 241001 , cable length as required. 3) One calibration shunt rated at 0.001 ohms, 100 amperes, Biddle Model No. 249004. b. Test Procedure: Measure resistance of joint bonds with low resistance ohmmeter in accordance with manufacturer's written instructions. Use helical hand spikes to contact pipe on each side of joint, without touching thermite weld or bond. Clean contact area to bright metal by filing or grinding and without surface 9 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378.TM 13985 181378A.GN1 rusting or oxidation. Record measured joint bond resistance on test form described herein. Repair damaged pipe coating. 6. Calculated Resistance Method : a. Provide the following equipment and materials: 1) One de ammeter (meter or clamp-on) with full scale reading of 100 amperes and a minimum resolution of 1 ampere or a 100-ampere shunt with a voltmeter as specified herein. 2) One high resistance electronic voltmeter with a de low range of 200 millivolts full scale to a de high range of 20 volts full scale and capable of a minimum resolution of 1 millivolt (two voltmeters are required if a shunt is used). 3) One knife switch, safety switch, or time controlled relay suitable for test current. 4) Two electrical probes for the voltmeter. 5) Insulated wire suitable for carrying the test current, length as required. 6) One de power supply with a steady capacity of 50 amperes minimum; storage batteries are not an acceptable power supply. b. Test Procedure: Either tightly clamp or thermite weld current wire connections to the pipe. Determine wire size for the test current, and do not exceed 1,000 feet in length. c. Apply a minimum direct current of 50 amperes . d . Measure voltage drop across each joint with voltmeter by contacting pipe on each side of joint. Voltmeter connections to bond wire or thermite welds will not be acceptable. e. Measure current applied to test span and voltage drop across joint simultaneously. f. Record measured voltage drop and current for each joint of test form described herein and calculate bond resistance in accordance with the following formula: Where: R= E= I= E R=- I Resistance of the joint bond. Measured voltage drop across the joint, in volts. Test current applied to the pipe test span, in amperes. 10 MAY 15, 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 7. Joint Bond Acceptance: a. Joint Bond Resistance: Less than or equal to the maximum allowable bond resistance values in Table 1. Table 1 Max. Allowable Resistance Joint Type 1 Bond/Joint 2 Bonds/Joint Push-On or Mechanical 0 .000325 ohm 0.000162 ohm Flexible Coupling 0.000425 ohm 0.000212 ohm Concrete Cylinder 0.000250 ohm 0.000125 ohm b. Replace joint bonds that exceed the allowable resistance. Retest replacement joint bonds for compliance with bond resistance. c. Repair defective joint bonds discovered during energizing and testing. 8. Record Tests of Each Bonded Pipeline: a. Description and location of pipeline tested. b . Starting location and direction of test. c . Date of test. d . Joint type. e. Test current and voltage drop across each joint and calculated bond resistance (Calculated Resistance Method only). f. Measured joint bond resistance (Digital Low Resistance Ohmmeter method only). D. Insulated Joint Testing: Test each joint after assembly with the insulator tester in accordance with the manufacturer's written instructions. Cathodic Protection Specialist shall monitor the tests. Replace damaged or defective insulation parts . 1. Correct defects identified during testing. 2 . Provide Engineer with 3 days' advance notice before beginning tests. 3.11 FUNCTIONAL TESTING A . Measure structure-to-soil potential of pipeline at each test station using equipment specified herein. Structure-to-soil potential measurements shall be made at surface with a portable copper-copper sulfate reference electrode and the permanent reference electrode installed at each test station. B. Tabulate structure-to-soil potential measurements, with the date and test location, and submit to Owner. 181378.TM 13985 11 MAY 15 , 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 3.12 SUPPLEMENT A. The supplement listed below, following "End of Section," are a part of this Specification. 181378 .TM 13985 1. Joint Bond Continuity Test Schematic. END OF SECTION 12 MAY 15, 2007 PIPE BONDING AND TEST STATIONS D.C. PO\IER SUPPLY ~ ~1111111111 )~ \IELDED OR CLAMPED KNIFE OR SAFETY _,/' ____ \IARE CONNECTION, TVP S\IATCH EACH END ~ JOINT BOND, TYP "'""\ ,.. -{v -- I -.I I I PPELINE 1,()00' MAXIMUM JOINT BOND CONTINUITY TEST SCHEMATIC 181378.TM 13985 SUPPLEMENT 1 VOL ThETER, TVP V / 100 AMPERE SHU NT OR .{ AMtdETffl ( OPTIONAL) 1'-0" MIN MAY 15 , 2007 PIPE BONDING AND TEST STATIONS 181378A.GN1 SECTION 13990 GALVANIC ANODE CATHODIC PROTECTION SYSTEM PART 1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. B843, Standard Specification for Magnesium Alloy Anodes for Cathodic Protection b. 097, Standard Test Method for Laboratory Evaluation of Magnesium Sacrificial Anode Test Specimens for Underground Applications. 2. National Fire Protection Association (NFPA): 70, National Electrical Code (NEC). 1.02 DEFINITIONS A. Ferrous Metal Pipe: Pipe made of steel or iron, and pipe containing steel or iron as a principle structural material, except reinforced concrete. B. Lead, Lead Wires, Joint Bonds, Cable: Insulated copper conductor; the same as wue. C. Pipe Section: A single fitting or a single piece of pipe less than 20 feet in length. Pipe Sections between 20 and 40 feet in length shall be treated as two Pipe Sections. Each 20 feet of pipe and fittings with joint bonds may be treated as one Pipe Section. 1.03 SUB MITT ALS A. Action Submittals: Catalog cuts and other information for products to be used . B. Informational Submittals: 181378.TM 13990 1. Compliance Statement: Provide compliance statement that galvanic anode composition meets chemical requirements specified herein. 2. Test data for open circuit potential measurements and electrochemical capacity for high potential magnesium anodes , as specified herein. 3. Field test reports. 4. Cathodic Protection Specialist qualifications. I MAY 15, 2007 GALVANIC ANODE CATHODIC PROTECTION SYSTEM 181378A.GN1 1.04 QUALITY ASSURANCE A. Cathodic Protection Specialist Qualifications: National Association of Corrosion Engineers (NACE) certified. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: Provide electrode packaged in a plastic or heavy paper bag of sufficient thickness to protect electrode, backfill, and cloth bag during normal shipping and handling. B. Store prepackaged anodes off the ground and keep t~em dry. Protect against weather, condensation, and mechanical damage. Immediately remove wet or mechanically damaged prepackaged anodes from Site. Handle anodes with care to prevent loss of backfill material. Do not lift or hold anodes by lead w1re. PART 2 PRODUCTS 2.01 GALVANIC ANODES A. Magnesium Anodes: 1. Composition: High potential magnesium, ASTM B843 , Grade MIC. 2 . Open Circuit Potential and Electrochemical Capacity: a . Open Circuit Potential: Negative 1. 70 volts or more negative to a copper-copper sulfate reference electrode. b. Electrochemical Capacity: 490 ampere hours at 50 percent efficiency, minimum. c. As determined by laboratory testing using ASTM G97. 3 . Dimensions: a. Length: 30 inches minimum. b . Bare Weight: 48 pounds minimum. B. Anode Wire: Furnish each anode with No. 12 A WG stranded copper wire with THHN insulation, 10 feet long, minimum. C. Wire-to-Anode Connection: Manufacturer's standard. Anode connection shall be stronger than the wire. D. Backfill : 181378.TM 13990 1. Composition: a . Ground Hydrated Gypsum: 75 percent. b. Powdered Wyoming Bentonite: 20 percent. c . Anhydrous Sodium Sulfate: 5 percent. 2 MAY 15, 2007 GALVANIC ANODE CATHODIC PROTECTION SYSTEM 181378A.GN1 2. Grain Size: 100 percent passing through a 20-mesh screen and 50 percent retained by a 100-mesh screen. 3. Mixture: Thoroughly mixed and firmly packaged around galvanic anode within cloth bag by means of adequate vibration. 4. Quantity of backfill shall be sufficient to cover surfaces of anode to a depth of 1 inch. 2.02 CATHODIC PROTECTION TEST STATION A. As specified in Section 13985, Pipe Bonding and Test Stations. 2.03 ANCILLARY MATERIALS A. Compression Connectors: 1. For in-line, tap, and multisplice compression connectors furnish "C" taps made of conductive wrought copper, sized to fit wires being spliced. 2. Manufacturer and Product: Burndy; Type YC. B. Wire Connectors: One-piece, tin-plated crimp-on lug connector as manufactured by Bumdy Co. or Thomas and Betts. C. Splicing Tape: Linerless rubber high-voltage splicing tape suitable for moist and wet environments; Scotch 130C and Scotch 88, as manufactured by 3M Products. D. Earthfill: Native soil free of roots and other organic matter, ashes, cinders , trash, debris, and rocks . 2 .04 THERMITE WELD MATERIALS A. General: 1. Thermite wire sleeves, welders, and weld cartridges according to manufacturer's recommendations for each wire size, pipe or fitting size, and material. 2 . Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers will not be acceptable. B. Molds : Graphite. Ceramic "One-Shot" molds are not acceptable. 181378.TM 13990 3 MAY 15, 2007 GALVANIC ANODE CATHODIC PROTECTION SYSTEM 181378A .GN1 C. Cartridges: 1. Cast iron thermite weld cartridges for cast and ductile iron pipe and fittings. 2. Maximum Cartridge Size: a. 25 grams for steel material. b. 32 grams for cast and ductile iron materials . D. Welding Materials Manufacturers: 1. Erico Products Inc. (Cadweld), Cleveland, OH. 2 . Continental Industries, Inc. (Thermo-Weld), Tulsa, OK. E. Thermite Weld Caps: \ 1. Prefabricated weld cap with coating and suitable primer. 2. Handy Cap II with Royston Primer 747, as manufactured by Royston Laboratories, Inc. PART 3 EXECUTION 3.01 GENERAL A . Construct galvanic anode cathodic protection system on buried steel , ductile iron and concrete cylinder pipe and appurtenances. B. Conform to NFP A 70 . 3 .02 GALVANIC ANODE INSTALLATION A. General: 1. Install galvanic anodes as shown on Drawings. 2. Provide minimum anode spacing of2 feet from other unprotected pipelines. 3. Install anodes at intervals as shown on Drawings . Make all wire connections at pipe joints. 4. Thoroughly compact earthfill around each anode to a point 1 foot above anode. Stop backfill below grade to allow for placing of topsoil, when required. 5. Bury anode wires a minimum of 24 inches below finish grade. 3.03 WIRE CONNECTIONS TO PIPE A. Make electrical connection of copper wire to steel and ductile iron surfaces using thermite weld method. Observe proper safety precautions, welding 181378.TM 13990 4 MAY 15, 2007 GALVANIC ANODE CATHODIC PROTECTION SYSTEM 181378A.GN1 procedures, thermite weld material selection, and surface preparation as recommended by manufacturer. Assure pipe or fitting wall thickness is of sufficient thickness that thermite weld process will not damage integrity of pipe or fitting wall or protective lining. B . Before connection is made, clean surface to bare metal by making a 2-inch by 2-inch window in coating, and then filing or grinding surface to produce a bright metal finish. Grinding shall be with a vitrified type grinding wheel; use of resin, rubber, or shellac impregnated type grinding wheels is not acceptable. Prepared metal surface shall be dry. C. Install wire sleeves on the ends of the wires before welding to metal surface. Perform thermite welding in strict accordance with manufacturer's written instructions. After weld connection has cooled, remove slag and physically test wire connection by tapping with a hammer; remove and replace defective connections. D . Install prefabricated thermite weld cap over each completed connection to ductile iron pipe. Repair exposed metal surfaces not covered by thermite weld cap in accordance with coating manufacturer's recommendations. Repair damage to pipe lining in accordance with lining applicator's recommendations. E. Provide cement mortar coating over each completed connection to steel and concrete cylinder pipe as shown. 3.04 WIRE INSULATION REPAIR A. Repair splices or damage to wire insulation by spirally wrapping (50 percent overlay, minimum) with two coats of splicing tape and two layers of vinyl electrical tape. Make wire splices with suitable sized compression connectors or mechanically secure and solder with rosin cored 50/50 solder. Splices shall be approved by Engineer. 3 .05 TEST STATION INSTALLATION A. As specified in Section 13985 , Pipe Bonding and Test Stations. 3 .06 FIELD TESTING A. Provide Cathodic Protection Specialist to visit Site during installation of galvanic anode cathodic protection system, pipe joint bonds, insulating flanges and test stations. Cathodic Protection Specialist shall be responsible to ensure compliance with these Specifications, and for observation and testing services. 181378.TM 13990 5 MAY 15, 2007 GALVANIC ANODE CATHODIC PROTECTION SYSTEM 181378A.GN1 B. Energizing and Testing: After installation of the cathodic protection system is complete, Cathodic Protection Specialist shall make sufficient tests throughout network of protected pipe to ensure proper installation of cathodic protection system. Upon completion of such tests, Cathodic Protection Specialist who conducted the tests shall tabulate and report the data recorded . 181378.TM 13990 END OF SECTION 6 MAY 15, 2007 GALVANIC ANODE CATHODIC PROTECTION SYSTEM SECTION 15202 VALVES AND OPERA TORS 181378A.GN1 PARTl GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 181378.TM 15202 1. American National Standards Institute (ANSI). 2 . American Society of Mechanical Engineers (ASME): ASME B 16 .1, Cast Iron Pipe Flanges and Flanged Fittings. 3. American Society of Sanitary Engineers (ASSE): 1011 , Performance Requirements for Hose Connection Vacuum Breakers. 4 . American Water Works Association (A WW A): a. Cl l l/A21.l l , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C500 , Metal-Seated Gate Valves for Water Supply Service. c. C504, Rubber-Seated Butterfly Valves . d . C508 , Swing-Check Valves for Waterworks Service, 2 in . (50 mm) through 24 in. (600 mm) NPS. e. C509, Resilient-Seated Gate Valves for Water Supply Service. f. C510 , Double Check Valve, Backflow Prevention Assembly. g. C511, Reduced-Pressure Principle Backflow Prevention Assembly. h. C540, Power-Actuating Devices for Valves and Sluice Gate s . 1. C550, Protective Epoxy Interior Coatings for Valves and Hydrants . J. C606, Grooved and Shouldered Joints. k. C800 , Underground Service Line Valves and Fittings . 5. ASTM International (ASTM): a . A276 , Standard Specification for Stainless Steel Bars and Shapes. b. A351 /A351M, Standard Specification for Castings, Austenitic, Austenitic-Ferric (Duplex), for Pressure-Containing Parts. c. A564 / A564M, Standard Specification for Hot-Rolled and Cold- Fini shed Age-Hardening Stainless Steel Bars and Shapes. d . B61 , Standard Specification for Steam or Valve Bronze Castings. e . B62 , Standard Specification for Composition Bronze or Ounce Metal Castings. f. B98 /B98M, Standard Specification for Copper-Silicon Alloy Rod , Bar, and Shapes. g. B127 , Standard Specification for Nickel-Copper Alloy (UNS N04400) Plate, Sheet, and Strip . h . Bl39, Standard Specification for Phosphor Bronze Rod, Bar and Shapes. 1 MAY 15 , 2007 VALVES AND OPERA TORS 181378A.GN1 1. B 164 , Standard Specification for Nickel-Copper Alloy Rod, Bar, and Wire. J. Bl 94, Standard Specification for Copper-Beryllium Alloy Plate, Sheet, Strip, and Rolled Bar. k. B584, Standard Specification for Copper Alloy Sand Castings for General Applications. 1. D429, Standard Test Methods for Rubber Property-Adhesion to Rigid Substrates . m. Dl 784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds . 6. Manufacturers Standardization Society (MSS): a. SP-81, Stainless Steel, Bonnetless, Flanged Knife Gate Valves. b . SP-88, Diaphragm Type Valves. 7. NSF International (NSF). 1.02 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Product data sheets for each make and model. Indicate valve Type Number, applicable Tag Number, and facility name/number or service where used . b. Complete catalog information, descriptive literature, specifications, and identification of materials of construction. B. Informational Submittals: 1. Manufacturer's Certificate of Compliance. 2 . Quality Control Test Results. 3 . Operation and Maintenance Data. PART 2 PRODUCTS 2 .01 GENERAL A. All valves to include operator, actuator, handwheel, chain wheel, extension 'stem, floor stand , worm and gear operator, operating nut, chain , wrench, and accessories for a complete operation. B. Valve to be suitable for intended service. Renewable parts not to be of a lower quality than specified. C. Valve same size as adjoining pipe. D . Valve ends to suit adjacent piping. 181378 .TM 15202 2 MAY 15, 2007 VALVES AND OPERA TORS 181378A.GN1 E . Size operator to operate valve for the full range of pressures and velocities. See Section 02500, Conveyance Piping -General , Item 1.2. F . Valve to open by turning counterclockwise. G. Factory mount operator, actuator, and accessories . 2.02 MATERIALS A. Bronze and brass valve components and accessories that have surfaces in contact with water to be alloys containing less than 16 percent zinc and 2 percent aluminum . 1. Approved alloys are of the following ASTM designations: B61, B62, B98/B98M (Alloy UNS No. C65100, C65500, or C66100), B139 (Alloy UNS No. C51000), B584 (Alloy UNS No. C90300 or C94700), B164, B194, and Bl27. 2. Stainless steel Alloy 18-8 may be substituted for bronze. 2.03 VALVES A. Butterfly Valves: 181378.TM 15202 1. General: Butterfly valve specified as A WW A C504 to be in compliance with A WW A C504 and following requirements: a. Suitable for throttling operations and infrequent operation after periods of inactivity. b. Elastomer seats bonded or vulcanized to body shall have adhesive integrity of bond between seat and body assured by testing with minimum 75-pound pull in accordance with ASTM D429 , Method B. c. Bubble-tight with rated pressure applied from either side. d. No travel stops for the disc on interior of the body. e. Self adjusting V-type shaft seals . f. Isolate metal-to-metal thrust bearing surfaces from flowstream. 2. Type V500 Butterfly Valve General Service 3 inches to 72 inches a . Flanged end, short body type b. A WW A C504 , Class 250B c. Cast iron body, cast or ductile iron disk, Type 304 stainless still shafts, EPDM rubber seat bonded or molded in body only, and stainless steel seating surface d. Manufacturers and products: 1) Pratt; Model 2FII or XR-70 2) DeZurik; AWWA Valve 3) Approved equal as provided in the City of Fort Worth's Standard Products List. 3 MAY 15 , 2007 VALVES AND OPERA TORS 181378A .GN1 B . Gate Valves: 1. Type V130 Resilient Seated Gate Valve 3 Inches to 48 Inches : a. Iron bod y, resilient seat, bronze mounted , ANSI Class 125 flanged ends , in accordance with A WW A C509 and the City of Fort Worth General Contract Documents , design working water pressure 200 psig for 2 inches through 12 inches and 150 psig fo r 16 inches through 48 inche s, full port, fusion-epoxy coated insid e and outside per A WW A C550 , NSF Standard 61 certified . b . Manufacturers and Products : 1) U.S. Pipe; Metroseal. 2) Approved equal as provided in the City of Fort Worth 's Standard Products List. C. Self-Regulated Automatic Valves: 1. Type V710 Pressure-Reducing Valve 2-1/2 Inches and Smaller: a. Direct diaphragm operated, spring controlled, bronze body. b. Size/Rating: 1.5 inch , maximum of 35 gpm , with inlet pressure of 150 psig. Outlet pressure set at 60 psig. c . Manufacturers and Products: 1) Fisher; Type 75A. 2) Watts ; Series 223 . 2. Type V714 Pressure-Reducing Valve 3 Inches and Larger : a. Hydraulically operated , diaphragm actuated, pilot controlled globe valve, cast iron, ductile iron, or steel body, ASME B 16.1 flanged ends , rated 175 psi , bronze or stainless steel trim , stainless steel stem, externally mounted strainers with cocks , and maintain a constant downstream pressure regardless of fluctuations in flow or upstream pres sure . b. FDA approved fusion bonded epoxy lining and coating in stalled in accordance with A WW A C550. c. Size/Rating: 4 inch, maximum of235 gpm, with inlet pressure o f 150 psig. Outlet pressure set at 60 psig. d. Manufacturers and Products: 1) Cla-Val ; 690-01 Series. 2) Watts ; ACV 115E . 2.04 OPERA TORS A . As indicated in the City of Fort Worth Standard Detail and General Contract Documents . 2 .05 ACCESSORIES A. As indicated in the City of Fort Worth General Contract Documents . 181378.TM 15202 4 MAY 15 , 2007 VALVES AND OPERA TORS l8I378A.GN1 2.06 SOURCE QUALITY CONTROL A. In-Plant Testing: 1. All valves shall be tested by the manufacturer in accordance with the applicable standards. In-plant testing may include: a. Operation test. b. Hydrostatic test. c. Leakage test. d . Proof-of-Design test. e. Other tests as allowed by the applicable standards, or as requested by the Engineer. 2 . Results of all in-plant testing and certificate of compliance with applicable standards shall be provided for all valves. PART3 EXECUTION 3.01 INSTALLATION A. Flange Ends: 1. Flanged valve bolt holes shall straddle vertical centerline of pipe. 2 . Clean flanged faces, insert gasket and bolts, and tighten nuts progressively and uniformly. B. Screwed Ends: 1. Clean threads by wire brushing or swabbing. 2. Apply joint compound. C. Valve Installation and Orientation : 1. General: a. Install valves so handles operate from fully open to fully closed without encountering obstructions. b. Install valves in location for easy access for routine operation and maintenance. c. Install valves per manufacturer's recommendations and the City of Port Worth General Contract Documents. 3.02 TESTS AND INSPECTION A. Valve may be either tested while testing pipelines, or as a separate step . B. Test that valves open and close smoothly under operating pressure conditions. 181378.TM 15202 Test that two-way valves open and close smoothly under operating pressure conditions from both directions. 5 MAY 15, 2007 VALVES AND OPERA TORS 181378A.GN1 C. Count and record number oftums to open and close valve; account for any discrepancies with manufacturer's data. 181378.TM 15202 END OF SECTION 6 MAY 15, 2007 VALVES AND OPERA TORS .- PART F. BONDS L - CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursua nt to Y.T.C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides wo rk ers ' compen sation insurance coverage for all its employees employed on city of Fort Worth Department of Enginee ring No. 5630 and C ity of Fort Worth Project Number P264-608140030389 ST ATE OF TEXAS § COUNTY OF T ARRANT § Oscar Renda Contracting, Inc CONTRACTOR By : :;zr/JC Title 7)11,/07 6ate • BEFORE ME, the undersigned authority, on this day personally appeared ~nk-J(e,r.tf P-, known to me be th e person whose name is subscribed to the foregoing instrument, and acknowledged to me that he exec ut ed the sa me as the act and deed of Oscar Renda Contracting, Inc the purpose and consideration therein ex pres sed and in th e capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this&_day of J(;'f . 2007. JANIE RODRIGUEZ Notary Pub lic, State of Texas My Com missi on Expires Mar ch 14, 2010 Bond No. 104939 14 1 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Oscar Renda Contracting, Inc as Principal herein, and (2) * , a corpo ration organized under the laws of the State of (3) Connecticut and who is authorized to issu e 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 here in, in the sum of: Nine M illion Seventvone Thousand Seven Hundred Seventvfive ............................................................................................................................................................ no/100 Dollars ($9 ,0 71. 775 .00) for the payment of which sum we bind ourselves , our heirs , executors, administrators, successors and ass igns , jointly and se ve rally, firmly by these present. WHE REAS , Princ ipal has entered into a certain written contrnct with the Obligee da~Yl-thJ Q 2QJl7 ______ ._2_0_0_7 a co py of whic h is hereto attached and made a part hereof for all purposes, for the construction of: Southside II Water Transmission Main, Part 5 from Crowlev Road / Risinger Road intersection to the I.H. 35W/Risinger Road intersection NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , sp ecifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee ma y suffer by reason of Principal 's default, and reimburs e and repay Obl igee for all outlay and expense that Obligee may incur in making good such default, then this oblig ation shall be vo id ; 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 prov isions of such statute . to the same extent as if it were copie d at length herein. IN WlTNESS WHEREOF, the duly authorized representatives of the Princ ipal and the Surety have executed this instrument. JUl 1 O Z 7 SIGNED AND SEALED this __ da y of _____ =,2'-=0-=-0~7. * (2) Travelers Casualty And Surety Company Of America (SEA L) NOTE: Billy Pinson Oscar Renda Contracting, Inc PRINCIPAL BY f;S,nC- Title: YS/ den+ 522 Benson Lane Roanoke, TX 76262 Travelers casualty And Surety Company Of America Name: Lorrie Scott (Attorney-in-fact) Address: 2900 Marquita Dr. Fort Worth, TX 76116 Telephone Number: ( 81 7) 737 4943 ( 1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The da te of the bond shall not be prior to date of Contract. : ~ - THE STATE OF TEXAS COlJNTY OF TARRANT PAYMENT BOND Bon d No. 104939 141 § § KNOW ALL BY THESE PRESENTS: § That we (1) Oscar Renda Contracting, Inc as Principal herein, and * (2) a corporation organized and existing under the laws of the State of (3) ** , as surety, are held and firmly bound unto the Cit y of Fort Worth, a municipal corporation located in Tairnnt and Denton Counties, Texas, Obligee herei n, 111 the amo unt of Nine Million Seventvone Thousand Seven Hundred Seven tvfive ................................................................................................................................................ no/1 OODollars ($9,071,775.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors , administrators, successo rs and assigns, jointly and severally, firmly by these presents: 'JUL · O ZOO? WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of _____ A.D. , 2007 , which contract is hereby referred to and made a part hereof as if fully and to the same exte nt as if copied at length, for the following project: Southside II Water Transmission Main, Part 5 from Crowley Road/ Risinger Road intersection to the I .H. 35W/Risinger Road intersection NOV/, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfull y make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as ame nded) suppl ying labor or materials in the prosecution of the work under the contract, then this obligation shall be vo id ; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Cod e, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same exte nt as if it were copied at length herein. IN WITNESS WHEREOF, the du ly authorized representatives of the Principal and the Surety have exec uted this insm1me nt. JUL 1 0 ZDff/ SIGNED AND SEALED this __ day of , 2007. *(2) Traveler s Casua lty And Surety Company Of America **(3) Connec ticut (SEA L) (SEA L) NOTE: aJ Oscar Renda Contracting, Inc ~~CIPAL2r »c / Name: _ _._:pz_ __ a_n_/c-_~£t-=-=t'/l-=-=-/._c-_____ _ Title : ~//r.__._u"-'-+-,~-N-----"-'.>l.=c/i'--=t'11._.f'----- 522 Benson Lane Roanoke, TX 76262 Travelers Casualty And Surety --../' Name: J.orrie Scott -"'::,. - Billy Pinson l. Conect name of Principal (Contractor). 2. Conect name of Surety. 3 . State of incorporation of Surety. Attorney in Fact Address: 2900 Marquita Dr. Fort Worth. TX 76116 Telephone Number: ( 817) 737-4943 -·-. .:.,. _ ................ _.--...... -.. Telephone number of surety must be stated. In addition, an original copy of Power of Attorney sh all be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. -- MAINTENANCE BOND THE ST ATE OF TEXAS § Bond No. 10 4939141 COUNT Y OFT ARRA NT § KN OW ALL MEN BY THESE PRESENTS: That Oscar Renda Contracting, lnc(Contractor), as principal, and , a corporation orga nized under the laws of the State of ( 3 ) , (Surety), do hereby acknowledge themselves to be held and boW1d 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 Nine Million Seventvone Thousand Seven Hundred Seventvfive ........................................................................................... no/lOODollars ($9,071,775.00) la wful mone y of the United States, for payment of which sum well and truly be made unto said City and its succe ss or s, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators, assig ns and su ccess ors, j ointl y and se verally. Thi s obliga tion is conditioned, however; that, WHEREA S, said Contractor has entered into a written Contract with the City of Fort Worth, dated the __ da y o:fiLJL 1 g ?rw,2007 cop y of which is hereto attached and made a part hereof, the performance of the fo ll ow ing ~escri1:i e ptre'l'!'d improvements: Southside II Water Transmission Main, Part 5 from Crowley Road/ Risinger Road intersection to the I.H. 35W/Risinger Roa d intersection the same bei ng referred to herein and in said contract as the Work and being designated as project P264- 608140030389 and sai d contract, including all of the specifications, conditions, addenda, change orders and written instnm1ents referr ed to therein as Contract Documents being incorporated herein and made a part hereof, and, WH EREA S, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in goo d repair and condition for and during a period of after the date of Two (2) Years after the date of the final ac ce ptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years ; and, WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time wit hin said p eriod . if in the opinion of the Director of the Water Department of the City of Fort Worth, it be neces sar y; and, WHEREA S, said Contractor binds itself, upon rece1vmg notice of the need therefore to repair or recons truct sa id wo rk as herein provided. NO\V THEREFORE, if said Contractor shall keep and perfo1m its said agreement to maintain, repair or reco nstru ct said wo rk in accordance with all the terms and conditions of said Contract, these_presents shall be null and void , and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City sha ll ha ve and recov er from the Contractor and Surety damages in the premises prescribed by said Contract. This ob li gation shall be continuing one and successive recoveries may be had hereon for successive breac hes until th e fu ll amount hereof is exhausted. IN W IT NES S WHEREOF,,flt5 f~ is executed in !_coW1terparts , each one of which shall be dee med an or igi nal, thi s __ day of " '-~ A.D. 2007. (2) Travel ers Ca s ualty And Sure t y Compan y Of ..America (3) Conn ect icut ATTEST: (SEAL) ATTEST: (SEA L ) Oscar Renda Contracting, Inc Contractor By~ Name: e. ,_, Title: ~;:F '- /_ Travelers casualty And Surety Company Of America Surety BY : : -- --.. ,, .. ----- Name: --~Lo=rr'-=---"'i,.,,,e"----"S""c'-"o'-"t""t~-----i'f 2 :: _ ............ --~ . Title: -~A~t-=t-=o=rn=e..,_y_-=I=n'--=-F=a=c-=t._..,,...---"-··---_·'~· ' 2900 Marquita Dr. Fort Worth, TX 76116 Address ~TRAVELERS WARNING: THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATT ORNEY Attorney-In Fact No. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 2 144 20 St. Paul Guardian Insurance Co mpany St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Com pany of America United States Fidelity and Guaranty Com pany Certificate No. Q Q 16 9 4 3 Q 8 KNOW AL L MEN BY THESE PRESENTS: Th at Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marin e Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury In suran ce Company are corporation s duly organ ized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Com pany of America are corporations dul y organized under the laws of th e State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly o rganized under th e law s of the State of Maryland , that Fidelity and Guaran ty In surance Company is a corporati on duly organized under the law s of the State of Iowa , and that Fi delity and Guaranty Insurance Underwriters, In c . is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Steven B. Siddons , Shirong Chen , Holly A . G ravenor, and Lorrie Scott of the City of Fort Worth , State of , their true and lawful Attomey(s)-i n-Fac t, each in their se parate capac ity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings an d other writings obligatory in th e nature th ereof on behalf of the Companies in th eir business of guaranteeing th e fidelity of persons, guaranteeing the performa nce of contracts and executing or g uara nteeing bond s and undertakings required or permitted in any actions or proceedings allowed by law. 15t h IN WITNESS WHEREOF, th e Companies ha ve caused this instrument to be signed and their corporate seals to be hereto affixed, this----------- day of June 2007 State of Con ne cticut City of Hartfo rd ss. Farmington Casualty Company Fidelity and Guaranty Insurance Compa ny Fidelity and Guaranty Insurance Underwriters , Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Compa ny 0 ~ By: St. Paul Guard ian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Com pany Travelers Casualty and Surety Com pany of America United States Fidelity and Guaranty Company On this the 15th day of June 2007 , before me personally appeared George W. Thompson , who acknow ledged him self to be the Senior Vice Presid ent of Farmington Casualty Company, Fidelity and Guaranty In surance Company, Fidelity and Guaranty Insurance Underwriters, In c., Seaboard Surety Co mpan y, St . Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury In surance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such , being authorized so to do, exec ut ed the foregoing in strument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and offic ial seal. My Commission expires the 30th day of June , 2011. 58440-8-06 Printed in U.S.A. \... Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolution s adopted by the Boards of Directors of Farmington Casualty Company, Fid e li ty and Guaranty Insurance Company, Fidelity and Guaranty in surance Underwriters , In c ., Seaboard Surety Company, St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company, St. Paul Mercury In surance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as fo ll ows: RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice President , any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Ass istant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee suc h authority as his or her certificate of authority may prescribe to sign with th e Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond , recogni za nce , or conditional undertakin g, and any of sa id officers o r the Board of Directors at any time may remove any such appo intee and revoke the power g iven him or her; and it is FURTHER RESOLVED , that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary ; and it is FU RTHER RESOLVED, that a ny bond , recognizance, contract of inde mnity, or writing obligatory in the nature of a bond , recognizance, or conditional un dertaking shall be valid and binding upon the Company whe n (a) signed by the President, any Vice Chairman, any Exec utive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasure r, the Corporate Secretary or any Ass istant Secretary and duly attested and sealed with the Company 's seal by a Secretary or Assistant Secretary; or (b) du ly executed (unde r seal, if required) by o ne or more Attorneys-in-Fact and Agents pursua nt to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a wri tten delegation of authority; and it is FURTHER RESOLVED , that the signature of each of the fo ll owing officers : Pres ident, any Executive Vice President , any Senior Vice President, any Vice President, any Assistant Vice Presiden t, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimi le to any power of attorney or to any certificate relating thereto appointing Resident Vice Presi dents , Reside nt Assistant Secretaries or Attorneys-in-Fact fo r purposes on ly of executing and attes tin g bonds a nd undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certifi cate bearing such facsimi le signature or facsimi le seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsi mil e seal shall be valid and binding on the Company in th e future with re spect to any bond or understanding to whi ch it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, lnc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul G uardi an In surance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualt y and S urety Company of America, and U nited States Fidelity and Guaranty Company do hereby certify that the above and forego ing is a true and correct copy of the Power of Attorney executed by said Compani es, whic h is in full force and effect and ha s not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my han d and affixed the seal s of sa id Companies this ___ _ 0 ~ \ Kori M. Johans To verify the authentic it y of thi s Power of Attorney, call 1-800-421-3880 or contact us at www.stpaul trave lersbond.com. Please refer to the Attorney-In -Fact number, the above-named individuals and the details of the bond to which the power is attached . = .. -,' .. , .... ··, ... WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26 1 2002 1 President Bush s igned into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism . We are providing you w ith this notice to inform you of the key features of the Act 1 and to let you know what effect 1 if any , the Act will have on your prem i um . Under the Act 1 insurers are requi red to prov ide coverage fo r certain losse? caused by international acts of terrorism as defined in the Act. The Act further provides that .the Federal Government will pay a share of such losses . Spec ifically , the Federal Government will pay 90% of the amount of covered losses caused by certain acts of te rrorism which is in excess of Travele rs ' st atutor ily establ ished deductible for that year . The Act also caps the amount of terrorism-related losses for wh ich t he Federal Government or an insurer can be responsible at $100 ,000 1 000 ,000 .00 1 provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond ( or the policy o r bond being quoted). Please also note that no separate additiona l premium charge has been made for the terror ism coverage requi red by the Act. The prem i um charge that is allocable to such coverage is inseparable from and imbedded i n your overall premium , and is no more than one percent of your premium . IIv1PORTA.NT NOTICE TO OBTAlfl' L'<FOR}\iATION. OR MAJ(E A COMPLAL'\T , You ma > ::-')mac: Travelers Casuzlt y & Surety Company of A ... rnerica, Tra v e le rs C is uaity & Su,t\;, Company, Trevelers Indemnity Company , St ande.rd F ire InsGrancc Comp5n y ;:.;;cL.-or f2.r7n!n g1.on C'.c.sua lty c·ompany for \nforme.tion or to ms.Ke a corrip i ainr ar Traveiers Bond Attn Claim;) l 500 Market Streec We$( Tower, Suite 2900 Phi!adeiphia, PA l 9 J 02 (267) 675-313 0 (267 ) 675 -3 102 Fax \·o 'J ,n3-, (:CJ,UiCl th e Texas Depanment of Insurance to obta in chc ,nfo ,rnation on ::.omparnes, coverages, rights Oi complaints at: Texas Department of Insurance ?.O. Box }49104 Austb , TX 78714 -91 0 4 (800 ) 252 -3439 . .:..rT->,Cri T'i-US "-'O TICE TO Y01:JR B0f';'D . This noiice is fo r inforn1:,1,iori -::in ly a nci J0 :::s nc,, h:,co me a µart o ;-a coridi:ion of the a ttached docume:m and i s given rn CO iT:piy w,:h Sccri,)n 225 3 -0 2 ! . Government Code, and Section SJ 202 . Proper ::-Code, effecfr,.·c s~p'.cn1Jc ~ 1. 200] PARTG CONTRACT PART G-CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into the __ day of JUL 1 0 200 l o06and between the City of Fort Worth , a home-rule municipal corporation located in Tarrant County, Texas , acting through its City Manager thereunto dul y authorized so to do , Party of the First Part, hereinafter termed "OWNER", and Oscar Renda Contracting, Inc.the City of Roanoke County of TARRANT and State of TEXAS, Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH : That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part (Owner) to commence and complete certain improvements described as follows: Soouthside II Water Transmission Main, Part 5 from Crowley Road/Risinger Road Intersection to the IH35W /Risinger Road Intersection And all extra work connected therewith , under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials , supplies, machinery, equipment, tools , superintendent, labor, bonds , insurance , and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents , which include all maps , plats , blueprints and other drawings and printed or written explanatory matter thereo f, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon , together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached , including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him , and to substantially complete same within the time stated in the proposal. The Owner agrees to pay the contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore , subject to additions and deductions , as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein . IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in _lcounterparts in the year and day first above written . City of Fort W o rth, T exas (Owner) Party ~oftheFJr tpart B Y · ~~-"'J------------- Ma rc A . Ott, Ass istant C ity Manager Oscar Renda Contracting, Inc 522 Benson Lane Roanoke, TX 76262 Co ntractor B y : 7r;1e- T itl e: Vt i, Pres1dfu-:t: APPROVED : ~,eel: A . Doug la s Rademaker, P.E. Director D epartme nt of Eng ineering ATTEST: ffi~~ City Secretary (Seal) - WITNESSES : / ::: PARTH CITY OF FORT WORTH STANDARD FIGURES AND DETAILS 1-1-78 re. to-------,-------RIGHT-OF-WAY ----------,.-----.i 12· 5--i--------" ,, Roadway rotor Cl ass~ Meter Box ftforCloss"B~Meter Box ' i.-----.... --As shown on plans ---.-1-----..i I Meter Box / 4' 'tGasLine Ir\ . \V'--. SGni t ary Sewer NOTE: l. On Initial I nsta 11 at ion: No Hore Than One Sp I lee Per Copper · Service Line Will Be Allowed With No Splice Under Pavement. 2. Service Line Installations Shall Include A Class 11A11 Or Class 11 611 Meter Box As Applicable For The Size Service Intended. 3. If Meter Box Is Not · I nsta 11 ed At The Tl me Of Service Connection, A Strip Of Blue Vinyl Tape At Least 3" Wide And 10 MIL Thick Sha I I Be Fastened To The End Of The Service And Extended Through The Backfill At The Meter Box Location. UT·ILITIES SERVICE DETAIL FIGURE I E1-17 Material E2-17 Construction l'=--2'-o"-~--© . ~ ... .. ,-.:a,:;· ~,_,:11· ~ ... . -. • 1 If•• "... . t :-----~~~.,_._..) ., .. , ... , ......... ,. . •• ' .: •• (II.. ·• .. ,, .:,:· ...... Gr· .. : ... u. :.· .,.,,. . ..,,:.··<···· # •• ,.,.,. ·""-••• '-'--·-., •• ~ # .. , :/ ! ~.: , .. , .. ... , .. , " , l I','~; r' .. ,·, ------®----~ MATERIAL LIST 3/411 or 111 as app J f cab J_ e @ -Standard Corporat I on Stop @-Standard Curb Stop & 90• Elbow, (g-Meter Box and Meter to be Installed' by Other I .. Service Line .. Blue Vinyl Tape, 311 wide, 611 above ground -Area to be backfilled with sand 3/4 11 8 f 11 WATER SERVICE D·ETAIL FlGURe: ___ 2 El-17 MaterfaJ E2· I 7 Const rt ,-1 \ ) I -I -...J 0) m N I .... -...J ....... '"" - ;·-------4 .z.'-c". ,--i f.. --------j 1···:r-~-; 1 ID { i ,. ~ HAT£RIAL LIST •• 1 • • -• ·-· 21L._j :I I I ·~ ......; ; I I '1 @-STANDARD CORPORATION STOP . : D J · • _ ...... : -----+. _ --1 @-STREIGHT COUPLING (FD1. I .P. TO COPPER P.J.) i --~ EQL TO FORD HO, CU-6611 1/2") OR CU-77(2") ! . I ©-coPPER TUBING (lYPE Kl 1 'ID n , J' ® ~ I . l I D -ELL COUPLING (COPPER P.J. TO COPPER P.J.I _'?I · · · l "'""'· --- EQL TO FORD HO. LU-66(1 1/2") OR LU-7712") -· "l__ ..:.---· . .,.--~-, @-STREIGHT COUPLING (H.I .P. TO COPPER P.J,) --EOL TO FORD 110. csii-6611 112•1 OR caii-11(2·1 -,·--I ®-ANGLE VALVE IF&!. I.P. TO FI.G.) I -~ l I @-BRONZE HETER Fl.ANGE (FLG, TO H.I.P,I ,I / EQL TO FORD NO, 614(1 1/2" I OR 7H(2") . A'> I :91 ;e' ,1 O' I .-,~ ~ -ff-;~ ------... j E -·----~~ • // i ®-HORIZONTAL TYPE CHECIC VALVE (FD4. ,.,. TO FEH. 1.P.) • :~· I j -~~-CRAIi~ 110, 20 CCJ4PLE~ WITH PIPE PLUG -CDl1..-::1 __ __,) (D -10 Mil. BLUE VINYL TAPE :,• WIDE. END OF SERVI CE TO 6~ ABOVE GROUND STANDARD DETAIL FOR I 1/2 8 2 INCH COPPER WATER SERVICE LINES \ " . ··: ,:,·· ... ~··:~~~·: /· . ~ .... ""' .:· :·: :,".: /.? . ~· .. : ...... ···-·----..... ..--- .. I · .. · : .. ..:.__ 21 0°3'" __ . ---·--· LON&ITUl)IN~ ,ECTION A•A [~D ~-- D ~ c-· [~OE"~_ -· .... ·. __ .flt ... ·-----· .. ···---· BOTTOM Vl(W or LID 1----··--II 4" · ----I cc.:::.::::: t · ·:·n~:.:·i r~::-:-~ .. 31 1---11.:r ·-----·---. LIO ENO f LE~IOAI : ,: ' . ' ·---· "·-··--. -----·· ,---- GAUGI? WELDtD WIRE f"RAMt: ,,,, .. ,,, .. ,, .... ,. \ ,.,,,.,.,:: 1 ,. ----, ,, ,, ... ,' ,, CITY C>* fOIIT ~!tl.._T.ll(.M. WATER HP'AIITat:RT rez::-, c-:n I ===•• ee CLASS "A"' 5TD.CONCRETE METE'R BOJC WITH C. I. LIO f'OR -a• f I" M£TCR5 iC.&LC A~ S" OWN ·1 ~zy.---------------i-,:;--.-... ----.-.. ---... -. -27-=.:.;>•~:..: ... ·: . ..:..:_..:.;; __ _.../ "-j R•I" I -.--+~-- TOP VIEW NOT£, --<:MAIN LENGTH SM4LL ALLOW LIO TO CLEAR 'o:.. ~ii' OI 0 -N CONT. flUtT WELO.JJ -l-'-+------1 i ~l ! : i i 1.>& CltAAAIICl .&ll' A..X.W I L ... ·---···-.. ,,----· COA/T r1LL£T WtLD <C ·~ It ,iw.· If tie" TYPICAL eoTTOM VIEW (LIO) ~================:;:!.!' .,\. ->---------------tt-·""·,·· • GAUG£ Wt:LD~O WIAC rRAMt ·, wTtn '°"a-mrt'.r~r t:lt4SS '/J" STD. CONC. METER eox WrTH STEEL LID fOR I~-4 z.·. MtTERS ( Roadway Base rll, I I ..L--l.. ..::...,-,-.::. I I I If Valve Operating ·Nut is 1--------t+---t~ More Than 3 1 Below Pave- ment Surface -Provide Extension Stem To l' Below Pavement Surface. Detail Pertains to All Valve Sizes,. .. Thru 12" / Main · McKinley Iron and Steel Co., No. YB5 three piece valve box or equal. ~-~-Gate Valve AND BOX, TYPICAL GATE VALVE EXTENSION STEM DETAIL / 1-1-78 FIGURE 3 E 1 -10 Mater i a 1 E 2-10 Construct ion ,- '.· A ,•"n . t ~~~~'4-~~1-:.,,...~- ::_.-,--ttt-. 5£E 1<0T~ FOR @ NOTE 4 SECTION A-A OIM(N~IOfl Y~llE 10'' a• 12° I 11 2011 za,• 1211 11•1 ll" 18" 11" 12" 2., .. ,,. .. 11•• 12.•• 21 .. ,r• 11" 12.0 }2" 8" 12" 11" ,0 Vl6" Jll" 6" IS" 9'' 107 }/"" )6" '" 1'-" 10'' 121 Slit' )6" lo-' 9'' I>'' 1~2 1/2" N ,.. d 12.•• to-• 2 H ti·• lb"' 2" lo$" 12" Ii" 2"" 12-•a·· t" s,,-• tr •2·• 2r.-,, .• ;.c-· I" 60'' 18'' I•·• )C'• 18" 24" )" 66" 18" 18" )O'' 20" )0" C.11 71" t•• 1811 JO•• 2••• )E.•· 5" 78" 2~" 20'• )6' )O" ,2- ,... ,0" 2,-.• 16 .. ~2--)6·' ,a-· 3 •• tCll"' :..-• >2 ... , .. ~· s;. .. Oi .. "sions •re N~cd on ~ric•n Oarli"'I 'l•ln and Mf9. to, o, ... ,ng No. 6)97, dUod }·2·S9, f'tvlu6 S•\1•70. 1&• i.a1c ••lve 41111t11,.JOft~ ,re W;ud on C•t•109 No. 10, ~90''\. 20 ~ 2?. Situ ,g•t• Yl1~• 4l1N:ftl i e)1'1S •re ~•KO v,t O<-..in:, No . 92·1)1S8, dnod 11•17•10, CONCRETE TOP VIEW, LESS MANHOLE COVER AND RIM INSTALLATION IU .. R$, 6J '7'c (TVP.) IIAR$1 12• ~ (TYP.) ~ , . 2kt•-.a.o1• Tort Worth surtd•rd 336 lb. '~"°i• ,o,,irr 111h1it the -.iord •"MA.TUt"' c.an ;n l•iKh !cttcr\. 2 . ~•ln • ..,it side ~lls s.h•ll be prec:.-st f'cf .. forcc~ concrete pipe of tl\e toniaue .1nd 9"°°'"'• desl,;n. •ctlttg 1M req.,lre-ents of A.S.T .l'I. C-76,.. Cini 111. or f'Qlltl, v1ln9 11.11•11£K pl•uic , •• , .. of pourcd•tn--pJac.e 2SOOc ,einforc.t:, conc:rt'te with ti'· -...alls. C,nc:re-tc .. 1 h sMtl be rctir:f:>"cct •fttl :a4 c i rcvlar ,.,. ... spiMed fl • cl<. hori%ont,.lly ~ 6•• c/c v•rtlc,lly. Po..aNct•fl' .. Plit<e concrete 4'1Uoit N..,. •1 fl ,st surface nabbing;• "' \.pee lflcd ;,- f 2-1~.1Sb(I) of the r..nerol Co,,,,.cc --.,.,. and S~c1ficatlOt11. J. l'\&fthote ltCPl1 such H PUx.\•SlC• .:-100·2 .. or tcp,.a .. ,. ,t1aU be prowfd,cd for lt2"1 gar• ¥alwes tnd l~rg,,r. The steps shall be inn.all•d ,;allarlr .,, f ,, ~--··- Jta:,ctud i.• cf J ,#'llttt:r -.JnhOlc. ~ a.. · trcr,lde, corpor•t IOt'I ~d curb ,.top;--;-..;_;;-,..;-;,-- 121' fro. eaclt eftd of g,.t• Ytl-..e: • .,, lhown~ Corportt iQr"t .Ad C1,11"b 1l09 ,; ZH, SNI t be I" fN' 16'•, 20'' .,,, 2.C.0 pipe f!Qa;n~l di.Mittan: 2"• for Jo-·. &4"d .,.,,•r ,n.i,cter,. r• t....,., \111U N Ndt: H • ~· ft.an,e:d <tNtfer, ,,1,~ lf'l"""l~t•d -4a,;iitM kH . tapper tl•er, s.h-ill l>ot' -,ro~lckd ~'~" tN cor.M.>na: Ion "9d c~,e n.:,ps. tu'rc, u.os,1 1-h•I I be ,~,:•U•d "' •n efa .. ac lo-U .. ~• tha tao wr• .fac.• ~· .,....,,, l)(\,f:,,. 11.-b. S Pol ,..,,e,~ C\ofShf ~ ~dt •t. 1uppli9d by Tej.a,s Pl•..tict, Kriteri•h ~l99lr (OPCany. ,ort "1Cfth. Tc ... ,._ or eo,•l. 6 . ''°"' 1111th 'tOrc•r , --------------· VAULT DETAIL 16 11 AND LARGER GATE FIGURE 4 VALVE £ I• I~ MlfllALS t 2• 1• COIISTlllltTIOI< .,, \ ~ ; Concrete __ ~ B1ocking .Hain,--- 61f Lead from M.lins. 12" anti Urger to Gate Valve t 4·:: : . •···• . .. .. . . ·; ·. : : ~-.· · ... or Proposed Curb Bottom ~est Concrete Blocking F; re Hydrant ---~-Exercise care to avoid Plugging Drain Hol~ With Concrete Existing or Proposed Cur~~-----..... Pavement or Other Surface-~~~ Fi re Hy~ra,t to be Set Plumb Trench,----. ., · Anchor i ng Coup- I ing for Connec- tion off of Con- crete Plpe 12" Diameter and · Larger * Bury Depth: (1) 3 1 -611 for Cast Iron Pipe (2) ·5 1 -011 for A-C Pipe Ref. Figure 6 * Fire Hydrant Lead Pari<.v:ay Extension Barrel and Stem for Extra Bury Depth if Necessary Minimum 7 C.F. Gravel Proport i ona l l~y Around Base Blocki;ig '--~1111--Concrete Rest /'n~;rn~::,r,,.nji;i ) 211 X J2 11 X 611 ·STANDARD Fl RE Hf OR ANT t, DETAIL FIGURE ~ E1-12 Mat £2-12 Const 1 .L.___Typi-cal Blocking for Valve Installed in Asbestos-Cement Pressure Line~ I I / I I I I / / I Typical Blocking for Fire Hydrant Installed in Asbestos-Cement Pressure Lines~-~ 3 1 -611 Bury .with 1 1 -6" Barrel and Stem Extension for A-C P ipei---------. C ·-(ti L 0 SECTION A-A Reinforcing Rod shall be No. 4 Deformed Bar unless otherwise~~~ specified SECTION B-B NOTE: Although the arrangement of A-C pipe adapters, short lengths, and . couplings _are shown in this detail for a fire line,-thts arrangement shall be typical for installation of valves or specials along the route of the water main. FOR TYPICAL INSTALLATION VALVES a . ·sPECIALS ON PRESSURE· ASBESTOS CEMENT FIGURE PIPE 6 E 1-B Hater i a 1 s E2-8 Construct ion \ \ ) ---, / ' ( \: \ ' Butt and Electric Tack Weld One End. Tack Weld 4-1» Square Struts Max. 211 Long To Other End Cast Iron Closure Ring 2 11 Max. Gap Cast I ron Main ( 1-1-78 NOTE: Remove Weld Slag And Finish In Accordance With AWWA Specification C203 Prior To Installation Of Cast Iron Sleeve Provide Struts On Hains Up Through 12 11 Only If Gap Exceeds -!1! C. I. Closure Ring Is Not Required On Mains Up Through 12 11 • Construct As Detailed On Mains larger Than 1211 • CAST IRON CLOSURE FIGURE RING 7 £1-7 Material EZ-1 Constructi_on Water Main ' ( -~---+ff+----+----"-l-1-----------------~+---------,.- _j_ 90° Bend Rotate Down or up as necessary -C: -·--r _L - C Provide Vertical Tie Down Block As Necessary Tee 90° Bend rotate · as necessary Tee with Branch on 0.00% Grade Gate Valve Ring Connection Leaci size as smaller main Water Main Ring Connection SECTION Water Main over or under as the case may be Tee, ·Rotate up or down as necessary '.. ,· Tee rotate as necessary Provide tie down block as necesse · ary TYPICAL RING CONNECTION FIGURE 8 E2-25 Construction r · . -. ., . Pipe Size 411 611 8" 10 11 l 2 11 l 6 11 20 11 24 11 30 11 3611 h211 4811 .. ·stt" NOTES: NOTE: .Bearfng Areas .shown are based on 150 P.S.I.G test pressure and 3000 p.s.F. soil bearing value. 1500# Concrete Bend 1500# Concrete HORIZONTAL BLOCKING TABLE ,'.Dimension 11X11 Hay Vary If N"ecessary To Provide Bearing Against Undisturbed Trench Wall x-1, Dim. Ft. l .. 1.5 1. 5 l.5 L 5 2 2 2 2.5 2.5 ~ 3 4.0 -11 11 ° ·-15' 22° -30• 45° 90° tee & , ' I Plug ,-. Min. n'lll}I. 1n1n. Max. 1 ~in. Max. Min. M~f· i/\i n. Jtx "A" ArP.r. Vnl II R" IAr.,.,. Vol "C' I ,rea Vol. .. 0 .-, IArea Vo • llpl ,r,,.~ .1.. .90 .Be .05 ,95 .90 .os .95 .90 • 0.5 .91 .82 .05 T. 16 . .s8 .05 .(}0 :ac .os • qi; .90 .OS 1.05 1. 1 O .05 1. 73 l.99 ,05 1 • l ~ 1 • I+ 1 .os .90 .8( .05 • qi; ,90 .05 1. 41 2.00 .05 1.86 3.47 • 1 1.57 7 .4E • 1 ---.90 .8( .05 1.26 J.60 .05 1.79 13. 20 . l 2.18 5,b2 .2 1.99 3. 9E . ! 5 1.10 I. 2C ,05 1.48 2.30 • l 2. 14 4.50 .2 2.83 s.oo .3 2.38 5 .65 .2 l • 4 J 2.oc • l 2.00 4.oo . l 2.83 8.00 .4 3.75 ~-10 • 6t; 'L 16 10. oc • i:; 1. 77 3.10 .2 2.54 6.20 .3 3,52 12.40 .6 4.70 ~-00 1. )I; ~.94 ls. 5r; .75 2. 14 4.50 .25 3.00 9.00 ,5 4.25 8.10 .95 5,65 ~-00 1. gr:; . 4. 76 22.60 1. 05 2.66 7.10 ,55 3.78 14. 20 1.0 5.30 ~20 1.75 7.05 't9,80 3.4 5.91 i35. 33 1. 1 3. n 10.00 .Jc; 4. 50 20.40 1.4 6.% tf.0.80 2,65 8.50 172.00 5. I 7.20 ~l.OC 2.Qc;_ ~ 71 1~. Rr I. 2 c;.2c; 27f...n 2.2 7 41 c:c:. ~n 4. 1 q_Qn n.i:;o 7 q . a·. 30 ~.oo '-1.75 4~ 38 18. ~o 1.6 6.oo 11f..oo 2.9 8.48 r7z.oo 5.4 11. 14 )a$.gJ 10.4 q.i:;o '.m.o 6. i'c; lf.00 ~2 .sc 4.00 6.70 !fs.oo 7.00 9,40 saoo 10.00 13. o:ti~ 6toc 16:11r. 10. 7d11500112 .oc . . . Minimum areas shown are an square feet. Volumes shown ar:e 1n cubic ya:-ds • Vertical dimensions of all block bearing areas sh~ll be Identical to the horizontal dimension shown, . i HORIZONTAL BLOCK ·1NG DETAIL, l-i-78 FIGURE '9 E-1-~o Material ·E-~-io Construct ion .. ,,' __ ',------------------------------------------------- 00# Be11 Bell NOlE: Trench width: 1. 2. 3. Pipe 24" i .d. and smal Jer = 24 11 or o.d. + 12 11 whichever Js great er. - Pipe 1 arger -than 241 1 c: o.d. pf Pipe + J 811 • . --\ Cradle shal 1 extend a min. of 6" beyond each side of pipe. RUBBER GASKET JOINT Be11-Be11 Bend --:?:...---~---- -1500# Concrete Keep _a _mip. of l ·'·-0"1·. c1earance between e;onc. and Joints or bolts on C.(. Pipe. or in excess of 1 1 -::0 11 · as detailed. · 1-1-78 M. J. -M.-J. • OJ • a. 9.-. • a.. BELL AND SPIGOT JOINT MECHANICAL Jotrfr Hain ~-¢.------,.,....--- Note: When cr~dle is shown or specifi~d for installation C~RADLE DETAIL on concrete pipe the ful 1 iornt length of the pJpe or fitting sha,, , e cradled. FIGURE 10 \ E 1-20 Materials E 2-20 Const·ruct ion co 0 I -~ 411 Manhole Ring and Cover 8" 4 1 -0 1 2'-0" 1811 Blind Flange A,S.A. Class 1256 2 1 -011 McKinley Iron & Steel Co. --z____ PLAN -••o A24AM with 11Wat:er 11 -----:::ff;}.· ~Fii51:5J::u:::Qr§~ :a~t in Lid, or equal ~ ·· Mortar--~~--- 2500# Concrete 1 M. H. Bars 11T 11 9'' c/c C.I. Manhole Steps At 1511 r:./c St_aggered 12 11 T. V. I. & S. Pat. No. 99, or equal Bars #4 (@ 12 11 c/c Bars #4 (ii) 9" c/c Bars #4 (ii) 18" c/c Bars #4 (@ 12 11 c/c 'rap pipe 1~teri a 1 rrier Pipe Bar DoweJ s (@ 18 11 c/c . } I Around Except· I n '-,y Of Pipe 1811 B 1 ind Flange Deta i 1 2500# Concrete 2 1 -011 SECTION 8" Form And Fill Void With · 2500# Con:: rete Casing Pipe ,- Steel Bolt Bronze Nut Surf ace Two Or More Courses or precast . concrete grade rings Necessary Lengths Of 48:.' Reinforced Concrete Pi pt_ A.S.T.H. C 76, Class 111 · Or Equal To Be Set On Vau 1t Wa 11 s. Sea 1 Joints With Concrete. Wrap Pipe With Premold Hated a 1 ..._.s Casing Pipe Rest 8" Thick Floor Slab jj4 Bars (@ 811 Both Ways ACCESS MANHOLE DETAIL ·1-78 FIGURE 14 Construction E 2-20 Materl a I E. 1 •20 ) _( \. I · 1-1-78 0 @ l" air release· valve, 2 ea. close nipples, 2 ea. 1211 length copper or brass risers, 2 ea. gate valves, and l ea. tee. L 1 !11 X 1 t" Each end of lag bo 1 ts. lead primer x tu x ~6 11 with 1 ea. 3/811 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. 1 " Refer to Figures 16 and 17 for vault materials and dimensions. AIR RELEASE FIGURE VALVE 15 £ 1-11 E 2-11 DETAIL HATER IALS CONSTRUCTION 36-}.U HIN. Undisturbed Trench 'Wa 11 r-- + B NOTE: 2411X40 11 Sha 11 ow Manhole type to be used if total depth Jess than- 4 feet, McKinley Iron Works .NO. PM !4X40 or equal. MATERIALS (j) 2411 Std. Manhole cover equal to Standard Embedment McKinley l.W. No. A24AH :With ''Water'' cast t n 1 t d. SECT ION A-A @Mortar, Ref. E 1-20 shape to slab edge. .@ Polyurethane cushion pad as @Grade adjustment, 811 in supplied by Tejas Plastics St. R.O.W. or under Pvmt. Materials, Supply Co., Ft. @Top & bottom slabs, Class· Worth, Texas, or equal. "F" (4000#) conc ·rete w/#6 © Water main with flange St. bars spaced 6 11 c/c acce?s as applicable. each way. Steel bar cover (J) Exhaust piping, fitted with 2!'1:1:l" from bottom of each Dresser coupling, when slab. r~qufred. Pipe gap in Coupling shalt be mfn. D/2. --, + B ® ~ Combination air & vac. release valve, close · nipples, tee, 2· ea~ Gate Valves. Nipples to conform to E 1-9.~. ~ Manhole steps equal to _PERMA-STEP #100":'2, . Uttlity Prod. Inc., San Antonio, Texas (See Figure 17 for Dimensions) 2 11 a 3 11 VACUUM COMB·INATION AIR AND RE:LEASE VALVE DE.TAIL .... E 1-11 MATFRIALS -=-~~~ .......................... ::..-~-·-r FIGURE 16 :E 2..;.11 CONSTRUCT I ON .. 4 ) .,··· ...... : l_ i A t T 12 11 TYP. Risers) E 1-12 l __ (Cont lnued frooi f i'g. 16) DIMENSIONS SECTION 8-8 No. 6 Bars 611 c/c (D When exhaust piping is required, min. dim. shall be length of vault riser tongue plus 111 • @ When exhaust piping is not required, min. ·dim. shall be length of vault riser tongue p 1 us 111 , (Approx. 511 ) u) 2" fittings, using close nipples, min. dim. shall be 1 1 8-3/1611 ; 311 fittings, using close nipples, min. dim. shall be 2 1 7/811 • ®· ® HIN. DIM. Nominal Installation on tnsta11atlon on C/L Pipe Size Blind. Flanqe To Surface of Pipe Collar 2" * 1/211 ** 7-1/1611 311 * 5/8" ** 7-5/811 *Min.dim. based on reconvnended instal lat Ion of close nipple. ** Hin. dim. based on recommended Ins ta 11 at l on of close nipple on flanged outlet with insulated flanoe to thread kit. Off-set to be 6 11 from C/L opposite manhole step location when insta11atfon on blind flange of access outlet. Other Installations shall be on top C/L 2 11 -a 3 11 VACUUM COMBINATION RELEASE VALVE AIR AND DETAIL is required of main. 1-1-8 FIGURE 17 E 1-11 E 2-11 MATERIALS CONSTRUCTION existing 1-1-78 © ® © .. t I • • .. • • • • • • I I ' . . . .. Q) t 611 min. dimension. 611 max. for pay purposes when bid per cubic yard. 611 min. dimension. Max. for pay purposes shall be 611 on main 24" and smaller, 9" on mains 30" and larger, when bid per cubic yard. 4t• min. dimension~ 411 max. for pay purposes when b1d per cubic yard. Cl ass "E" 1500# concrete. Concrete encasement sha11 stop 1 1 either side of joint, atid when · ene•~ng concrete pressure pipe, full lengths of pipe shall be encased, Joints excluded. as specified CONCRETE ENCASEMENT FIGURE 20 . DETAIL --.-. -· -. . E 1-7 E 2-7 Material Construct ion L i ( \ '· j Existing Surface ----CD--~ @ .• Proposed Water Kain Variable trench width. Pipe length shall be tMasured as standard trench width, (Ref. E 2-2.16), plus four feet .(~'). No joints will be allowed within this dlmenslon. A minimum bearing of 2!f 11 shall be required on each side of the trench. Sewer ) fnes less than · twelve Inches (12 11) In diameter sha1 I be replaced with Class 150 cast iron pfpe or supported and encased by a reinforced concrete beam per Fl9ure 21t. s.wer. service J Ines shall be replaced with extra strength cast iron soil pipe. Tie Joining of c;ast iron pipe to clay or concrete pipe shall be ude with ltOOO# concrete collars per Figure 112, or with approved adaptors. The entire area excavated to accomplish the replacement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Hodified..Density. @ The .minimum clearance of sewer to water 1 ines shal 1 be s Ix inches (6 11 ). ' }. / .. ...- J-1-78 SANITARY SEWER P.IP~ REP ·LACEMENT DETAIL FIGURE 23 E 1-7 E 2-2 Materials Construction 1-1-78 surface No. 4 Bars, eac:h way ::.t-11---<D---... Exrstrng sewer 1 lne ti" Typ. ~" Typ. A•·, I i--, 12'?. c/c Typ. Proposed Water 6" #6 gauge welded . wire mesh, I ength of encasement mrnus 3" diameter Qf bel I . Sect f on 11A11 -11A11 Variable trench width. Class 11 811 2SOO# reinforced concrete support beam and encasement length shall be measured as the standard trench width, (Ref. E .2-2..-16), plu.s four feet (4 1 ). A mrnrmum bearing of 24 11 on undisturbed earth shall be required on each side of the trench.· ' Class 11 611 2500# reinforced concrete shall be used in construction of a support beam and encasement for sewer lines twelve inches (12 11 ) diameter and lar·ger. Sewer lines less than twelve inches (l.2") diameter, with exception of sewer service 1 ines, shall be replaced by Class 150 cast iron or supported by aforementioned concrete encasement, per Note 2, Figure 23. The entire area excavated to accomplish the construction of ·concrete support beam and encasement shall be completely backfilled with crushed limestone and thoroughly compacted to 90% Proctor Modified Density. SANITA.RY SEWER PIPE TRENCH FIGURE 24 . ...,..,...._,_ ·~' \ j ··· .. ,· CROSSING DETAIL !El-20 Materials ·E 2•20 ConstructJr--·· .. ...,_ __ .. ~Backfill~ . . C )( Ill X X 0 C N &r, 4 11 and Larger Water Line Embedment ~Backfill~ Embedment 211 Gate Valve 211 Short Nipple 2 11 Tee --~~After Sterilization Remove Pipin~ and Install Plug NOT£: _pJ ug after Samp Ii ng STANDARD DETAIL 2 11 Coupling to be p 1 ugged w/2." c. I. Plug after sampling Chl9rlnation blowoff and sample point for deadend water piping. Contractor is to furnish all labor and materials. Material will be removed and retained by the Con- tractor after satis- factory;samples have -been obtained. Concrete Blocking, ~~, per ~lg. 9. END PLUG CHLORINATION BLOWOFF AND SAMPLING POINT FIGURE 27 1-1-78 E 2-24 Construction Spec. NOTES: G) 611 bl ind flange tapped 2 11 with 211 brass plug. ® 0) 125# pattern bl ind flange drilled and tapped for 611 bl ind flange. 611 bl ind flange attached with bronze bolts. Gaskets shall be full faced as otherwise required in E 2-4. Lifting lugs shal 1 be .provided in quantities sufficient to loft and handle the flange as a balanced load. ~ Attach the .125#. pattern blind 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 CLEAN·ING WYE DE.TAIL Fl GURE Material Specificatio~ E I-~ Constructio, Specificatio~ E 2-4 28 l-1-78 . ·-----. . ...-· . .1 --- ·-,..- \ ) \ I 1-1-78 ~hen a frre hydrant is 1oca~ed at end of Hains 611 and 8 11 in dia·meter, wye may be omitted Contractor wi 11 make a reasonab I e effort co· prevent back-flow of purged water (See E2-24) EXTEND PIPE RISER GROUND LEVEL , ... CAP"~fTER DITCH HAS BEEN DEWATERED - -'----1. lns_ta)J HJ Wye at terminal end of ma i n 2. Closure on A-c pfpe wiJJ require 11Rin9-Tight 11 to plain end adapter in addition to .HJ Wye 3. Block \lye s tre r ght · run end plug . 4. After cleaning wfth "Polly-Pig" install branch end plug. · CLEANING WYE DETAIL. FOR NON -LOOPED ·sYSTEM 1211 AND ·uNDER FIGURE 2·9 E I -7 Hate rf a 1 E2-7 Construction 2.25 11 -- -(t) ~ PMS i 67 (Copper) ,--PMS 288 \ ..ie) n-PMS 288 (Blue) \ \ I ' I \ 311 \ \ \ ' ,. \ I , 31 • i.5 11 ,' t , , I ' I I t I I ' , -.Fd'Rt WORTH 311 . t I ·/ \ . : I I I t ' . / \ 41 -1.5 11 I I ., I I ' I ' \ I \ , \ I \ You1\ WateYi \ ' . . . ....... 311 3 '.75 11 -1. I 0 :: -r" Funds ln Action ___ · · · · · · ·· ·:· .. · · ·· .. · :· t · · P·.R_.:.,-_;o: .. ::·~~~r· :.·N. 'A ·M: E.: · :: .:: · · .. · ·.:···; · :··~:;:_.-<· · · ··/ · :-_. ·. ·.:. · · '. · : • . ·. . . .: . . . .. :: : . .. .• cJ~ . . ~-, . . .. '; . . ; ·. •· . ·, ·:: ·:. : .. -: ._' ·., . . • .. I .·. : : . . PROJECT NO~ 00·00''1,~00 / 00~0000~·00 . · .. · .. ·::· ·. ·. . . . . . . ... ·.. . ·. ··. · .... ·:·$000,000.00 ..... : :·. :: . · .. : ·. . .. := .. : .. : .. · Questions on .tlil~ proj~~t, ~al~ 87i~S~~~ (We~kd~y; 7:Sfi'°a;ni."~ ~;30 i,.~J.: · . . .. · . .. . . . . . . : ..... · ... ,, . . . . . . . . . . . .· .. Que:suons on.this proje~t-.after.hoilrs, call S'Tl-7970 ·. · .. · · .. ·. Afte~~~~uas ·.w~ter and sewer. eme,lge~ci~s;:·~a,1·s1i-s3()0 .. ' ·· .~ ~.:·_: ... '.:·.: ..... : : .. :_ ·.:. ··:.~ · ... ··. · .. :·.·.· .•:. ·. }. · ...... ··.' .· . .-: · .. ·.··::::~· .. _-·::·~· ·.,;·.:. ;·. ·. :.: .... : .'. ··•.·· 2.25 11 --- -0 (',l 1.5" , . 1.5 11 -.--, ______ __.~formalion about fort Worth Wa\te~"atcr Progrnn1 1 call 332-8180 1.5 11 ' \ \ I I I I I ' \ · Wh1te -. \ I \ \ I I I I I I \ ' I I , 'w_ PMS 288 (Blue) . ' I . I I 3.75 11 I\) I 0 : 4.5 11 PROJECT SIGN Figure 30 Scale 1 11 = 11 ·-,.,,....... .J/18/96 E2-i Constn Pn .;:::,. I 0 ' 2 1-6 ... ·1· 2'~6" · 2'-6" ·2'-611 ·PLAN VIEW ii ; 5 ·I· BO SU) ' -"' -:au, I CONC. 2'-6" FIRE HYDRANT BARRICADE DETAIL FIGURE 31 rPROPERTY LINE I 1 611 Min. 4 -6" DIA. STEEL GUARD POST FILLED WITH CONC. SET POST IN CONC. EI -12 MATERIAL E2-12 • CONSTRUCTION R.H. TYPICAL DETECTOR CHECK INSTALLATION . PLAN VIEW GR6UNJ) LINE . #I: F-;-------------_---1 ~ ; : . . . . . . • .J PROFILE G} TEE (OR TAPP ING TEE) @GATE VALVE @VALVE BOX & ·_COVER @METER BOX @ FLANGED COUPLING ADAPTER @314 .. G·ATE VALVE . {l) 314•• CHECK VALVE @DETECTOR CHECK @ 5/8"X3/4 .. METER ~ FITTINGS (METER TO BE PlJRCHASED FROM CITY) @METER YOKE FIGURE E1-12 MATERIAL E2-12 CONSTRUCTION· 32 i .. , I \ ,,. -------------------:-----------------------------------------------:--'· "· ·· ' ., . ,, ---· ·r: .. '. t li:::. ~· A. .~ -G.> C :0. ·111 ·· c,, ~ ',•;: .... ... l '11 :- 3000 l'Sl AT U O.lY.:oHCJl!TE WITH y,'.11. GR.a.OE: §0 o,, R[INF~C[MENJ . .... , ~-C tc'I .l (A") VAULT-PLAN IIUU-... 1 c: cc:'I • )" 4 ':. . : • io• QBECTiai Pf FLOW ; •• •• . ,. , . .,. e• .w.u; L •ALL Tlf!UST l!t.CCICING SIUU. 8£ ,l'f .t.ccclfa)AHCE 'MTll m.ll\£ (t)O,·THE: GEHEIIAI. C:~ OOCUM£HTS, 2,•IFVALvt CPER.l TINO NUT 1$ MQAt TKAH IS) FEET !!£LOW Glf:ll.NO at PAVH3 SURF.&C(. PAO'mF EXTEHSIOK fflM TO CU: •fOOT EEl.OW GRCIIH) al MtlHO SUU'.ta. :3.•Ac:erss OPENIIIQ C£NT£RED OVEII lltTEII . .\) H•20 LOAOIHG•Z4"•40'C.L ~fW:1£ AHO COVEii WAAKED "WATER~ WCKIHUY (ICM. Z4°ir-40')0ft EQUtL ; a) IIQH H-ZO LOlDINIJ•30°•se• STEn. HCGLf; tL\I' DOOR, IILCO TYPE O MOo£I. QUQVAI.. ' ""~ COHCIIETE l'lHISHES SHALL IIE 1H ACCOftOAIICCwm( SECTION Ei•ZO OFGEHEJW. C:OH7l!AC:T OOC:\MEHTS. ~· WRAP ALL PIPING PElitTAATIOWS OftOUOH 'ICALI. 'WITH I 1:111. 1'0<.TtTHYLENE. SY\ll!Ol.S1 @-FITTlliG$ AND ,lolAT£RIALS LIST ITUl~,· 15t£ ~ HO. i I l•G•Dll:H TURIINE METtll IS TlfE l:IIN1M\Jlol METER SIU WITH 6•1NQ! 1)1,;, 8Y•PJ.S$ FOIi 1111E PIIOTEC:Tlaf, i' CH[CIC Volt.VE IS ll!OUIIIEO FO,, ALI. TURlllfE UETEft ICS'TAWTIONS , O!ECIC VALVE MAY NQT 8t. LOCATED CLOSER THAH FrYE PIP! DIA11£TERS OOWHSTREAW Of TJIE IIET'tR, · .... ,_ .. ,:::,. . ..... --- V,f ¥J/t'I. . I ,, 3-m:H ,ml\ Wlt1! 2-IlG Bn>ASS @ ,Moch I :Z..focb Brotlze . Tl;, Siddle (l))uble ~> nth Qirporat1oa Stop (lhnd) © 4-I11eb 1:1.r. Pf.po (C1us Sl) @ 4-Incll G&to V'alft (llcc:h. JolAt/fleta.t,,e:, Cilalld) (!} C-tDCb lC 3--tiicb .lleddcer (llecb • .folntJP.S.) nth 3-IDc:h o.r. nqcd Mapta- © 3-loc:b 7\trt:0-Wetel', rll.lli1! {S'llt'chued br tl:llltnctor f1'CJII Water °'Pt•) 4-toc:b X 3--lach l!edllcer <na.cce> @ · <·t!!dl nu:ige C'cupliaf ~a- © ·4-roc:b aroa: t.o Saddle (2-lDc:b · · ~h 2-tGCh Du.. Brus :;!pple (Ib:d); 2-IDcb Brase C.te Valw C'nlrd) :&Dd 2-llldl bss Plua: Obrd) © 2-lac:b C"cpper,'I\lb~ ('l)pe. T) @ 2-IDcb 90•. El.ms (nared) ® 2•facb J1rUe C&t.e ValYII with (2) :Z..Iads Brus Va.le flt~lJIC Ma;iter (n.a.nd to lbrd) • . @ S 1/C-lnch C.I. Val-ve 9ax IJlll 0Mtr , (IQ.riced •Y1.tet'") @ C-tllCh lbl'UOlltil SWiDC Qieelc Val.ff O!ed:I. Jol.Jit/!le~t' Gwld) .,, -G) C: .::0 rn (>J .(JJ , -... . -- nm~ .1..'0 M.\'mll,\UI usr 4-l!a llE'rm 1f'ffll 2-llQ 13TPASS .,@ 4-r11cb X 2-tDCh Sroar.e Tap Saddle (~uble Strap) witls Corporatlou Stop en.red> © 4-IDCZI 1>.r • ~ (Clue Sl) @ 4-Illds Gate Vabe (llecb. J'oLlltfReCIJ.ou OlMd) @ 4•I11Ch o.r. ~ Adapter .. @ 4-tDCb ~tel'., nmise c~ by Oxltn.c:tor fl:'Clll Watei-tiei,t .) @ 4-IDCb nall&'O CbJ.4,llJlir Adapt~:- 0, 4•tllcb Eirocze TJp Sad:ile (2-Iac:ll ~ Tapaae)a Z·tndl l>Sa. 8r&$S Nipple · ('lbrd), 2-t11cb B:t.1111 ~t• \'alve ('lbrd) aDd 2-Iac:b 8rl.SIJ Plq (111rd) @ 2-toc:h Q:,pper ~ {'l)po "C') @ 2-rach ro• EJ.tw (nared> @ 2-Eadl lkua O&t11 Valve ..tth (2) 2•Incb Brase lkl• Fitt 1.nc l,da;,ter ~ to 'nlrellded) 'ii' s 1/4-IIICh c.r. Valve ~ w Q)ver ~ (llukecl •irater") @ · 4-Iocb lbrJ.zootal S,r1Jlg ~ VLlve ()ledi. Joillt/RetaiJ>C' Claz:id) 6 t.'Ol llE'Tfll fft'R 4-DDI BYPASS @ 6-I11d& X 6-tDCb ,c 4-Inda D.r. Tff· (\ledl. JoSAt/F,eti.f.:ler Glim) @ 6-Iodl o.r. Pipe (au,; 51) @ 6-IDCb Gtte VaJ,ve (Joech. J'of.llt/Jletalffr Gle..od) © 6-Inc:ll D,I. nlUl(e Adapter @ 6-tnch ~ter "1th Strainer (~ hr Contn.ctcr trc:a 'lr.L\ter Dept.) · ·@ 6-t11cli nUl&'II 0:,upl.~ ~te; © 6-Ioc:h Bronze 'hp Saddle (Z•IDcb Tllpsi.U:) 2•Eoeh'O.lr.. Brass ~lpple ('lhrellded)I 2-I11eh Brus Cue Valve (Threaded) and 2•IDc:h Brus Pluh ('Ibrel.ded) © 4--IDCb D.r. Pip., (Cl&BS 51) © 4,-IIICb. D. T. 90• Baod (lilech. Jo!At/ lleta.1ner Gland) @ 4-tach <ate Valve (~, Jo!At/ . · R6U,ill9r Glud) @ 6 1/4,..Il!Cb C.I. Valve Box atid CbYe1' (!larlc,:d '"Irater) @ S..t11ch HorlzontLl SwtDg Cbedl: Valve (llecll • .tolAt/Reta.f.Delo Olaz:id) .. --..... \ 10-nar 1a:tt1t rtT! s.na ·Bf PASS . © 10-Iacb X 10-rccb ,c &-Incb o:I.· T~ (Vocb • .toSAtfl\etl.ber Olt.Dd) @ 10..Iacb D.r. Pipe (Quar ~l) @ 10-Iacb Cate Valve (~~ Jof.Dt/ l'let!Wktl' Ol&Dd) • © 10-rocb o.x. n&D&'G .\da;lte:-· ' @ 10.IIICb Turbo Yilte:-nth Stn.lner n~. (l'llrchaaed hr O:J11trscto" tr= rater De$)t.) • @ 1o-I11C1S n~ ~l~ ~.tar @ 10-Iacb Bronzo 'tlli, &ddle (2-racll T~tzo) J 2-lncb Dia. Brtss :l.lpplo ('lbnlated); 2-r11di Bta.ss Cate Valve (Thrwaded),aod 2-IS!Cb ~ Plui('r.lreaded) @ 8-Iac:ll D.I. Pi~ (eta.sir S1) @ (1-tncb oo• Bend (lreeh • .To!:Jt/Rota.!DeZ" Ghlld). . @ 6-t11ch C'4to va.1 .... (llecb. Jol.at/l!etl.1.Der Qlam) • ® ® s 1/'C-Inch c.r. Val"" Boie lt.Dd Cov-er Clla:ud '"ll'a.te.r") 10-Incb Jbrizoat&l. Swing O>ec1' Valve (lilecb, Jo1nt/Reta1Der GlLOd) . -1-...ce -....... -- MATERIAL LIST 311 ® Standard 4 Corporation St9p(w/Tap Saddle when required) 3" . @ Standard 4 Curb Stop a 90°Elbow. 3" © 4 Type K Copper Service Line @ Eclipse Tu No. 88 Sampling Station with 12" depth of bury. ® 2 1 x 2 1 Concrete Pod, Closs 18 1 Concrete (2500 #) w/# 4 Rebar@ 12 11 c-c Each way,3 11 Min. Clear Cover t;:----r--:~-.....) ·.. .. ••• "' • 0, •• • ••• l,', •., o•, , . ~,, .. • .. : ... . . . ... . . ,. • ,o NOTES, 30 11 Min. '{ ::: ~ I .. 11) I. Backfill Trench Area with sand . ·,. I' • .. :· ... . : .• ....... ® @ 2 ·. Place Sampling Station next to power • pole,elevated tank,strP.et sign,treo, or fire .hydrant · . 3. Place Sampling Station with door facing street. 4 . Install Sampling Station on' Short Side' of street. ·WATER S·AMPLING DETA -IL FIGURE 34 • ) . , ... ;' @ 5. When placing station next to fire hydrant DO NOT top fire hydrant lead a "inaintciin distance of 4 1 for proper o.perotionof fire hydrant .' ·6. lo I ieu of topping main connect to existing large valve copper risers when . possible. Rev. MAY 1990 OCT 1989 ·· 1 ' 2 or /4 Roadwa @ -~ , I cu Cl) f- cu 1------iH. t-'S"-'t~ain:-d-;,a~r 7 d 7 .:.;J..._:_..:.k ··£!· · Curb & Gutter = :1··~ · r--. '·"'"' . ~ . ;-_.... . ... :· -~ . l , . . .• . ........ ·-: .. • ..• ·; rt'\ • ijQ.I ~ .> ... ·,.::. ~--.:: : ~.'<: ~1: : ... ~ : I I -.0 IV 1... IV > ... G> C _, Q) I-.D G> 11) ~ ·-IV I.. V, 11) :::::, C Q) co N V, ·-VI 1... ~I Cl.I VI C Ill VI ·1-1-78 NOTE: . :~ :·.: .: · .•. ·. > .. :· ·:· .:.~ . . ~ ; 2 ·-~" . •. . •..• ·-> z 1--~,~ ,~ v-L ~,V> 1..:t :3: cu I Cl. 11 I ~ ii: ~~ _.P' ; 1 I ·/ \ / \ / \ / \ *'/ ' \ .~atertight \Plug If C.I. Min . Grade 1% TYPICAL SECTION Note: Embedment and backfill as required for adjacent sewer main shall be included in the price bid per sewer service complete in place. Standard Cur Gutter Secti n L ne Tees Will Be Used On All Service Lines Constructed At Same Time As Pub 1 i c Sewer. @ Sewer service line location to be marked with red vinyl tape at least 3" wide and 10 mil thick attached to the end of the service and extending through the back- fill a1; the point of house service connection behind the proposed curb. SERVICE LINE DETAILS FIGURE 115 El-9 Material E2-9 Construction ·, . EXISTING CURB & GUTIER NOTES: TRENCH REPA IR LIMI TS EXISTING HMAC PAVEMENT SAW ClJT SAW ClJT EXIST ING HMAC PAV EMENT BACKFILL MATERIA L (SEE NOTE #3) TRENCH REPAIR W/PERMANENT HMAC PAVEMENT AND NON-REINFORCED CONCRETE BASE TYPICAL SECTION 1. PLACE A MIN. OF 2" HMAC SURFACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEM ENT GRADE AS SHOWN. 2. PLACE A MIN. OF 8" 2: 27 CONCRETE AS SHOWN . EXISTING CURB & GUTIER 3. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED , A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH. FOR STORM DRAIN INSTALLATION, BACKFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER INSTALLATION.BACKFILL SHALL BE PER FIG URE A. 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORT H STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS PERMANENT ASPHALT PAVEMENT REPAIR WITH NON-REINFORCED CONCRETE BASE REV. 05/2006 DAT E: 0 9/2005 2000-1A EXISTING CURB \GUTIER EXIS T BASE [ L EXISTING HMAC PAVEMENT N0.3 BARS ON 24" CENTERS BOTH WAYS WITH MIN . 2 BARS LONGITUDINAL IN DITCH L MIN . EXISTING HMAC PAVEMENT CLASS "A" REINFORCED CONCRETE BASE BACKFILL MATERIAL (SEE NOTE #7) EXISTING CURB & GUTIER EXIST CONC. BASE TRENCH REP A IR W/PERMANENT HM AC PAVEMENT AND REINFORCED CONCRETE BASE NO TES TYPIC AL SECTIO N 1. REINFORCED CONCRETE PA VEMENT SHALL BE REPL AC ED TO ORIGINAL THICKNESS OR TO A MINIMUM THICKNESS OF 5" WHICHEVER IS GREATER. 2. IF STEEL EXISTS IN CONCRETE PA VEMENT TO BE CUT, THE STEEL SH ALL BE CUT AND SALVAGE AS POSSIBLE . A MINIMUM LAP SPLICE DISTANCE OF 12 " SHALL BE PRO VIDED. 3 . REINFORCED CONCRETE PAVEMENT WILL BE REPLACED OVER TRENCH, AS SHOWN, IN THE EVENT NON-REINFORCED CONCRETE PAVEMENT JS REMOVED . 4 . ALL EXISTING ASPHALT COURSE SHALL BE REPLACED TO THE ORIGINAL DEPTH. MINIMUM P AV EMENT ON ALL ASPHALT STREETS SHALL BE 2" OF FINE GRADED SURF ACE COURSE. 5. BEDDING OF PIPE TO MATCH ADJACENT SECTIONS . 6 . 2: 27 CONCR ETE MAY BE DELETED IF HALF THE SPECIFIED THICKNESS OF 2: 27 IS ADDED TO TH E CLASS "A" CONCRET E. 7. FLOWABLE FILL MAY BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND JS OPTIONAL IN . OTHER AREAS . IF FLOWABLE FILL JS REQUIRED , A SEPERATE PAY ITEM WILL BE PROVIDED FOR SUCH . FOR STORM DRAIN INSTALLATION, BACKFILL SH ALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH. FOR WATER OR SANITARY SEWER INSTALLATION, BACKFILL SHALL BE PER FIGURE A. 8 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . REV. 05 /2006 CITY OF FORT WORTH, TE XA S DA TE : 09 /2 005 PERMANENT ASPHALT PAVEMENT REPAIR WITH REINFORCED CONCRETE BASE 2000-18 EXISTING CURB & GUTIER NOTES : TRENCH REPAIR LIMITS EXISTING HMAC PAVEMENT 2" EXIST ING HMAC PAVEMENT ~~-BACKFILL MATERIAL (SEE NOTE #3) TRENCH REPAIR W/TEMPORARY HMAC PAVEMENT TYPICAL SECTION 1. PL ACE A MI N. OF 2" HMAC SURFACE SOURSE (T YPE "D" MIX) TO MATCH EXIS TING HMAC PA VEMENT GRADE AS SHOWN . 2 . PL AC E COMP ACTED FLE X BASE MATERIAL AS SHOWN . 3 . f-LQ ABLE FILL MA Y BE REQUIRED TO BACKFILL ALL TRE NC HES IN DOWNTO WN STREETS , AND IS OPTIONAL ru \:. ':,. thJ;"o HER AR EAS . IF FLOWABLE FILL IS REQUIRED , A SEPER ATE PA Y ITEM WILL BE PROVIDED FOR SUCH . EXISTING CURB & GUTIER ~"<i E0R STORM DRAIN INSTALLATION, BACKFILL SHA LL MEET SPECIFIED ITEM 402 OF THE STANDARD :i :J: ~ "~ 5 P.e: IFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION , CITY OF FORT WORTH . <1 » ~ f.iG R WATER OR SANITARY SEWER INST ALLA Tl ON .BACKFILL SHA LL BE PER FIGURE A. • c;,J <,; 'i', rr=--m ~s,J 4 . ALL CONSTRUCTION MUS T BE IN ACCORDANCE WITH THE CITY OF FORT WOR TH STANDARD SP ECIFICATION S FOR STREET AND STORM DRAIN CON STRU CTION . -Uv'il CfO"'\! ~ <!:» r •-"'~ =·(> t.:-? ~;::, ~J c--:C: ~ .... '?) (S?) CITY OF FORT WORTH, TEXAS TEMPORARY ASPHALT PAVEMENT REPAIR REV. 05/2 0 06 DATE : 0 9 /2 0 05 2000-1C 5' MIN. EXISTING BASE (IF AN Y) l PIPE L DOWEL CLASS "A" REINFORCED CC ETE PAVEMENT REPLACEMENT TO r~ NEAREST JOINT OR CURB . EXISTING CONCRETE PAVEMENT . ,/STING CURB TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT TYPICAL SECTION NOTES: 1. FLOWABLE FILL MA Y BE REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPER ATE PAY ITEM WILL BE PROVIDED FOR SUCH . FOR STORM DRAIN INSTALLATION, BAC KFILL SHALL MEET SPECIFIED ITEM 402 OF THE STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION, CITY OF FORT WORTH . FOR WATER OR SANITARY SEWER INST ALL ATION.BACKFILL SHALL BE PER FIGURE A. 2. RE INFORCED CO NCRETE PAVEMENT SHALL BE REPLACED TO ORIGINAL DEPTH, OR TO A MIN IMUM DEPTH OF 5" WHICHEVER IS GREATER . 3. PLACE 6" OF 2: 27 CONCRETE AS SHOWN. 1" OF REINFORCED CONCRETE MAY BE SUBTITUTED FOR EVERY 2" OF 2 : 27 CONCRETE. 4. REINFORCEMENT OF CONCRETE MUST MEET CITY STANDARD OR MATCH EXISTING, WHICHEVER IS GREATER . 5 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH, TEXAS TRENCH REPAIR W/REINFORCED CONCRETE PAVEMENT REV. 05 /2006 DA TE : 09 /2004 2000-2 -APPENDIX A GEOTECHNICAL INVESTIGATIONS CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: Risinger Rd DOE No: 4083 Fund Code: 01 --· HOLE# 1 LOCATION: 40' E of Crowley Rd 7 .. 25" HMAC 6 .. 50" Sand, IOCkS & Gravel @ 4 . 0 O" Brown sandy clay w/rocks LAB NO: 88554 Risinger Rd S/4 & gravel 6.00" Med. Brown Sandy Clay w/rocks & gravel - ATTERBURG LIMITS: LL:30 .5 PL: 16 .. 2 PI:14 . 3 SHRKG: 8 .. 0% MUNSELL COLOR CHART: 10 Yr .. 5/4 Yellowish Brown Sandy Clay UNIT WEIGHT: 146.0 #/CFT -·-""'= HOLE# 2 LAB NO: 88555 LOCATION: 340'E of Crow1ey Rd @ Risinger Rd N/4 7.00" HMAC 7.25" Sand w/rocks & g.ravel 8 .. 00" Dark Brown Sandy Rocks & gravel ATTERBURG LIMITS: LL: .37 . 5 PL:20.6 PI:16 .. 9 SHRKG: 10 .. 0% MUNSELL COLOR CHART: 10 Yr . 5/3 Brown Clay UNIT WEIGHT: 146.0 #/CFT ---HOLE i 3 LAB NO: 88556 LOCATION: 540' E. of Crowley Rd @ Risinger S/4 10.25" HMAC 5 .00" Tan Sandy Clay w/rocks & gravel 7 . 00" Orange sandy clay w/rocks & gravel -ATTERBURG LIMITS: LL:23.7 PL: 16 4 PI: 7 .. 3 SHRKG: 1. 0% MUNSELL COLOR CHART: 10 Yr .. 7/4 Very Pale Brown Sand UNIT WEIGHT: 146.0 #/CFT -~ ~ HOLE# 4 LAB NO: 88557 LOCATION: 740' E of Crowley S/4 ·--------·-8.00" HMAC 7 .. 00" Sandy Brown w/rocks & g.ravel 7 . 00" Dark Brown sandy clay w/:rocks & gravel ATTERBURG LIMITS: LL:45 .. 0 PL:23.9 PI:2f~-SHRKG: 12 .0% MUNSELL COLOR CHART: 10 Yr .. 5/2 Grayish Brown Clay UNIT WEIGHT: 146.0 #/CFT --- ~~ --- - HOLE # 5 LAB N0:88558 LOCATION: 1200 Risinger Rd S/4 15 .. 00" HMAC 8 .00" Grayish Brown Sandy Clay ATTERBURG LIMITS: LL:57 . 7 PL:28 .7 PI:29.0 SHRKG: 16 .0% MUNSELL COLOR CHART: 10 Yr. 6/2 Lt . Brownish G:r:ay Clay UNIT WEIGHT: N/A #/CFT ~ HOLE # 6 LAB NO: 88559 LOCATION: 900 Risinger Rd N/4 -4.00" HMAC 7 .50" Tan Sandy Clay w/rocks & gravel 10.50" Greyish Brown sandy clay w/:r:ocks & ~pavel ATTERBURG LIMITS: LL: 43.0 PL:23.4 PI:19.6 SHRKG: 12 0% MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish Brown Clay UNIT WEIGHT: 146.0 #/CFT HOLE# 7 LAB NO: 88560 LOCATION: 700 Risinger Rd. S/4 10.00" HMAC 4 .00" Sand, rocks & gravel 8.00,, Grayish Brown sandy clay w/1:ocks & gravel ----ATTERBURG LIMITS: LL: 48 .. 4 PL:26 .1 PI: 22.3 SHRKG: 14.0% MUNSELL COLOR CHART: 10 Yr .. 4/2 Dark Grayish Brown Clay UNIT WEIGHT: N/A #/CFT ~ HOLE# 8 LAB NO: 88561 LOCATION: 50' W of I35 @ Risinger Rd. N/4 -·------· .. ---·-9.00" HMAC 6 .. 00" Brown Sandy Clay w/rocks & gravel 7 .25" Grayish Brown sandy clay -· .. ---------ATTERBURG LIMITS: LL:57.2 MUNSELL COLOR CHART: 10 Yr UNIT WEIGHT: N/A #/CFT =-- Approval: ~ ~ ~J,a'n Jeri </ Inspector: N/A Tested by: Soil Lab PL: 5/2 26 . 9 PI:30 .3 SHRKG: 15.0% Grayish Brown Clay ~ Requested: by Abe Calderon Inspector File 2 ·'··--····-·-·· .. ······-···--·-··· .. .. ... --.. _ ........ ··-.. -···· ·-· .•..... ·-···-··-·. ··-. . FUGRO CONSULTANTS LP -~----··-·---------------·-----·-··--··-·-·····-···---· ··--·-----· ·-·····--· .. -· ........... ··-· --···-··--·-·-----.. --· -·-----· ·-· -· ·---·. ·. ·---···--·--·---· .. ·--·-·· ·--·-··-··-··-··-·-···-.. ·······---·-···--··--------- December 9, 2004 CH2M Hill, Inc. 12377 Merit Drive, 10th Floor Dallas, TX 75251 Attention: Ms. Jacque Swanner Re: Fugro Project No. 0704-1330 Southside II Transmission Main 2880 Virgo Lane Dallas , TX 75229 Phone : 972 -484-8301 Fax : 972-620-7328 Rolling Hills WTP to Crowley/Risner Roads Fort Worth, Texas Dear Ms. Swanner: In accordance with our agreement dated October 14, 2004, we have completed field sampling, exploration, and laboratory testing activities for the referenced site. No engineering analysis or · recommendations were provided as per our proposal. · A total of 22 borings were completed on November 5, and 8-10 at locations selected by CH2M Hill. The borings were advanced with a truck mounted drilling rig. Undisturbed cohesive soil samples were obtained using 3-inch diameter thin-walled tube samplers that were pushed into the soil. Dense or non -cohesive soils were sampled with a split-barrel sampler during a Standard Penetration Test (SPT) in general accordance with ASTM D 1586. The soil samples were transferred to our laboratory in Dallas, Texas for testing as assigned by CH2M Hill. Tests were performed in general accordance with current ASTM testing procedures. The tests and the respective ASTM procedures are as follows: • Moisture Content, ASTM 02216 • Unit Weight Determination,. ASTM 02937 (modified) • Liquid Limit, ASTM D4318 • Plastic Limit, ASTM D4318 • Unconfined Compression, ASTM 02166..(Soil) • Sieve and Hydrometer Analysis, ASTM 0422 • Standard Compaction, ASTM 0698 Our lab also performed pH tests in accordance with standard testing procedures. Resistivity tests, chloride, sulfate and sulfide content tests were run on selected samples. A member of the Fugro group of companies with offices throughout the world. . -····-··-···-. -·-·--············· ··-.... ·-. ·-·· -···· ....... ---·-· ---·----···. ··-···-·--··-·---· -···· -·----··-· -··---------.. ·-------·······-··-·-·-·-----------.. ··---·· -----------------·-·----·--·-----·-·····------·-----------· I I I I I I I I : I 1: 1· I ' Report No. 0704-1330 ·-----·· -i: .............•• ··-·-·· -------···---··--·· .• --··-•. ·-· -·--·-· ··-· -. ··•··· -···-···· ---------.. --·····---·-----------.----------------------=------···---------------------- The following data are attached : Plan of Borings .................................................. Plate A Boring Logs ............................................................. Plates 1-27 Soil Corrosivity Test Results ..................................... Plate 28 Soil Resistivity Test Results ...................................... Plate 29 We trust t hat the information provided herein is sufficient for your present use. Please feel free to contact us if you have any questions or if we can be of further assistance. Sincerely, RPS/HTK/kp Copies submitted ( 4} -2- ·~ :~: 0 5 LEGEND: SYCAMORE SCHOOL i IL•. ·#;···.,,.·, s ·o ((). ~i Id·' ~ 6\1:RMAN PKWf B-4 S..S a~7\\:~:i8 ~' ·~ r,tJ (/;!,, ffi 0 cc j ;: a~10 s,.'f1 • APPROXtMATE BORING L.OCATION NQTTOSCALE $C)UTHSID1: U·WATJ:R T~NSM1$$fON MAIN , .Rotrrt; . Hmsw.terT,a··tme· -f.Pfan .:I . ..r . "··~~-1,·,::B: .. :., ::: ,· ·. /,.:· .. ::':.~., "·' ~""···· :·.-"1.,,. :·::· -·. . . . ... . 'I ';])et\~; .11laQ~._j]~r,~~:ft·~~ ~~oWR ·. }, P.r~j~~a;·~. 0 North Pla.n Of Borings . ~w·· "rt·:a.. Te:··• PQ,q..· ' .Q U;; .· .Xl$ ·ptAtftA ll3 . ~ m 0 5 tQ '15 rw ~· !;ii ~· 1-iQ· i Cl.-' 'lf ·G]:j ~-·IE• :i -~. Cl "t0¢jj• ~ _LOWOFC-130RlNGf(Q)..,I~ 1 SOtiirHSIOE JI WA"ft?a TAANSMfSSfOtt'.~IN Rbllitrg Hills WaterTceatme)lt Ptanftt,::arowl(iy/ .. r{i\Jlflg·w·Rd: Htfet$ecuon F0RT WORTl'f; T~S PROJECT ~O. 010'4:-1330 LOCATIQN:.SEE PLAN O.F JaQR,INGS $fAA-~~~rON -' "e•t£V_v~.· j $ • 1 p ... -1 ti .., ,I·~.!:. ·.-1 ·I!!_ >. P:_ i-r I · . .ii.. ·'~_--'."-·S:URF-'.;J:~ATIQN~_!,IN~OWN. .Cl.iAY fcwc(fREiddish Brciwn,1tace-to SO!lle'.-:Saild , tli°t~t'ON'!r, f 1"li, 'WIU1 et~y-sea¢s. ---------------------., le~ .. :a:'-. ""-. !,ix ~ !!! .. t~ z1:1U,fl "'ttr:'JTH i z ::r-~ .J ~ ·..c lll ~ fr? z: c.,iil_ :·t-~ U=:'I Q .;J Q.d .J,fJ ·-,g :) .. ~ Q. . o.-~ ·ft N S: ::, {I) s:.o 15.0 1:3 zg r a§ 1 ·21 1 ~2 1:a 1~ I 51 I 17 ! 34 r--1 I ··31 1ao 4,9 I ;~ :~~~~{gjfp~PTH; 15.0 WMERl.t,M:pse;ePA,:CS,~::aRY 1$: 1 , 1 I ffite,.gafijt~'f:( N.ov. ~004 a~t>Jf~Q,i!P.1,S;tJP~:· ,ORY P l:if>o¢.~t. PeM;tro~ter t, . . . N¢!~AlJ<tE1Pthi. are;ot~a,.~ur,00;iri_@:t, · :~·~ ro:s1£<J1stt•-1r:F1:. 1N:c. , .• ,. , .. , .. :, .~· ~~-•. '# -PLATE•~ . ., I~A':"w'·~,,s,m_ · ·1'i.,1_·,iiiccik'1~_-•. ,. •s·. · · &...:~~ VF li:JWP\ l~ '3iJ<i~-~ . .:. 2 .... ·· . .. . ~~_yc~$t~~'.i1)j;41i~?r~~~,i~~i~N-~~l~ .... Rollmq Hills Waler neatrol'1nt.PlanHo:9ro'io\'.f~y/'R,istf;l~ar ~Q. fnten(~ctfon ~ORtWorttH, ~s 'rYfE: l~TeRMITTfN:t SAilnPLING PROJECT NO. <i7D~~T='3ao . LOCATION; Sf'E P!..A~ PF B'ORLNGS . i I ! ·-. -• j i • ·• . •· • u.. Q -·· ~ ., .... ·1 , . ~ . . .... 0 --' : ' ' · ·l J:•: )f5i$ , El£VJ l:i; 11:!· §e 3 !:i ,1niif ·3;.!!! ~,!i: ;Z•ffi',Ul. · .• ~-t:· 2_ :!.:. :,~ti_· ... g_:_. S'TRA':CUM OE'S€RlPT10N LAYER.' . m_ ~-;· :e._<~.·._· ~--~ ·.i.'.t.. CJ.;,;·~~ i_. ;~.~ 1_w·,.t .. , 'ui :<· '. ''O.'G I DEPTH ~ z: :::i ~-ci. ! •~8. -~ ~ ~!,2 =Re:· ... .•. a . . w, ......... u 1· o ·if;z, ·_i -o ,'.;)J1_1 :<Z·Ql· ·A. .... ,tr ; u ·-· a.... ~ •·;;I p:,i:5 ?Hi I P.2,U I P.M I I ! I 1··---+-1-c-l..:1(Y---,-<PH'""·' -}-.R-·. e-dd---1.s-h~B-,ow----n-..---tr-ace~ . ....,l_o-_s_oJTt-_-e-~a_n_d_, --tr-ace--f-11;5 I gravel .23 .25 t 2M 65T-2'1 I 44 I T9 I 2'1 I ~-i 25 1.<l 1.4 j LIMESTONE, Tan,\'t'ith clay seams I 12.,s f----1!----"---t--i·--+--l----~ l l-g ,=j ,:i: 0 $ en 2' C) 20 ! ~I I r --b:-==-ill--·-+-------------------------+ 1.5.0 I . I ' Iii ?1-~ . ·. ··-· . -.· .· .·. . .,. . ··, , . ... . . . I 0 ·. ~G,-,P!,i~O~ D.EP'Tli: 15.p W,AT~ Ll:\tt;L. / S~J'AGE; 'QRY KEY.: l DATl;'ORtLLEO}: ij:OY>-4-004 tiPClN<OOfiliP,I.E'l'.!Q~: PJ{'t' P =t~t ?,e.niitro~.eti!,t . . .. ~-i '" , . _ . -. _. NotEi. Alt depths a,re .~.asured..tn ·feet '-.~',,,. -PU.8R0:,S:O.LlTH, l~C~ PLATE 2 ,I .t:. •i . O..· .· lit Cl ;· . . . ,~ LO Cf Q,F l;30Rlfi,~ 'NP~-, Ef~ 4 SQU'THS!Qf:S'U WAT:6ij 'T~~~rf!~lf~~~~O'<l · .. R()Jifng. HUls Water T@'atm~:n'tiPJanl to ~rowt,e9r l1slitg~rRa. lhtet.s'~ctioo FGR1 WPRTH, te~s P'R,OJECT NG~ 0104'--1a·30 STRATl)M O,ESCRIPTION 18 /'_!,._~.}!~,! "'l-~..--+..,,,,,-~:-=-c-=--,,-.,,-,---,,-,--...,.----.--,-------4- CLAY (<li..l~ Brown . trare :sMd ; ltace c:a.loareoo:s rtooule$ 1.0 atw rro:n d¢fiJ:;s11s 7 ·: 15,0 ·-.", . .... ·•. ~·---"' .. ~ I .. J .. ; l I, I i.-. .,,,.._.i-,,. :---·-+--+--+---+----- ! f' 1,0 fl1 .0 i 1 ·t;~:$'fJPE{ClR.~N~·~·Q, a--s . 'ttA'N~MISSJON MAIN ~Cf<i~1~y,t:RJsJi'(drcftd: lnt~rs:ect1:on ~oJrr ·wo~TthJ'eXA$ PROJEOt·Nb ;-0'104~1j30 LOCA noN: sse PLAN QF .at>alNGS: STRA Tl)M QJ;SCRIPTIGN --~LA .. 'X·. E.: E(;pVJ DEPTH 'fl'J(L.,.Clay (Cl:f1, Datld3rown, fi:ace'.sand, oocasto.nal · limestoneJtagl'i'lents 3.0 32 3:3 62 24 313 24 65 23 42 14.0 13 tQf :r:o . -------+ 16.0 ~-+·--l---l---1---4------l---- . 'F1:•l1RI.;'\: S0UTlH r:~•-c : ·~' .. "ii' . .. . . ' "" . ~ LGC -oFBOR[NG ,Q<)~:e-i SQUT:H$iJ;1Ji:ll:·WJffER·TMN~Ml$~(0tj_,M,/i;JN Rblllng-.Hms·wate·r·Tr~ltnfl'.1'fij:i}~nt,to1¢tQy£{ft:yfR($lrrgerRd. lntefse.otron i:id'RT-WO{{Tfl,-ff;'~s; '""' Pf\bJadf ijo. :,~1-J~o, .. __ TYPE: [NtS~MtrteNT SM1PUNG· ., ..----,,-t ...• .,. i..O'tknoN.: SEE Pt.AHOF aQRINGS i _ l_ '.I'-~ IL; · .a ~ 1:i& i;-m J t;~ CJ •a: •~ illi c'.itHj ~ ~TAATUM bE$:eRiE>TI6N w '0' < _:(l,11:, Q o ,Ill; 'f';z~ . .. . . SU~,,ElE\f.ATION:.UNl<N.OWII( P-i.& OLAY {OAJ, bai'k Srd\im, ltace s'ind · P-'2•5 4 \ ij P24 .4 ~ '-I 1~ J?M • · ' ---1 Cl.AYJ~)-. Liwit:YeJlei\iti:SbJ,rd~.:Witlf~@~f~ti~I ci:impl~t~lY .we"th~ie!'l llm$!orre seams ·('~esieti~l so_!!} P-4,6 ! ·, . . " . ·i·~-0~ . ifj . t•.i<vco: ..... ,. .••. ·i.> ,._.. . . ·;.,:; Z:•,& l:'.1 A. 1-4'<\·J·<.1-', · · 0-•Y f;'""' 1:-,· .··•--, ..;,-.• :El.&'.r i~ cS·;~ M>(t.£1 ', ;~ .IJ!; e,~ . • ·.· .,c;,,~ -·Slbll · ~,::If'; ,!!1:s?S ;w,'111·' -z::0. OEFTH 3'.~ .",-4,,.:i £ :I ~,i5 ~ .. g,; ;1Ju. '·o:' .O..·~ '(l.'N' :~ .o....L.,. • ,,,.,.. zr~·-26' I I '--~ ·I· %,ii) .:, ·:1 , '.f1r 1-~r 1 1-fa$T ·oA !J.0' I Uf.1t:ST.OftE., G(a.y, with'o®Sslonal:shal&:-saams '' l ~-I ·~ I ~1 ·,1 ·~1 ~r ~· l ,-faJi -+ T~-' h·-·-'-U~ 100/US'; ! -.,"· 11!CV2" 20 ~ , I t·-,· f2, _1 P.-r\lA 11JOJ1.76' I 1·1'25 -f::: r·----+---------------------------1-· I i g d ~-i -~ I ~-1 2 ! ·~ f_j 3' .. J." . ,·.,, -. ,-•. ,-.·.,. . 6 COMPI..EttOl'l:UEP-TRi 25.0' .!§ ' ;rfAtfHiM:.J..~b:_:f j::._s,;tM t. ,,, .... Fi-,f#'i,r.!\"A .C.,l'!'\11T:H· IN,,... ~RV "oil1'-':U -J .·. '\,l,* wkteitTE?JELt~($A¢;£:AQ~'o.· .uro:G·c~M:PLEln~i: 11~Y ,.---... ~ .... ·· __ £·-::"".' .. '""'.'.,:,.., .• , •. ,,-.~~. -··. 'i~,0-! l ! ' . . ! ·1 ~ .. r I , I I 1 l l l KEY; P' .. ;tt~K.et Fi!n~t(om_ci~r-Not~--A1ldepm~.ate ~t!l'.oo In f~t ---,_.,. ---·.,::,., · .. :P.t..Ame 1 2.0 I .. e :G QF B~Rf.NStN:o:z Bi l ' ~P14:f~~}DEJJ . WA'!J;ff TAAN~~tss10N MAfN R~IJJ®. Hi!IJ ·W~'t~t':lte:,WTiof Plalitfa~i'd.Jii~y[Rtifmger'Rd. lnters!:)ctioo ·· · fQijrWQRTti (TW.s· rl,RQilE~TN():,J~:704~t.~3p 'ST:RATU~·oESCRIPTIO.N ··Qt.A¥':{G~l. $mWn, trace.sand, 'trace (xff aareous · nodt.1h~s. arnHr9,r ({eposijs PL;!.Y,{i?I.},. L.ighff~U\:iwi~h'B~wn, wJ(h qccasiopal 'CQrtipfe:teJyweathered llmest oo&s~l'!ls {ResiduaJ Soi!) w~reR LSVl;L I SEEPAGE:. OBY omN cnMPt effot,H 6Rv ; LA¥ER El£:\/) DEPTH 4,0 11 .0 19.0 .L,OCAtlO:N: SE!: PLl-N OF BG>Ri.AGS 22 16 16 j 44 f 6 25 r -f5-+---t--+--1r-9-0 t-1 _1_1a __ ·_3;2-~ is.o I ..--+--+---!---,..--+--+---··· KE.¥: P "' P'1•ic!(et; Pe1ietrornete r Now ::AI! cfotN'i f '.ai'e measuteo'irt feet .. ..:..:,.,:]::_..:,~ ----· · ·· · LO;s-tttP '~6RIILG '.Rlf>'~ $"5 a ~ovr6~iJ>eti:Wl"rtif~$i11~t0N .. Rolifng HJJls Watet:frttatm .. ~-f P-'tan~1t~'6~J~jl00.,1:rrj.i¥t:Rd: lntJrs~~tron FORT WORtlf, J'f~'S _ TY~St 'l'f:FgRM)!rtpffl' SAMPLlNG: P~o:J):;ch·r.t0. 61oli)i3ao. L(7.C~tlON}:Se£J~lA.f,j Gf, a~.S~O$ . in. !!ls~,t.i· tz . ..J 'fil ~.:o:<J I.· ··~ if: . .a.,· ~ ;lf-J; S'll~fff~M Q£S€1R(PT!ON I 1 :z;...,~ , l ,.J ·;t:ilm ffi: . fh ·ctl l:.e.a;. . . E! ... o . . · 1. ,{il,,JRf,~, ~,:ki'BfoWn, tr~Cfi'sand qN:J.JNK/'l.(lWN l: ~'. fl c ii:· il' .... "' e· [/. ~/,).2 ~1 ii jCLA'\'·1¢ ~~ ;.,,~· .1,;;~·~· ,·~ ·¥!\: .. ,)111 ·F' .... e' .:,., %'..,_ '• &~ . , ,.,, I j } . ;'/~;~ ::~~ ;.(7y1 (;·( ... :,,, ... .r7, i>,.z.s fil~ , ... ..,......---..,,..:c_lA:,...,. Y....,'t_C..,,.J'.J-, 1;=·1g.,.,.ht"*· 'r'J""'J""'i.~!-iiw7'J""sJJ'"'a"""~--.,..,,.h,....., Wlt1fo@.$fona1 · ·. .· · . · . 1-.. _· _· m J~1e ~aih'e'terflifu'esto·n:a-se.ams. Riis(duat s&.1 · · · UM~to~it.: r'an. with c1ay:.seaffi$ P2,S. . ----;:-" 0:1 b::=::;i_ ,; . .' :_, .. --~ ~ 100/4' to·~---+---· -· --.. ~. ·----------. -I 4 J J 1 ·LAiYERt EJ.EV.I. riE'F>Ttf. .. , 1ro· 12:iO 15;.0: ¢ ~ ·c:,;,$ () ~ ,~:~ j: ;~! ~;,: ·•!'~' lif '~~.c;G'.t 'c·.i:: i, ·~::e '.'l 2 ~~~· '~ ii ·b'j ~': . ·· · . .:a :o:; z ·-;rtf ,I ·a ·~ u1 ··... '~~-~:~ "~ :21f~ ·1e·p _,.__;_,.___i ______ ·_··, [ .. ar1 "'""'s1. 1• w··1 -i12 ._. "· I •• .,. ·~ Z$ 'J3,~ • '28: i 1 li-X .. ·Z1'-. 1t;"·~ :z~;fll .,O,;,.·.r U• ''.§'· .. · Q.'/ i !'.I. ,,-c-··,-MP""1 ~-'.S-J-"ll!>, ..... ~ .... 1.0_l.'l_P_m~/-1.~-.0------w.-·.··.,.,.,iTE=:.-· R=-·:,i.m-.'.".'.',,:'.'.'.'•,,..,..L-ts-. ~""· .-.•. -~-G-~i-,'o""',/m':-C-;, ,;;;.,: . .......i;>:I+:.-.· ---...-,i ........ ·;,;,.····ke~·:,.;,j\!,...~: .,,;;II,..; ......... .i.-'-. -1.-' .. -.J .. i ....... __.Ii......_._ ___ • I PA'JE:M!Ll.ED': 11~!>'4. l)PQN ~P~O't/: ~~~ :p,::,. P~tif!ttriefl'.ortte~er. . . . . . ' <!,(. . ....• , . . .. . ,Naij;i,t,,Ath:l.ft)lcthrf.ar.em~svr¢1f! ~131 •. ~":" 'i--01~ ·. ~,¥.r: .. '.!.:..,~·-~~-'I,.;.·.~ ~-,,,;:.·~···'"··;.,.;;.~:. ·.--·:T·, .• .;.; __ .':<i,, .. , .. , .. .-.'i,<;-; . .....,..:·.,,_,,_.;,_..,, ,c,·~::-···.;:"':;..-___ ,..,c";.. ---,~ ... :5_'.__,~ _ .. ;. .,::.,'--''A,._ ... -.. ,.'-:,:.... . •• ..--. ,,.. . -~ -, ~ _,.., .. -·-•;..e.:,~v;_,.,,;.-; '· ' ·-n, "'" ' -,·: ,,. ,..... .. , . ..,. ' ]j·~Ra ~'GUTH .. ii:NC. F .w ~ ,, ' H ... Pt:A'TE 9 ····-·· . · 140(1:Qf :i'-1Blffi1N.Q. -, .. to $()J.,IJa.s(nEtr11 Wtt~tt1;~sf.4ts~i9N,~J~ ~otung NifliJ Wi(er'Tre.litmen't~fantlo;'er:owliiytJ(iiJnt'er:R'd. lfitemcttoil . F6tt(W0~tH: teb.s . TYPE~ lNiTERMITTENT'SAMPUNG PReJ~¢fijo~ O:tq:4.tisb LOCAtiGN.{SEE PLAN:OF BORlNG.S .... ~ - -i ---· ------=-T._-,...,,...----r----' . t -'; , · r! :b ! · · ··. . : ; ·. ·· · · ··. . . . LAYER ·ix: ~ ;~ u alt ·tr~ ~ $ >-re· -~ .. '. .i, 1.-:ml.81 STRAtt.lJWf.O,ESCRIPTrON 'Et&/.;t ;~_ :~.' ig. f b.~-:~\~.',. ;!···· ij~. ·"-i ,»· -,:iC111 ~ -;,,-..: ;~ .,.,'2', ~ :. '!$~-. w rn: ta,"' ~-lll .~ l~i Qpr'fH_ .. g ~'!1-p; ::J. :~'.f"i !' Ji SURF~E.~!W~TI.€?N~·UN~OWN . .. . PlUl Ct.:AY(CMJ.; Oi'rif~Wn.,fracii sand 1a .•. P'HI a, I :es i -28 :37-1 ~.5 ., ... .. ·:5 Pl-S PUl -I J . I 'I' ~ .j 10 1®"3.5' ~ ~ ~ R ' CLAY(¢Lf1,,.igfitY~towish\Brown. ~iho.cicasfo'rlat l completely 'Ne~thei'ep HmestQn~ se.iw;is '(Rest«ua1·som ·1· I ttM.E!$1'-()Ne •. T~n. with.clay se"am~ ~~ JOO!l:75" ,sA----+--------------------------1 '' I I l l I l l l I I! i ! -I I· I I 11 1 I ! s / ! l 20 ~ I 11 ~ i b -~-i z ;!. 'U> 26 &.8. :2 .. $.!} 15.0. l l •ft! ct9 I -~~ 't!l_S-I -l I ·@p !~Cl ll. z:]1;f!? 8:~ Z\(I) ::> t2 ~~ ~ g:. , , . . .. , . . .·,· , . .· . . .. ··. . '. .. ····· • . I 0 · •. coMFLETION'.DEPUl: 15,0 WA:TER·L~VtaL1Sl;l=jlAf:,,E;Q.R¥ ,!$¥: & ''!)Ate 0.Rll.LE.p: l>!pv-. '20.04 UPON COMPL);f10~: b~Jr P = P~ ff~~li'qirreti!r-. . $ · Note: Mt1ep~-:am rn:Eillsufe'liiJM f1:tel, ell ·.·. . -· "·-·'-~' '-,.,.:.. ., " --~-; . .. -··. .. .. _,. --·-, ,N ... r,~'-·-·• ,¥. FUGR~ SOUT:H lNC. . . . ....,, . .; . -p;~A!l:E 1·0 t: !s ~ ' 11,.1· Ii) ., ••. 5. 10 ,..I '2. I <Ii 1'1.5 ·smtuM riES~RlPTiGN 't:UN~NJ~WN r6wri. Jf:at~~~~4 ',Ll~E$j'.ONE, Tan, ·Wfiti.qta,fse-a'q:is . t I : ,· , .1111· 1~:is-j . l I 1.5·~ ~· ~~ ~-13 ~-~· Q ~,., ~ ~-. ! --~----------~-----~-----I I ---,,---. LOCATION: see Pl.Ali( OF .B0Rf~$$ '·i·AVEO, $ I I " · 1 Uc\;T. ·~ ... ,", ·Ci~ 2 '$ .: e_ LE_ VJ j_ '._°i · .5hg;_: ~ ~-. ... . ~~ ·O:.::,;;, l :E. OEPTH. ~ e :::l:::; 4.,::i, 'o· . '28 '.30 ··1 ·· .... ·~· ·. o __ , __ .. _· . .:.(, ·~ii.t . t:ai ; fni . ~~--. 4, c;; ~Pl WI ,~11 4~ 6,0 14 :5:'1 a:o L ~o.o ~.&. a:°" m~t z !2 :> Ill ~ fi[~ ·f:&:i;u. ~Jg' ·~·cit;_. 10· :)''. 1,ij ~' !~--~-.'.~~P~.t-.~-.-~~H~~-~-m-;~f2-.. -~-~------,w.-~~,i~-~~i~!t~.EVE~' .. ~L~t~s~~ .. ~· •. ·~7~$~~~-.~~7·~~\~~-"--'--+--[(f;Y~:~.:--J..-...L--L..-....J--....l......._-·-.-· I 1i 'oATE:ORll.LSti Nav.:i00.4 tiP01(Q(tM~c'.~&t-ORY P ~:P~et.J:'~Qet.,;~iu~w, . . ~ .. . . . ,: .. <. ;,;; . .... . . .... ii':.. .. _ NotetAlldftP,ths;arem~.U~tldinfe~t.. .y, ... , ......... •• . ._ o· .. ,.;_. ... • ..<'<. ' ~ .:•', .,. : A'-~•••~.,. .·;~ ·: ,,«• •-••' ; ,.>'a;;.A·.;,,·-.· .,. ·..;.:<. , ••'"'·•• ;., ~,;• F,,inc:,M C!#'\\H,·t't'l:.E·<"f·N·" ~-c,~:~u Q-~;U.'I 'Ti . .·Y•· ,.,.,_,.. ... " ·.r·". '· ,_.,_,.·:, ,.· Pl.APE 1-1 2 t!l g "' TYPE: I.Nl'ERMIUENTSAMPLING: 6· 1Q I F'-4~·· I ,· l LAY: (CHicl), arown , lFac.e si~d. traca ciiJ~re.o~ nodul~S andlron '.deposlts CLAY: (Cl}, IJ9;nt Yellllw!Sll-Btp.w!'),s'Mffl oc;¢.lslonal comptete1ywe-a.tMte.d,limest¢ne ·seams ·(Resrdua1 Soil) I 1-l-fM-ES-iO_N_E-,G-.-ra:-y.-w-it_h_Qet;a---s-to-o-a1-s-ha...,..le-.s-e-f.lm-. s~---+- i '-~---tin 100tlw l r-I l 15 __r~--=-,-,;,,,,.,-l[JJl1!---+-------------.------'-' _....,_ 20 j 1.0 13.1> 15 .0 lOCATtON: S~E PLAN< Qf~BORINGS f 25 . '48 . .21 27 4tf 2 1.5 Zl I L I I I ! ,·-f i ! . I I ! ·r---t--,----,,---1--l----1--- I ! ! . i :/1_ -~----·--'"--· ··--.--~··-------· _______ _.__ __ ...__.... _ _._ ___ ~'--....J..-...,.!.--- Q ¢'O~L~ON:,OtP'ni:·1s;o WATER LEY~f,.~~~E: O~Y' KEY( 'J ... .;>4'.r:E QRtt.'Cl;t)i J;4ov. 2004 UPON CGMPi~(~,N; ORY J; ,.,;p~~t P~nitrckn'$4!i' . ~·: N~te:;Al.i diw1fo. ~ o;iiasured ln.Jee.t.. ·---~----.-~----------------.... ~~....._ ................................ ~-............... _.1. FtJ'GRe' SOUTH, IN.C. t. .. ""~:,c.rF·saR-·n,.~l,~-tf if.3: .. \./:~·~-· · .W·'..f.~,~:,,~.-.. '.~--· S'.CiUTHSlb'e-u WATtiR,TRAN$Ml$$1oN .,M.11t RoUlng Hffls'Water T*tmFent.· f>l!rlL.~Q -~jtJ,/;Risfnget~(f. tnti'n;~ction ORTWOrsTH. T~'S .-ITE~a~!]EBN!ITJ:,.l;!f'.r~~...P~~-----PROJECT NC>. 0'704-1'330 LCJCA'rfdN°~ SES F1t.AN :C)f130RINGS I-• ifi'""~ ":. -!· 'fil ·a.8. . _,.. -~ I I ia~.~ $TAAlU~,OES~RJPTlON ~.::Y. .. _E~ ~ ~ I--~ f I E.~J .. f :t 'Ge OEPTti !H?-5 :1"4.6• . ~B.F._-at\/p.t'!QN; .UNKNOWN FlkL, CTay_{CH), Dark-Brown, brown, trace sand, o¢ca~ionat ll~stoi'.lij fF~gments· -~ >·~·o~ l"; ·a::· • ·0 ~ o ~-t:: ...':: '%·,,r >-·a: 1,1!;)!-•<~+.f:: ~ U£_,0<>, !·-" !:;;·:!£1·. iaJ:: . ~. :-!;::', 'H, i( ·.Z .ILi ..r,.'Jal ~~ .... ~ '...1 :s: ~ 111 ,a;=· .,_.•JC '.i:fe ·:ii :J a. ::1 •<!i· c ·•:111>~--!~ :t3 . '~ ),r~; . ·:;; t1 15 ~, Jf4 O· -~·i: .ij; ,Cl ·Z:."ffi~ O·,rt t-j'.'.ui. t>M . Ul' 'f1,1 I . 'LG l .... ~: -~; ~. i ti PZ.6 'P.lj.5-t roo,w ·CU.Y'.fOHf, 'Dari< B'rown) trace. sand ClA'f'JOl.l, Lig-fit"lelroW1iffBri:lwrt, v,ifu-cfdQas:iorial cdliip!etely wea1herei:f limestone sea.ms {Restdual 'Sail). UMES-T-ONE, TancWith ctayseams .. UMES1'0:~E. CMy, with <1ccasiqmil shale-se~t11s :a.o .. -~2a1 ~ I 211 3g Z1-1 tti 14,0 I !a 17.-0 20.:0 i I t I 11 I . I I -1 I. -0~ i:o~PLe-rt.oN P~TIM~0.-0. WAlBR LE\'J";l{SEEf!A~fE.o~Y . KE¥:: I ,J ffi · O.A1tg_ p~~t.:1;g: NoVi 20.04 UP6N COfflPL.atOt{: f0R¥' .p .. P-®f<et f>~fietrd:me.tet 'i. Not~~All <i.epttW~rif·ffl'e~iltedltffeet · .. ,~~' , .. · . ~. ,. ,;., ,;:...;-._,,;'..:..~·=-~-;'~,:\·:-;,,_:.,. ~ .... ~':: \.,.: ,:>-...;::;.; ~:.~~\.:.". ~ .,·;\_ .,·-~·-·, ::, .;,. •. • , > , -V ,,, ••••·,,-~.., FU&R0°$0UTH, ntc. Pf.ATS ·1:3 ' ·. :tf1$)f1F'·l;J~Jllll'lftl)I:·s~14' ·········~· ..... $J)UTHS\l1,Blt;WA,jfa.~lf~,$~t&siON MA:1N Ri)lllt1g· .kllls,Water·tre,atm~~~!~§:~~litl'Rilt~SJer''Rit. :lot'e'ni(i.ttion :F~tti*~~tJ,j{tt~~s . nt-PE,: INTSRMITTEN<t,S°AMPLING ·P~Q~E@:T:~.Q:,,Q:'1-·t3:!0 LO~CA T:ION:: $61= PU!N aF .J:3.~RiNGS i . I ..• f -· Zf..,,.~ t ·fS,~:S-lt . . ,5. ,i4··.· .. 1··. ~.-.·.O:.: .:c .. m II.. i!!,lli!• It" :E' :IE, 'iii'"' '.u; :~ :;a' ' : a,.':fif ,Q . . ; ·.i:,;tit P·Ui, P.U p;t(l P3,o p·:to STRA 'l'UM OESCRii;tTION S.iJRf,:EkEVJ.\tfoN: VN~PWN C~Y'(CH);Da~ St6wn, ffifue S'anti · cIA¥tct.:t fagfifv~tt0Wis11 :~rown. w1lli·o~asiqn1;11 completely weathered ilmeslone seams:(ResldvaiSQII} · ····.,·· ·.·. ··.-, . 1·t.:tMESTQN,e.··rao,with'ciay.sean1s 15 ' .~· i 10QIZ,25"' .., . ~ u . 51 t' I; ..Jg lt1.1M!:S:TONS, Gray; wtth·o~~sfonalS'haJe seams r----r-11/i \OO!f ,5' d'"§ g ~ 0 ~ .---;-,..,........... 100'2' ::t. w ~ ~--1-'·+----+---------.---.-.-~ --·-·-------!-~ I i I j G ' ! l *: :coijPl.e,tio'.tfoeerit~:28'fo Wt{r~~.L~:1J-~a1:t:J~.o I· P~Ys o~t.t;Sf>;_ No¥.:2®4 t1Poflt();~fi~1g~1. ftto ~ . /:!J nv,-v)'<"·"~;,-.~.,.-..,,,:.¢': ";>'"~'•;• ~ ·<;.·-.. • .. ,, /<,.. •• ,..,. ~~> ~~./,:''.:7/;/;n ..,~~,.,. ~r;:;:,--.sp.;..::_, .·:~·.-. """, ·• ~,-,-v., "' ·FUeRO SfJlJtH, :INC. LAYER E!.;811 OEPTi; 12:0 14,.0 ~a,o 23.0 ~ -·. ~ _.o~-~\ ~t ~£. a~ o,~ ~. o.·· .. ·. · .. z. .. :i!:I~ .··~,.A-~ ~-5 _;; i ~ i ,I? ,ff,Gt: . ,~,t; :.-;: ,,./ tt~ ''!!':.'s ·.cs ~ ~~in" ~a ~·:z; :..i:3 ~~ :15 '.'f,-·o'. .!:i'w· 8 CJ. ?= 11.Jl 3:' . ·2'.'l-' 25·1 e2 I 21 I ·41 ! ~~' r I .2$ 1.0'5 I W I 6.2 I t:i T 41 I 87 r ~'(· P"'e Not¢ .. t: P.~l'\eYJ>roe~r .. fis.~ m~sureiHn.fe,lit.. ··••·L . .c"d·.· . .. '0~. ~ .'.·-· 1~ :z,-, m·q.i~. ·-~ ,, al T~ -· R:i.AmE 14 . . .. LO~tot: ·&f0R{6J(tN:~J.]l~1S StiOtH'SlC:lf:JfV'l,AT.~,TMRS.11,nss10N ~AOt RQJJfng' Hlll$'. Wiifet Tl".Q~.nf.PiiYlfti:> Qrow}eyT'ltlijlng~i'Ri:t l~tersec~ion F,Q'R.'r .WO~TH;TE=)(A_S PRbJECT NO '. 0104.f33·a STRA:-TU.M OESCRIPTrON ·t~Y:(¢1.t Light Y~l{()Wf~-S:rQ\\'11, \vjth .o.9~~i0Qal ,®mi,ii~te1Y~alhel'i3tl-lime~iot1.e·$~ams·(R~iduatSoil) -------------------l ........... ;..,_.,. -.., , .. _,_ . F.UGRQ SOUTH, lNCt 21 .2;0 13,0 17 .0 ~~TYP~ij':_INTriMlT:t'iN~~G ..-o ... .,r;;.,,,n_, U""4lU\V..:;''' .... v LOCATION: ;3EE PLAN OF BQRl~GS ' j:':"~ 5. ; o.,i a, I SlRATUf,N:lE$~RIP'tlON ~ -at Ai 1,-::r' -· · · · -· ··· · · · :Q. I i-~; 1:-w ~ ~-<n, -.~ -3·11., h} o.,,•% a: . 1 SVRF.,ElEVATfON: . .l:Jl).IKNOWN -·• . tL . -,..-~ OJ.'_ :;,.:u .. . f ti-_ . ·o:: • t:, ..:: z -w· 'fi(;'O;, =<J$i{ ti ti,_--_;_:. ~;i_·· IJEPTH ~:l , :J::.i o. ;J l,g ~:~ ;j,f '"' ---' fi1J:' f,c,\!L ,z:;ffiij!! O,,,x: . f:t;;-~Y{CHl~L). Dark 'Brf)Wi,, :t~ce-.i~ri~ P2.5 fiz,5 e::!.:o ct:A¥'{cL) Light ¥.i!lk~~l'l:etQ~ · -Witfi-·ti~"'sih'iit p4;s 1 ;e~thpletety.v1eatn~r~:11~est~:O~~e:a~~,(8~$ii;/t1;1l:SQilj P4'6+ P·<t,5t 26 l J is I L i23f ·5S l 201~~3 I l ·s:~ I 1;f 1B' 115 2.4 13 as r I r1-1 1 1 .1 ' • P-t.{i-t I ----------t 15',() ----I ---------I --~ ;; 5 (.!) 20 -I; , , !_: j! I CL ' (!) ! ij: I ! :t; .COMPkETION Os#:JtI::1~0 l , t>ArtforutL~fi· lt~4 l .. ·' ' If> ... fYtlRQ S·OlJTH, ltlC. 'AGE::t>HY id~, l 1 KE¥1-P:= Poi;ket Peiie®mater N'qw,;-:t(lf:<te~fijre ~~i'~Jn feet. -. • J ....,...~··~.-· ·el.Are ·1.1 sr~n.IM.'DE.SCRiPTIO~ ~-- ·5 1s -a_ -:'17 t1 so f6 r I i .., t 4 Hj ...¥,1'--<Z,,-P,~t··· --+-------. -----··-·-------··. -- \ l 15 ;0- . ,,,,;:·,--·,;:.,:-,~·Ji!P'' iFQJtTWO,Rt8, ,_ ·--~·. ·ct T:Y:fE: t~it~RMl:"rt~1C$AMPl.:JN(l PR.O;;(eqit Nij~ Q':io,:;;,'f:t30 . .L<p·c~TJ9N-;;SEffeLAN .OF 130RING:S l =t J Q· P;. 15 i""'t I ;111)~·1·'_:.-· j,j I' ;; -i1· ) ii:~; · •iii 'l ti~ STAAl'.UMibeSCRIPftON, , .. I PZ~ P',.4,5 P+-5 P.4.0. Pa» .SJJRF.~ eJ..A¥'(( :eLAY]9H~. St:6,wn, ;1/Qhf~Uowish btOWf'I, trace sand, · trace catcaieouscrroc.utes 'iff'\cHron ti:ei,osrts -CLAY{OffiCl.);·~litYe'llowl~n:S(ewn;Wlth·,occasforfal tQmp!$tiflYWe~t.lie·rM 11m~tcn~heiin1s · ~e"$1doa1 so11) I I.AYER etl:Vj Q.EPTH "' 11!:,;:.I O ."I,. I 0~ •l!:!_·· .'ll_·; P-E __ --;:?{ ..c.~ S! ~ :r':e . ~ 6· a.I .J II. :i 0 17 I 6-S I asJ 40 zo 231 I . s~1 I l3if1 -~ 10.0, r 17 35, 21 I 54 I 231 31 l 1• 20 j P'l-.0 ,---,1 I ----------------------t 19. 17,0 ti .\!! er 23' -1 1 ! 1/J• ~-er-g, '('ii'} j I I i l' • . .. ·•p . -• . . . WAT-· . H r ri'ri;n,:e CV t? 'P'~l,t,J,;~()~<Ocf"Tit: 1,:rn · .. : Ii'!;''~"~'#' ~F~~"!.t D<>, I i ~: 1(U 7. ·o ~-~ .Zj1&. % ·u/12 8e: ·z·0 ·::, 1,3 g:, 'PAT!; O.RtUJWr 1 Hi-04 UPON 00MPLSTION: 'PR¥ [ ~-. . •--~ . J . '' P ~ Poc)<~t ,p~~e~®e,t.~ Not~: ;.1id~pt.'1ir'llte {1)~li$Jt~Jt lr(1¢el. F:IJ~RG: S'.ElUT:N1 tNEt PLATJ3 19 ' } 10 .~ ~ ·r-~ ~ .. ! t ' l:::::J:::11 LOG OF StlRlNCf KO. &~2-0 SOUTHsioE 'liWA:l'ER,T ··' .. JONM/t1N 'RolilngHtll!itWater'tteatmenbfiiimt 'l!> $. R1sthij~t·ftd.tfM.l'.$~tlcfo FQ~T,WO~Tf{, . PROJECT t.fo. 0704~it'.:fs'o STRATUM DESCRIPTION n .;; 1 <eLAv{cwc1.::1, Pat~.Bfowr1 , trace sand l ' . .. . ... I LIME.STONi:, Giay, vi!th occas1cmal sha fa .~eams I 100/0;75" .20 ~-="'=-i!.1------ - ---------------------~ .•. ·•I ·· .· .. .: .. · . ··. ll~G ~J;,,1Jttiat"1tf NG il~·:21 . -·-~·:,:· ,:'..~~:i<':\-,/-.:i ... , .<~~-_;JJJ_:<':. "\ .-.~_.fi'}iilt~·· . soi}'r'Hi1D'6'J{;W~'t~R'i8lN$MlS$:l(ff,;MAIN Rolllt:tg HUls,Watar 'rs1:eait1n,1i,t),~~~t~:!!!(J1YfRffiii11J~'t'Rd, Intersection FQRT \'f(;lRTJ:f/l;W$, JYP!;, tNT£RMl1TEN1 SAMPllNG PA/OJ~C:J' ~Q. Q?'~,t. .. 'f~~!) LOCA'fiQN}:;S~l;J1:~ri O.F ,S'QRl!il~S f· I I I · · · · · f I I I I+_, '2, :J2_:-_, '~_"_i ;'I t! -~ ., :,11:i{(d ·it. fl) ~ -~.1L,ui • STRATVM o.escRl.PTlQN ·: _" l;m~::tj:~ 'S . ' jt:Z,a: .SURF.J;ke\l.A1JOfii: \JNKNdWN ---~ ~~-·· ':\' ' ,.t -~,-a l'-2.6 1 l i P-1,5<+ . , p4.,5+ ~~:y ('ffl~Oa~~fowh, tii~sarld 1--~1-t~,M~E~s-ro~.~~e-;~T-®--,-w-fth--~-y-s-.~-m-s--------+! ' W' ii ( ! _· .. ~ p=;:: . r:r=;= 1S µ=;:: ~ -F,=I1 1c-1112· ~ . ~ ·; r : II l"Mm~E.~.w~~WMt~~.~m, i ~:. 20Tn· --,-'"'~t-----------------------!; 1 ' . l 1 l t ~ ·!'., :f,.,i-~~-':...i} .... , t'ffi .... _:·""'"-o ..... _ N_.._tlEP:™:'.20:tl _ :i :D~'Tla'P~L.l'.lf:-0:. Nev, 2004 ~] ' ,. ', .'· ' , .. .~ .. ' •.·· ...,. ~ ;N<."~ -,-,.. ~. ··~ FU,GRO S,OUTH me .. .-, , .. '·h ' . i " ' WA~RL.~gl. tse~MC3'~:,D~Y UPON ~OJ'IPQ';lt~~ U'RY --,· : .. : ' LAYE~ ELEVJ DEPTH 1:0 ~ ,,..~ :o~ ~J~ ···--~ -~ :g ~ '!::':¥:: ~•WC a:~!f. lri !t @ ••. l,i .:i' ,~tS!;t :i ;o;i: :e~ ~ -~ . =-t ~ ,.. !cX· ·-!!! --,· l< · :5!!,2f ':l -~ , ;.w,: i!!?_s",qi '%> · 3:' ' J·:::i 'Cl. u ' _:a 1l:g ·::>, 8 . -:C:-~ ·,cc~ :29 2-ar-13 J 2s 1 4s l -:a:rr~~ijjj .. T I t ~01 ! I ! 1 ! l r I 1 I Q .~~?: i'"'' .-~'I_ t~ 'U~' ·z~· ,:::, 2.1 17:0 i ! I i . ~ ! I I I j I I I I I -20.0 1------, I I ! Ke\': ·P· ~ Poc~~t cPep~!f9ffiewr :)'4ete:;:AJi d~pfhs:arp !MMUr®.ift't~t P,LgJt; ·_21 ·~----~----ll!i-.! ...... ~ ... _llll ___ ~--..... ~!!WJll....-!.l!!!i!!l!!!!!!!!!i•--.--illji·iiil•!!'"•·· . .:...-.c•·..,, .• -.····-····---··-.·'iiiii!i."~··ll!ll·lill!~-,:.,,-· .... -...,-,.,,-,..., .. ,_-'iii,"·lil!·-..· ......... _.·•··A·M···--'.,iiiia ........ -.. ,._ ... ~~'1f QQ.RJ~:f.Jrtta:_ :P. .. ~ ·_ .. s~:t..r'( .,, ~ Jf 'WAt'fR'. tEt\t•l'&M~ON,MA!I Rc;ifUiig-H1Us'Witer'T~i~fiilff~~ijl1Q ~~w(ejfijJJlogef'R'd:-tnt~~fi!ctfon . r-~~r WC~Tfl:/1".ex:A~ pf«jJ~C't rte>. 0704-13:l~. ·S'fflA_TtJM OESPRff'T[ON . P:2.6 l I 1-UMESTON]:,·Tan ,wlth 'ciaf~earns , ., I I ,=· i ,,..,~ I I i I , l 1 .. .. WATE:iH~1¥E'.EFA_Gil: MY ·UPQJ(C<lM~t~o)t o~y :, -:~MPU;Tt0lH3,¢PTti ,20 .Q ; . '9'it1:t>~i:..~: NQv ,,20.04 .la , -· ·--~-, ....... ,., -.. "-,.;_~ -~-·. "'· ~ye~ ~l)W:l 01:PrH 6.Q n .o 20 .0 ! i ! l I ! I I l 'I r l , ~¥~ l l i .l . .. f>'=-f~~t -~!:!tle'.tt'Q,tl!)l!l f- Not~,;Alt:1t$'pltl$'.'a@, ·me~~i.l~'-ffl'~L - = --z_:;.;~; ,:.': -f?N ' ~5::1.!,, .•. : .. ;;:.-. , •. --~ .. ·, ~ ··············· · '1\j'G"O"E:?ti"t5n'IN• ~,i,'ta;r;;9;;.~:~ ·~::.,_~ '.,. '' , :~:::,p~~~---.<~·'';p/,~~:tti.__·,i\:c.~ soufflStat: 1rwAte1frR'Aij~'Miisfor;tlt-«l'N Rollint, Hllls:Water'!f~m~tot£l.a11fto·¢ro;»1~/;,Ftt$li1ietllit.4rtt~J's~~ti -'.~o~t::w.ofttt!(t~s· · ,, . . ,1,-.~~Er IN:Y~RMINSfJT $AMPLfNCi PR~~lEGT NP, 0'1Ql4:aao LOCATIOt\l; Slz.!='.e~ ()E BORJ.l\lGS :t t: .... :Zi,,,~ '; · .• '.';.;.·~·-'i_·;, i ;'I_.·'. ::-·;.,§:!f I $:i'RATUM ciSSCRlf>TtON ,: :Iii\ . ,[J· · 'IE ,;: 0::'~· , 1w. , .st .1 ;u: , 1a: ... 'r ~!. · StJRE EL~ATIQN: U)@'JS)WN p:z:,s: jC!:A'Y'~CAJ,,Daik Btiiwt1C:-tra~ &-aii<l , $' I t, ~ •' P,Z,6' pfM, ,_.; ., I'.. 01.A'i'-fC,:tf)..'St?W!l,'ti:f.ee;Sand. tr~ cafc~reous-.-nodulei;. and iron;deposits -~ l . . l -t~ ~' J67~,A;-~·.,·.'.,.:·. /.'P,iJi. 7.,J1,:-", f .. ·::). r;:-·· ,·: r--r-~ ·.,. ' . '1$ 1.l'lO/a· I ·1-!--,... UM'~;STON!S,Tan.vilth clayseaitls. ' 2llm,,.,.. +-----------------------+ !, ,,.. ... & fi.; · 1· 1 · i 0 ; i -l I F ' I ~-.ea I !)rt a•~ g,:A· -~ : .. ~;~. "' ... l;,E!., V{il ;;ll,(.·z, ~-··-·""".tr. ·~.-·!!;.'·' ·. C>.·:>., ..• ':'' .·· ," ':,!1/~' ;g'i ·i:~;' ~ ~ -:::; oeP"l'H ~:f ·"-I'-"' ii.C •• ,: ;i a igfg V ,!L~ :~~ .2.9" 27 I :50 I '·25. I 35 ""2,a: ., 1.0 I -iJ:l r= :..,:t it' 11,. p ..• . ~, :,,, I l ;~-~ m-i I:; ~'W ... ! .... _.1!;' :fU) I ··-~~· 1 Ii$ r 'tfl as 1 I s&:I 1~7 r ·Ht .1 1 to f , . I m 111 l I I I ·-20.0 !' I !I I . ' ' t ft . -I I ~-~· ~--·~ . •.· I n·· .r:<i: . ... . . .. . . . . . I :t ~ott1i:\U1tt10~.~eet1,: 20,0 WA:T~~L~f;'\:!S~E.~AGl;i; PRY ~~t . .· . . . .. :b,: ;O,\te PR!t.t;~: N.ov.2004· l)PQ~ GP\\PtETr()R: 08'? p,,.,p~et P~etrQim!.ef . :j" Nom:'All:aepttitil.reiffll!asured.li\~t.-1:i)'i _'fc.. • •--_.:,..,__'-" :,=:.......__,_.-.. ~_. ·--·-·-··----:__,,'---"·:.:c.~, ;:·-"'-..; ,·._;,;::;_c;.:;'.':"_:::::,,;;.:;;.:~.:2:iJ:Z.!..:.' __ .::;;;.,_:_:t::::~ .... • ,--·-·----Mo,,, • ~7:'7:;;¥. ":>V"=:-:-r<c;:'"'::"'··"": fUSRQ:·S'Ol.lTH . INC .. · .... , . .. . '. . . . . , ' . . ·p··.1 ... A·;~ ... e.·· ~.~· .. ~--<~,1:~ -~ ,. 15 ~ C), ·C: 0 ! !I) at ·~ i ,le f ;w ··o -:L0<;, Q'f; lltlR.lfilGiNL,,. 2 • swtm11te"u ,wX1!1t)'Rlf.J,sll.Kt$.st~ft11AJN fi'(!Uing flJUsWiwf trt¥i'itiieti~¥taat,fci ctp~lifVfi:tt~l~Ile,. ,ff~ •. 1,m~raj.atto-n , P'.PR;TVJ.Q~1Jit:t~:§ mtn'-SAMPL1NG PROJEot l\(O. 0104"'113~ . . . ·1 i R~ . ~"'"" '..·~ . ". •1· i. i,O)~ .fi 'f.l + i · fQ. IL .. i~ . STAATUM'OESCRIPT10N l.J,1 ... , .. r c.~ ·,Q:·i a~ .. '2.:~· · ·fi:1~,. ~. ,i?n. i. ,"". :;, ;~ iif. .. , .. _EL~;I lt, i~ ?j·: ·~··~j: ~~ !:I~ . ·~ · ·i i ~, oe:e.~ ·~ 8· .~ ·;i J":ll•· I 21· ,~td'· if ~;1 . . . > ~ S,lJRf .. EWAliON: 1,J,Nl®.dWN .. _ . , . . ~-~~; . . :::> ~1'1\$ FILl.;-<Cl~f(~!ilt~J.1::f; Dark: Bfuwn; tr;tce· sand, oecaslona'f · t• · · · ---.~-· " · 1 ff.m~e1tagn)el'µs P'* i1 r '4Jr , rsar !rr-wf, 1< • ··-. -: _: __ ~ .. -·': ______ •• __ •• ____ • 'i(iaJa;Sf r t;J~tO't{l.'S/:tan,·ajth clay:se-~fll_S l,O.' T 1«¥2-· 1-"--r-l!l! <i~uv ~t' ---·----~------------~----·ao,o ! j) .:-.. ;--, ,-.·· .. ··-···.. >-'"_-·;·•; . "<"''. 6 · ,e:er.ir~t,.EnON.PEPTH: gi w"'r~ij 1,.evii, ~1;_1;M<;;~~ ofiv UPQ1'fic.¢~Pt,..STl9,~ :pRY n: -t,.(f,s.t>R(l1:~b: . 'NQ . :fOQ4 !: < _:· -· .. · ·-· ., ..... v ____ . .~ . .,...,,. •::,:: .. _:.,._.:...' .. ,; ·f· ., ... / ffliDf"'\ ·c;,~u· :r· .K. ,:· · ·1;N:· r,,., ·~"u •"" .. , .. £ • ~ .... ••• ' • ' ~ > ,<. F • Pi.lfE ts LO'ti10J:~at1'RING NO'. S~i7 sourllt1~e:1; w,~1i~·te-«~$,.,·iis1$~'.,M,\1N Rolllngfi llls'\llla~r ·fr,aflne.~t{f>.lant\fu ;CroWJt°y'/'Si~Jiii)'.ef ~'6, •.lt\fJffl.e:~tlbb 'FQR'YiNGRlJil/fS.~s· TYf:ij;JNti:R'Mt .. ENT ·~=AM=P,.._,, L=1N=G=--___ P_c_R_P_J_Eo_-r_N_:·a_· ;_p_v04_· -_13_3_0 ~-- .CLAY·(Gl.k,ligfit1 · ,e lo\':!is1f8rown;wfiti:o~s1or:1ai -cpfli ·1¢teJ · ·weafii'Elrt!'d iioresrone>Sea'mt;'Ft~fdu~l Soil 15 LNl'.ER e.LeYJ DEPTH 6.0 1$.0 ' -'S'lJMMA'Q¥·9F,J01L ;CORR0SWftY . ~flAA'fQRsY TJ;f[ RlgSUbrS ,$:GJ.ftH$tll · R T,_RANSMI SSJQ~ MAIN ROLLING fitLUSWAT~RT: ·: _,N'r\itANTIOC..~~~TE:¥tRJ$(NG!J~H~P~P fORT WORffl ?f&XAS TECHNICAL MEMORANDUM Geotechnical Properties -Southside II Water Transmission Main PREPARED FOR: PREPARED BY: COPIES: DATE : Introduction Doug Biglen, P.E./DFW Robert K. Cullwell, P.E ./SAN Steve Smith, P.E./ AUS January 17, 2005 CH2MHILL On November 5, 2004, Fugro Consultants, LP (Fugro), performed Geotechnical sampling along the proposed alignment for the Southside II Water Transmission Main, in Fort Worth, TX . Approximately 22 borings were drilled. The resulting soil samples were transferred to the Fugro facility in Dallas, Texas for laboratory testing. Laboratory Analysis and General Lithology A summary of the laboratory results, and general lithology is as follows: Stratum Soil Type Dark Brown, Brown, Stratum I Reddish Brown CLAY (CH), with Trace Sand. FILL: Dark Brown, Stratum Ia Brown CLAYS (CH - CL), with trace sand and limestone fragments Yellowish Brown, Brown, Dark Brown Silty Clay Stratum II (CL), with trace sand, calcareous nodules, and limestone fragments Stratum Tan LIMESTONE, with clay seams, weathered to m hard. Mc -Moisture Content(%) # 200 -Percent Passing # 200 Si eve (%) PI -Plasticity Index MC Range 13-33 15-33 13 -26 --- "N" -Standard Penetration Test (SPT) value, blows per foot Unc. -Unconfined Compression Strength, t sf PP -Pocket Penetrometer value, t sf CHREPORT _JAN _ 18_2 005.DOC PI #200 "N" Range Range Range 24-62 31-88 --- 44 64 --- 16-23 70-85 --- 100 /0 .7" ----100/3.5" pp Unc. Range Range 1.0- 4.5 0.4-4.9 1.5 -1.4-1.5 4.5 1.0-1.2 -3.5 4.5 ----- GEOTECHNICAL PROPERTIES· SOUTHSIDE II WATER TRANSMISSION MAIN Stratum I: This stratum is comprised of highly plastic clay soils with Plasticity Indices ranging from 24 to 62 . These clays are in a slightly moist to wet condition. They are considered soft to hard with pocket penetrometer values ranging from 1.0 to 4.5 tsf. Unconfined compression tests within this zone range from 0.4 to 4.9 tons per square feet. Minus #200 laboratory tests indicates these materials generally contain 31 to 88 percent clay and silt sized particles. The low minus #200 test value of 31 suggests intermittent sand seams may exist within this zone. Stratum Ia: This stratum is comprised of unclassified fill material. Laboratory tests indicate these fill materials are highly plastic clayey soils with a PI of 44 . These clays are in a slightly moist to wet condition. They are considered soft to hard with pocket penetrometer values ranging from 1.5 to 4.5 tsf. Unconfined compression tests within this zone range from 1.4 to 1.5 tons per square feet. Minus #200 laboratory tests indicates these materials generally contain approximately 64 percent clay and silt sized particles. Stratum II: This stratum is comprised of low to moderate plastic (silty to sandy) clay soils with Plasticity Indices ranging from 16 to 23 . These clays are in a slightly moist to wet condition. They are considered soft to hard with pocket penetrometer values ranging from 1.0 to 4.5 tsf. Unconfined compression tests within this zone range from 1.2 to 3 .5 tons per square feet. Minus #200 laboratory tests indicates these materials generally contain 70 to 85 percent clay and silt sized particles. Stratum III: This stratum is comprised of limestone. The surface limestone appears to b e slightly weathered with clay and silt seams . The limestone materials are hard with SPT "N" values ranging from 100 blows per 3.5" of penetration to 100 blows per 0.75" of penetration. Ground Water Groundwater was encountered in 3 of the 22 boring drilled along the alignment. The groundwater occurrence is as follows : Boring Approx. Pipeline Initial Groundwater 24 -Hour Groundwater Station Invert (ft) Observation (ft) Observation (ft) B-7 80+50 700 710 -- B-14 185+30 656 665 667 B-15 187+40 655 665 667 Engineering Properties The following engineering properties are based on the laboratory data provided by Fugro . Numbers represented in the table represent mean analysis and should be considered typical . for the specified stratum: CHREPORT _JAN _ 18 _2005 .DOC 2 GEOTECHNICAL PROPERTIES-SOUTHS IDE II WATER TRANSMISSION MAIN Total Unit Effective FS=2 FS =3 Stratum Cohesion Weight Unit Weight Allowable (psf) Lateral Soil Bearing Capacity (pc£) Stratum I 3000 125 Stratum la 2000 120 Stratum II 3000 130 Stratum III 9000 140 * Water encountered in Borings B-7, B--14, and B--15. FS -Factor of Safety (pc£)* Pressure (psf) (PSI) 63 3000 5,500 58 2000 3,500 68 3000 5,500 78 9000 16,000 The Modulus of Soil Reaction (E') is controlled by the type and degree of compaction of the embodiment soil (backfill). Based on the provided data from Fugro a project specific recommendation can not be provided. General values of (E') are provided in the following table: Proposed Bedding Material Modulus of Soil Reaction E' (psi) No compaction Compacted to 90% of standard proctor On-site Soils 50 400 Clean (Washed) Gravel 200 2,000 Crushed Limestone Base 1,000 3,000 Summary and Conclusions Nearly all of the boring data provided by Fugro terminated below the invert of the proposed pipeline. The pipeline will traverse through varied lithology including undocumented fill material, clay, silty clay, and limestone. For the purposes of pipeline design the worst soil condition (Fill) should be assumed. Conversely, Limestone was observed above the pipeline invert in many locations. Construction in these areas will require rock excavation equipment. Ground water was observed in borings B-7, B-14, B-15. The presence of groundwater at B-7 appears to be the result of IH-35 drainage at Sta. 80+50. The groundwater occurrence in B- 14 and B-15 appears to be associated with an un-named creek crossing of the pipeline alignment at approximate Sta. 193+00. During the design process, the affects of groundwater should be accounted for approximately 1,500 feet upstream and downstream from these points. CHREPORT_JAN _18_2005 .D0C 3 - - - - APPENDIXB PERMITS TXDOT lllllt:11 ,,,, •• 8111~!! Please be responsible and notify TXDOT 48 hours prior to starting construction, and be prepared to provide the following information. L Permit and Highway numbers 2. The name of the Utility Company, a contact person's name and phone number. 3. The name of the Construction Company, a contact person's name and phone number. 4. A start date 5. Date to be staked, if applicable. Note : A copy of the attached Approval (including all attachments) shall be on the job site at all times. Failure to comply with these requirements will result in iob.c.S,hutdown. ~ctiftiwn . J, Pf'ov is i:dhsi'arrct-Re · u:'ie .. ents~~(cfd '-;tl'j;DOT,i:n":lit~nntl'') PERMIT# \~. ,< .. ~;:'l;j. .... ..,: • .;. ;.,...i _. ·"· _,j.,,_ _ -----·-,J -r. • .,....J.-., •• -· , f;.i -~.,~-~· s ..... ~..m ~ .. 1................... ..:-:..:!l . '"· ... ., .. , ..... ,..,~""-· ......... a._ ..... ": ..... ~.-;.J'i§,1~¥ PR IOR TO START OF CONSTRUCTIO N, RUNNING LINES SH ALL BE V ISIBLY STAK ED & MA RKE D. LOCATES SHALL BE VISI B LY IDENTIFIED LESS THAN 30 & DAYS O LD, AT THE T IME CONSTRUCTION STARTS. 220-W-111 -0 7 CO UNTY Tar rant STATE ROAD I 35W -2 TxDOT Representative to be notified 48 hours prior to beginning construction. CONTACT: Clara Elliott@817-370-6585 Form 1082 Page 2 of 2 NOTE: IF CONSTRUCTION IS FOUND T O HAVE C O MMENCED W ITHOUT T HE 48 HOURS CALL IN NOTICE THE JOB SHALL BE SHUT DOWN UNTIL PROPER PROCEDURES ARE COMPLETED. If approved , we understand that we will assume all risks associated with this installation within the TXDOT right of way. These risks include , but are not limited to, injuries to our workers, damage to cont iguous utility lines that may be in the area , injuries or damage resulting from our failure to properly install and maintain the line as shown on plans. We understand TxDOT may place add itional provisions and requi remen ts as listed above , based upon , but not limited to , t he type of utility be ing installed , local site condit ions , soil types and traffic. We acknowledge that t his Utility Installation Request approval expires on the 91 st calenda r day from the date of issuance , unless otherw ise app roved , if we do not begin our installation by th is date . If we do not begin our installation within t his time frame and st ill wish t o continue , we will res ubmit our request in accordance with the preva iling govern i ng laws , rules , regulat ions and policies at the time of resubmission . By signing as/for the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions and requ irements included in th is Utility Installation Request , and ou r commencement of construction will further attest to our review and acceptance of sa id addit ional provisions and requirements . RE QUESTOR APPROVED BY TxDOT Company City of Fort Worth Date 4-30-07 Date: 5/9/2007 By: David Townsend, P.E. By: JD GREENHILL A /7 - Signature: original on file at TxDOT Signature: /Jt)/:/,1 ~ · £ff (>V Title: City Engineering Manager Title: ROW UTILITIES SUPERVISOR Address : 1000 Throckmorton Address: PO BOX6868 Fort Worth, Texas 76102-6311 Citv/State/Zio Citv/State/Zio FORT WORTH TX 76115-0868 Area Code & 817 1 392-8430 Area Code& < 817 > I 370 -6585 Telephone# Telephone # Utility Installation Request To the Texas Transportation Commission c/o District Engineer Texas Department of Transportation FORT WORTH , Texas Form 1082 (Rev. 11 /2006) (GSD-EPC) P aae 1 of 2 Permit Number: 220-W-111 -07 Date 5/9/2007 Formal notice is hereby given that The City of Fort Worth ---~--------------------~--------proposes to place a installation of a 48" water line line within the right of way of I 35W-2 RM to RM in Tarrant County, Texas, MNT Sec_ No . 03 as follows : (give location, length, general design, etc _ Use additional sheet as needed) See attached drawings: . We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDon . and all governing laws, including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act: Upon request by TxDOT, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction . Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the department's survey datum, the relationship to exist[ ng highway facifftfes and the right of way Hne , traffic safety and access procedures , and location of existing utilities that may be affected by the proposed utility facility. The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this notice . Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions ." Our organization will ensure that traffic control measures complying with applicable portions of the Texas Manual on Uniform Traffic Control Devices will be installed and maintained for the duration of this installation . When installing our utility on controlled access facilities , we shall conform to the Texas Transportation Code , Title 6 Roadways, Chapte r 203, Subchapter C, Control of Access, §203 .031 ( http ://tlo2.tlc.state .tx.us/statutes/statutes .html.). We shall limit access for servicing this installation to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets , (c) trails along or near the highway right of way lines, connecting only to an intersecting road ; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations . Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public. It is expressly understood that TxDOT does not purport, hereby, to grant any right , claim, title or easement in or upon this highway ; and it is further understood that TxDOT may require us to relocate this line , subject to the provisions of governing laws, by giving thirty (30) days written notice . We will notify TxDOT prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right of way, so that TxDOT may provide specifications for the extent and methods to govern in, but not limited to, trimming, topping , tree balance , type of cuts, painting cuts and clean up . We understand that these specification~ are intended to preserve TxDOT's considerable investment in highway planting and beautification, by reducing damage due to trimming and to protect known endangered species . Our installation shall not damage any part of the roadway structure or associated appurtenances and we will make adequate provisions to minimize inconveniences to the traveling public , and adjacent property owners . In the event we fail to comply with any or all of the requirements as set forth herein , the State may take such action as it deems appropriate to compel our compliance . Following approval ; we will begin construction on or after August 1, 2007 Month/Day/Year ~ Tms Department Transpcx:at>on Utility Installation Request To theTexasTransportation Commission c/o District Engineer Texas Department of Tran sportation _F_o_rt_W_o_rt_h __________ , Texas Formal notice is hereby qiven that the City of Fort Worth Water Departm ent proposes to place a 48-inch water tran smisstion main Date 04/30/07 Form 1082 (Rev. 11/2006) (GSD-EPC) Page 1 of 2 line within the right of way of IH-35W , RM 247+0 to RM 248+0 in Tarrant County Texas, MNT Sec. No. 03 as follows : (give location, length , general design, etc. Use additional sheet as needed) The proposed 48 -inch water line installation is located in south Ft. Worth at the intersection of l-35W and Risinger Rd. The proposed water line is within TxDOT right of way for approximately 410 -feet. The propo se d 48-inch water line will be either steel, ductile iron or prestressed concrete cylinder pipe, in stalled by jack and bore methods, and encased in a 72-inch steel carrier pipe. We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National E_ndangered Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility . The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this notice . Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation , and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our organization will ensure that traffic control measures complying with applicable portions of the Texas Manual on Uniform Traffic Control Devices will be installed and maintained for the duration of this installation . When installing our utility on controlled acces s facilitie s, we shall conform to the Texas Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C , Control of Access, §203.0 31 ( http ://tlo2 .tlc .state.tx.us/statutes/statutes.html.). We shall limit access for servicing this installation to acce ss via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets , (c) trails along or nea r the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public . It is expressly understood that TxDOT does not purport , hereby, to grant any right , claim , title or easement in or upon this highway; and it is further understood that Tx DOT may require us to relo ca te this line, subject to the provisions of governing laws, by giving thirty (30) days written notic e. We will notify TxDOT prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right of way , so that Tx DOT may provid e specifications for the extent and methods to govern in, but not limited to, trimming, topping , tree balance, type of cuts, painting cuts and clean up . We understand that these specifications are intended to preserve Tx DOT's considerable inve stm ent in highway planting and beautification, by reducing damage due to trimming and to protect known endangered species . Our installation shall not damage any part of the roadway structure or associated appurtenances and we will make adequate provisions to minimize inconveniences to th e traveling public, and adjacent property owners. In the event we fail to comply with any or all of the requirements as set forth herein, the State may take such action as it dee m s appropriate to compel our compliance. Following approval, we will begin construction on or after ___________ o_s_10_1_10_7 __________ _ Month/Day/Year Additional Provisions and Requirements (for TxDOT input only) • General Special Provisions: D Are attached. D Are not attached . • As-built P lans/Certifications of Construction: O Are reguired and shall be certified as accurate bt an authorized re~resentative of the comQanr [J Are required and shall be signed and sealed by a State ofTexas Licensed Professional Engineer. D Are not required D Certification that utility was installed as approved Form 1082 (Rev. 11 /2006) Page 2 of 2 • Re-ve g etati o n Special Pr ovisi ons: In order to minimize erosion and sedimentation resulting from the proposed installation , the project area will be re-vegetated : D in accordance with TxDOTs Standard Specification Item 164 which specifies teh appropriate grass seed mix to be used, or: D as indicated on the attachment. TxDOT Representative to be notified 48 hours prior to beginning construction If approved, we understand that we will assume all risks associated with this installation within the TXDOT right of way. These risks include , but 2•e not limited to , injuries to our workers, damage to contiguous utility lines that may be in the area, injuries or damage resulting from our failure to properly install and maintain the line as shown on plans . We understand TxDOT may place additional provisions and requirements as listed above , based upon , but not limited to, the type of utility being installed, local site condit ions , soil types and traffic . We acknowledge that this Utility Installation Request approva l expires on the 91st calendar day from the date of issuance , unless otherwise approved, if we do not begin our installation by this date . If we do not begin our installation within this time frame and still wish to continue , we will resubmit our request in accordance with the prevailing governing laws , rules, regulations and policies at the time of resubmission. By sign ing .:-/for the requestor below, I certify that I am authorized to reprr~~"nt the requestor , that I agree to the provisions and requirenents included in this Utility Installation Request , and our cornrnencement of construction will further attest to our review and acceptance of said additional provisions and requirements . REQUES TOR A PPROVED BY Tx DOT Date : 04/30/07 Date : By : David R. T~~end , P.E. -By : Signatu re : V ) ./Jdf V S ignature: Title: Engineering M anage;, Ft Worth Water b-ept Title: Addres s: 1000 Throckmorton A ddress: Ft Worth TX 76102-6311 City State Zip Co de City State Zi p Co d e ( 817 ) 392 -8430 ( ) Area Code Tele pho ne Number A rea Code Tele phone Number ~ -. ' --' --. ~ ~ Privacy statement ------. s 0 m 0 0 0 n EXCAVATED ANDSUPPORTED NOTES" 18" TRENCH 18" " BORE OR TUNNEL 1. SLOPE OR SHORE TRENCH WALLS AS REQUIRED FOR SAFETY. WIDTH MIN 1", MAX 2" 2. CASING SPACER SHALL BE INSTALLED WITHIN 12 INCHES CLEARANCE CARRIER PIPE OF EACH END OF ENCASEMENT PIPE OR SUPPORT. I -` ° � �o ".I � _ CASING SPACER/TUNNEL 3. LOOSEN BAND ON CARRIER PIPE BEFORE BACKFILLING_ Iv � I � � � � I `'���,. SUPPORT TO BE SIZED TO 4. FOR CASING PIPE, USE MINIMUM DIAMETERAS SHOWN ON DRAWINGS, I 2" i FILL SPACE OUTSIDE "%� w� "��.'-,�.. MATCH INSIDE DIAMETER CONCRETE RETARD �� WITH MINIMUM WALL THICKNESS AS SPECIFIED IN SECTION 0240t I I KEYED INTO ENCASEMENTlSUPPORT s ��. OF ENCASEMENT PIPE OR "_� 5. SPACERS SHALL BE THICK ENOUGH TO PREVENT ALL PARTS p f I UNDISTURBED SOIL WITH CEMENT GROUT, j -3. SUPPORT WITH NECESSARY SEE NOTE 8 I �» OF THE GARRIER PIPE FROM TOUCHING THE CASING. � I + I A MINIMUM OF 18" ( } ��`� CLEARANCE, BUT WHICH LIMITS 6. IN LIEU OF STEEL CASING PIPE, CONTRACTOR MAY ELECT TO INSTALL TUNNEL a I I 3' �; VERTICAL MOVEMENT OF LINER PLATE PER SPECIFICATION 02401, PENDINGAPPROVAL HYTHE ENGINEER, j I— — CARRIER PIPE DURING a I BOTTOM OF �; '`K EXCEPT AT ALL RAILROAD CROSSINGS_ GROUTING PROCEDURE L _— _ _ J TRENCH =c'" 7. SPACING SHALL BE IN ACCORDANCE WfTH MANUFACTURER'S <t ? APPROVED CASCNG - � :,}� PRODUCT SPECIFICATIONS, UP TO THE MAXIMUM NOTED. "t � � — 18" SPACER OR ��'• = o. p o : `° d. MIN CARRIER SUPPORT�"<,�� _ 8_ CONTRACTOR SHALL PROVIDE GROUT HOLES ALONG ENCASEMENTlGROUND SUPPORT FOR GROUT INSTALLATION, - PROFILE INVERT ELEV '� `.'"`'''�="'ry I t� SEE AND 2 4 #i5 REBARS,12" CTRS OF GARRIER PIPE �^ ` .x r � � � EA FACE, EA'WAY SECTION ENCASEMENT PIPE OR ELEVATION APPROVED GROUND SUPPORF 9. FOR STEEL CARRIER PIPE, GROUTING OF THE ANNULAR SPACE IS REQUIRED. SEE NOTE 4 GROUTING IS NOT REQUIRED FOR DIPAND C303 CARRIER PIPE. T 1' APPROVED CASING MAX MAX 5' MAX 1' MAX SPACER OR CARRIER I l l (SEE NOTE 7} SUPPORT BULK HEAD END i8"= FOR GROUTING 2:27 CONCRETE, SEE I e � SPECIALCONDITfONS I I l I M o °_ _ o. ' I--6aa�> o.—.-- :- > � NOTE: /� I ALL CONCRETE CUTOFFS ! I � � s o��, moo._ — SHALL BE FORMED ON I I � BOTH FRCES PIPE CARRIER PIPE JOINT SPACE TO BE GROUTED, SEE NOTE 9 SPACERS SHALL BE LOCATED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF PIPE JOINT, END OF GROUND SUPPORT, ANDA MAXIMUM OF FIVE FOOT CENTERS TOP VIEW CASING SPACER PLACEMENT CASED UNDERCROSSINGS� CONCRETE RETARD �_ NTS NTS 15' MAX TYP Ff PLAN NOTES: 1- HOLES AT AND BELOWSPRINGLINEOF PIPE USED AS OBSERVATION PORTS DURING PLACEMENT OF CEMENT GROUT 2. HOLES NEAR CROWN OF PIPE USED FOR CONTACT GROUTING. ENCASEMENT PIPE SHOWN, j UT 100% LEGEND SIMILAR FOR OTHER GROUND I MT=MAGNETIC PARTICLE TESTING SUPPORT i GROUT HOLE, SEE 1/4 UT=ULTRASONIC TESTING j &NOTE 2, TYP �� '. I f1 GROUT HOLE, j i .n,P III � II � I MT 100 I SEAL I WELD (1!8) ^ \\ 2" x 3000if 2" FORGED STEEL PLUG, CUT \ FORGE6STEEL PLUG HEAD OFF OBSERVATION HALF COUPLING UNDISTURBED PORT PLUG AND GRIND FLUSH W/ EARTH/ROCK INSIDE OF PIPE AFTER BACKFILLING, i CUT HEAD OFF GROUT HOLE PLUG �i-----__—� AND GRIND FLUSH W/ INSIDE OF � i " i PIPEAFTERCONTACTGROUTING i I �� � (AT CONTRACTORS OPTION, US� __ _ _____ _ _ _ - __ J RECESSED HEAD PLUGS) �___ _ --\\----==---- `VENTPIPE ATCROWN, REMOVE;4FTER BACKFILLING i / AT CONTRAS"TORS �' OPTION INS1iALL INSIDE FACE OF CASING STEEL WEDGES TO PIPE/GROUND SUPPORT PREVENT HANG-UP OF PIPE DURING INSTALLATION SECTION SEES®AND NOTE 1 GROUT HOLE LOCATION DETAIL DETAIL NTS NTS WARNING TO CONTRACTOR CALL 1-800-344-8377 (DIG TE55) OR OTHER UTILITY LOCATING SERVICES 4B HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXI SFI NG UTILITIES OR DEPICTING EXACT LOCATC ONS OF UTILITIES ON DRAWINGS. FT WORTH WATER DEPARTMENT 5617) 871-8296 FT WORTH TRANSPORTATION AND PUBLIC WORKS f617> 871-6100 ATMOS ENERGY (FORMERLY TXU GAS1 f817) 215-6148 AT&T- OON SELLS (817) 8ZI -8921 SRC t 21 4) 532. 2853 BURNETT GATHERi NG, CLAYTON HOAKE /56Z) 453. 7450 CHEVRON PIPELINE 1817) 613-0028 UN[DN PACIFIC RAI LROAO <600) H73-3749 FT WORTH &WESTERN RAILROAD COMPANY f8177 92I -6846 TXU ELECTRIC. JOHN GUL TERREZ f61 A 2L 5-6292 PRELIMINARY -FOR REVIEW ONLY These documents are for Design Review and not Intended for Construction or Bidding Purposes. They were prepored by, or under supervision of= Douglas K- Biglen 88777 Apri130, 2007 Type or Print Name PE � Date T FTEH DATE j BY SOUTHSIDE II WATER TRANSMISSION MMN PART 5 CROWLEY RD / RISINGER RO MTERSECTION TO RISINGER RD /EAST SIDE i.H. 35W INTERSECTION WATER PROJECT N0. P264-608140030389, DOE NO. 5630 PIPELINE DETAILS ., . z �� �, �� F CITY OF FORT WORTH. TEXAS %:, ENGINEERING DEPARTMENT t CH2MHILL SUB. REC. REV. FILE DATE SHEET OES(GNEO� S SMITH C SIMMONS DRAWN B BERHORST, K TR$SPER, W KENAS 04/07 CHECKED D 81GLEN TRACE SOUTH CURVE C DATA I R=1319.74 ■ T=95.35 CDI BRANSOM. JERRY L 1 D=8° 15' 52.11" LT 9320 CROWLEY RD 2041 TRAILWOOD DR BURLESON TX 76028LOT le BLOCK 1 ' ■ L=190.36 i — 4 CLARDY ADDITION STA 26+36.97 \ VOL, 388-214. PG- 38 REMOVE 12" PLUG ■ \ AND BLOCKING PROPOSED 520 LF OF 12 W P R. T. C. 7 CONNECT TO a STA 21+45.67- WITHIN TXD07 ROw PARCEL 24 12" W, PVC, DOE EXIST#3672 cl ___". _,,.. ... _. ... o PT -BEGIN CURVE C / SEE NOTE 1 r " t5 PERMANENT \ 12 VALVE CATION WATERLINE TXDOT RdW cv 1 / EASEMENT 12 W 22+ CP 8274 OR - ■ — - - — - - 2 +QO— 25+00 26+00 UG7 — WIDTH -1 °i STA 25+25 .-,-,VARIES "" ` END BORE AND JACK ■ APPROX1,180LFT0 � z STA 24+75 3EGNBORE AND JACK a NTERSECTIOWO&F >', a O , .. .,.,<`_ EDGE OF PAVEMENT,, h ...., FM 731 (CROWLEY RD) w-..Z / C • AND RISINGER RD rn STA 23+3.6.03 t FM 731 - Crowfev RcI7Asohait) FORCONSTRUCTION ' REQUIREMENTS, SEE r ' 34 !1 I NGUYEN, LAP VAN & THANH TRUONG ( VICTORY INTERNATIONAL CHURCH kAMPTON, ROGER W�tOE I 2424 CAMDEN ST. 9417 CROWLEY RD. 2424 HILLVIEW DF. FOR ■ T WORTH. TX, 76133 FORT WORTH TX 76134 FORT WORTH TX 76119 LOTS 18-15. BLOCK 12 LOTS 13 & 14, BLOCK 12 LOT 12, BLOCK 12 ' SOUTH SEMINARY ADDITION I SOUTH SEMINARY ADDITION SDIJTH SEMINARY ADDITION VOL. 388-1, PG, 33 VOL- 388-I, PG. 33 388-I9 PG, 33 P. R. T. C. T. VOL.P.R.T.C.T. P,R.T.C-T. SOII.TMSfDE II! PRESSURE PLANE II PRESSURE PLANE f 0 C 40 30 120 Horizontal Scale 1..1 Feet 0 4 8 12 Vertical Scale In Feet WARNING TO CONTRACTOR CALL I-80H-344-8377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT LOCATIONS OF UTILITIES ON DRAWINGS. FT WORTH WATER DEPARTMENT 1817) 871-8296 FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871-6100 ATMOS ENERGY ( FORMERLY TXU GAS) (81 7) 21 5-61 48 AT&T- DON SELLS (817) 821-8921 SBC (21 4) 532. 2853 BURNETT GATHERING- CLAYTON 14OAKE (562) 453.7450 CHEVRON PIPELINE (817) 613-0028 UNI QN PACIFIC RAILROAD I800) 873-3749 FT WORTH & WESTERN RAILROAD COMPANY 1817) 921-6846 TXU ELECTRIC- JOHN GUITERREZ (817) 215-6292 NOTES: 1. CONTRACTOR SHALL DETERMINE LOCATION AND DEPTH OF EXISTING 12"W PRIOR TO START OF CONSTRUCTION. 2_ THIS LINE CAN BE BUILT ATANY TIME DURING THE PROJECT. ONLY COORDINATION REQUIRED WILL BE FOR THE CONNECTION TO 7HE EXISTING 8-INCH WATER SERVICE LINE AT STA 23+48 WHICH ARE NOTED IN CONNECTION DETAIL ON SHEET 34. 3_ CARRIER PIPE SHALL BE DUCTILE IRON, PRESSURE CLASS PER COFW DIP STANDARD SPECIFICATION, 4_ RESTRAINED JOINT REQUIREMENTS AND LENGTHS ARE INCLUDED IN THE SPECIFICATION SECTIONS APPROPRIATE TO THE CARRIER PIPE MATERIAL. SEE SPECIFICATION SECTIONS 25000 2501, 25OZ 2504 AND/OR 2509. PRELlMWARY -FOR REVIEW ONLY These documents are for DesicJn Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision of: Douglas K. Bigien 88777 April 30, 2007 Type or Print Nome PE Date BENCHMARK CP 27931 CP 28274 N-6908843.196 N-6909606.265 E-2322955.457 E-2322948.950 EL-756.074 EL-754.263 FORT WORTH WATER MAP No.2054-344 ITEM DRTE I RY NOTES: 1. CONTRACTOR SHALL DETERMINE LOCATION AND DEPTH OF EXISTING 12"W PRIOR TO START OF CONSTRUCTION. 2_ THIS LINE CAN BE BUILT ATANY TIME DURING THE PROJECT. ONLY COORDINATION REQUIRED WILL BE FOR THE CONNECTION TO 7HE EXISTING 8-INCH WATER SERVICE LINE AT STA 23+48 WHICH ARE NOTED IN CONNECTION DETAIL ON SHEET 34. 3_ CARRIER PIPE SHALL BE DUCTILE IRON, PRESSURE CLASS PER COFW DIP STANDARD SPECIFICATION, 4_ RESTRAINED JOINT REQUIREMENTS AND LENGTHS ARE INCLUDED IN THE SPECIFICATION SECTIONS APPROPRIATE TO THE CARRIER PIPE MATERIAL. SEE SPECIFICATION SECTIONS 25000 2501, 25OZ 2504 AND/OR 2509. PRELlMWARY -FOR REVIEW ONLY These documents are for DesicJn Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision of: Douglas K. Bigien 88777 April 30, 2007 Type or Print Nome PE Date BENCHMARK CP 27931 CP 28274 N-6908843.196 N-6909606.265 E-2322955.457 E-2322948.950 EL-756.074 EL-754.263 FORT WORTH WATER MAP No.2054-344 ITEM DRTE I RY SOUTHSIDE II WATER TRANSMISSION MAIN PART 5 CROWLEY RD /RISINGER RD INTERSECTION TO RISINGER RD /EAST SIDE t.H.35W INTERSECTION WATER PROJECT NO, P264-608140030389,DOE NO*5630 PLAN & PROFILE 12 LINE A STA 21+00 - 26+36.97 CITY OF FORT WORTH, TEXAS a ENGINEERING DEPARTMENT CH2MHILL SUB, REC, REV. FILE DATE SHEET DESIGNEO S SMITH C SIMMONS DRAWN: B BERHOI K TRSSPER, W KENAS O4I07 10 CHECKED 0 BIGLEN TRACE Form 1082 Utility Installation Request (Rev. 11t2006) '�raza (GSD-EPC) oeparr��m Page 1 of 2 cr r nsPorzanan To the I exas I ransportation Commission c/o District Engineer Texas Department of Transportation Fort Worth Formal notice is hereby given that the City of Fort Worth Water Department proposes to place a 16-inch water distribution line {ine within the right of way of Texas, MIT Sec. No. 03 Date 04/30/07 Texas IH-35W , RM 243+0 to RM 247+0 in Tarrant County as follows: (give location, length, general design, etc_ Use additional sheet as needed) The proposed 16-inch water fine installation is located in south Ft. Worth. The line starts at the intersection of 1-35W and Risin er Rd. and continues north along the 1-35W Southbound Frontage Road within TxDOT right of way for approximately 492 feet. The proposed line will be ductile iron and installed by open cut and means other than open cut. We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this notice. Our organization wi{I use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetauon Special Provisions" Our organization will ensure that traffic control measures complying with applicable portions of the Texas Manual on Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. When installing our utility on controlled access facilities, we shall conform to the Texas Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §2Q3.031 (http://tlo2.tic.state.tx.us/statuteslstatutes_html.). We shall limit access for servicing this installation to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public_ It is expressly understood that TxDOT does not purport, hereby, to grant any right, claim, title or easement in or upon this highway; and it is further understood that TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving thirty (30) days written notice. We will notify TxDOT prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right of way, so that TxDOT may provide specifications for the extent and methods to govern in, but not limited to, trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand that these specifications are intended to preserve TxDOT's considerable investment in highway planting and beautification, by reducing damage due to trimming and to protect known endangered species. Our installation shall not damage any part of the roadway structure or associated appurtenances and we will make adequate provisions to minimize inconveniences to the traveling public, and adjacent property owners. In the event we fail to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel our compliance_ Following approval, we will begin construction on or after Q8/Q1 /07 Month/Day/Year Form 1082 11/2006) Page 2 of 2 Additional Provisions and Requirements (for TxDOT input only) • General Special Provisions: Are attached. Are not attached. •As -built Plans/Certifications of Construction: j- Are required and shall be certified as accurate by an authorized representative of the company. Are required and shall be signed and sealed by a State offexas Licensed Professional Engineer. F Are not required Certification that utility was installed as approved • Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed installation, the project area will be re -vegetated: Fr in accordance with TxDOT's Standard Specification Item 164 which specifies teh appropriate grass seed mix to be used, or: as indicated on the attachment. TxDOT Representative to be notified 48 hours prior to beginning construction If approved, we understand that we will assume al[ risks associated with this installation within the TXDOT right of way. These risks include, but are not limited to, injuries to our workers, damage to contiguous utility lines that may be in the area, injuries or damage resulting from our failure to properly install and maintain the line as shown on plans. We understand TxDOT may place additions[ provisions and requirements as listed above, based upon, but not limited to, the type of utility being installed, local site conditions, soil types and traffic. We acknowledge that this Utility Installation Request approval expires on the 91st calendar day from the date of issuance, unless otherwise approved, if we do not begin our installation by this date. If we do not begin our installation within this time frame and still wish to continue, we will resubmit our request in accordance with the prevailing governing laws, rules, regulations and policies at the time of resubmission. By signing as/for the requestor below, I certify that I an?-uthorized to represent the requestor, that I agree to the provi�_-ns and requirements included in this Utility Installation Rec;uest, and our commencement. of construction will further attest to our review and acceptance of said additional provisions and requirements. REQUESTOR Date: 04/30/07 By: David R. Townsend, P.E. Signature: Title: Engineering Manager, Ft Worth Water Dept Address: 1000 Throckmorton Ft Worth TX 76102-6311 City State Zip Code ( 817 } 392-8430 Area Code Telephone Number APPROVED BY TxDOT Date: By: Signature: Title: Address: City State Zip Code Area Code Telephone Number STA 23+35 - 6" RSGV, STD FIRE HYDRANT - - STA 11+10 - 6" RSGV STD FIRE HYDRANT �� m Z� _ a ., ,_.. STA 8+40 10" CARV N 0 i 200 400 6( Scale In Feet _._ .� ' ' ;_ .;: - � � . <. 1_ _. , <, � a i i �., t� - - i . - - � '. 1 ... fl _. L . rc_ - RUTHOALE DR t i _�,,,,._ s .. �E € � ._ . _,. 'i - �* ..... 1 ` :..,4... .. ...._. � _ -r i _ �' [ _ 'W J z i .:�. .5 I , t _.. .. _. ._.STA11+g3f16(40.LT} _. ' .. .-.-> .... .. 8 RSGV � � t � r fi � a '/.. � �T ..... ._ SHEETS 118,19 STA 13+25 �- STA 16+70 g" B0 10" CARV ti' w' 3i _' o; .. �l N E D - 16". 12" � �_ :- ,� STA 14+72 (LT) - 6 RSGV ` STA 19+48 (40' LT) -12" RSGV STA 28+Oq (LT) STA 30+90 (LT)- 10" RSGV :STA 14+g2 (LT) - 8 RSGV STA t9+48 (50' LT)- 6" RSGV, 6" RSGV, STA 30+99 (LT);- 6" RSGV, � :STA 14+72 (LT) - 6" RSGV, ' ! STD FIRE HYDRANT STD FIRE �-IDRANT STD FIRE HYDRANT :STD FIRE HYDRANT STA 19+63 - 12" RSGV STA 31+10- i2" RSGV iSTA 14+g0 - 12" RSGV STA 25+75 - 12" RSGV ... ....... ......... _ .:..._ ......_ ..RISfNGE o.....:_ _.., ....,.. _ . ,. _. .... $0+00 @ +00 '<�:: , ...::._. .... '&Q+00 ..�...,,._ .. _ _.. .,,..65t06.,. .._ , _-....-�..,..::' o.,...._ . -_ - - M SHEET 13 & 24 SHEET 14 & 25 SHEET 15 & 26 o� STA55+00 �STA61+80 STA62+00 - � � 10" CARV qg�� get 1 U" CARV 0 o ago z STA 59+25 STA 70+27.38 (LT) - 12" RSGV ,:� 48" BFV STA70+27.38 (RT}- 16" RSGV m s j ._ __..__ ._,.3. e �+ ;...N LAKESIDE DR. ....., s� :� r o �" `- a i _... _. ... ...... w p i � Q z s J + - � u �' - NOTE: '` ' STAT40NING SH�1NN "' FOR 48"<V1/ ONLY.= ,. WARNING TO CONTRACTOR CALL I-800-344-8377 CpIG TESSI OR OTHER UT[LI TY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACT[VI TY. ENG[NEE IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES DR DEPICTING EXACT LOCATt DNS OF UTILITIES ON DRAWINGS. FT WORTH WATER DEPARTMENT 1817) 871-8296 FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871 -BI 0@ ATMOS ENERGY C FORMERLY TXU GAS) l 8] 7) 215-6I 48 AT&T- ODN SELLS (8] 7) 821 -842I SBC t 21 4) 532. 2853 BURNETT GATHERI NG. QAYTON HOAKE (562) 453. 7450 CHEVRON P[PEL}NE f81. 7) 613-0028 UNION PACIFIC RAILROAD (800) 873-3749 Fi WORTH & WESTERN RAILROAD COMPRNY 1817) 921 -6846 TXU ELECTRI C, JOHN GUI TERREZ l 81 7J 21 5-6292 „ .. N -- ��-�, - -� 0 200 € 400 600 Scateln Feet s LfNE D - 16 ,=12" ySTA 14+72 (i_T) - 6" RSGV STA'10+20 (42' LT) STA 9+76 35 12" RSGV STA 14+82 j; T) -8" RSGV - 6" RSGV,' STA 10+25 {RT} -12" RSGV STA 14+72 �f_T) - 6" RSGV, STD FIRE HYDRANT STA 10+41,8'4 (42 LF) - 6" RSGV, STD FIRE HYDRANT STD FIRE HYDRANT STA 14+90 -12"'RSGV �- STA 12+$D STA 10+51 92" RSGV o 8" RSGV _... } � . STA 13#12.35 (42 LT) � - ' � F 6 RSGV STA 31+7p x -- 48' BFV STD FIRE HYDRANT � -� w; 2 ` - SHEET 8"RSGV 12 8 21 SHEET 22 STA 23+11.57 (4' LT) = STA 25+50 4 p rt W STA 10+D4 (LINE C) 10" CARV V 12" RSGV NOTE: STATIONING SHOWN FOR 48" W ONLY OSTA 36+62.29 3-12" RSGV (N, E, S} SHEET 16 8 STA 37+28.05.%�� f 12" RSGV ; SHEET 28 `STA77+70 10 i;ARV SHEET 23 � [ �"`[ STA 34+00 STA 42+50 STA 44+55 10" CARV 1 D" CARV 12" RSGV (3 LT) -�. � ,€ _ _. _ W h- Q E— (n W I— Z STA 93+45 10" CARV SHEET 13 8 24 STA46+55 10" CARV PRELIMINARY -FOR REVIEW ONLY These documents are 'for Design Review ..�._. and not Intended for Construction or Bidding Purposes. They were prepored by, or under supervision ot: Douglas K. Big[en 88777 April30, 2007 Type or Print Name PE Dole ti, FORT WORTH WATER MAP NOS. 2042-344.2048-344.2054-' ;> e N 7 z 6 a , ` ,; o N 5 3 2 _ I ITEM DATE SOUTHSIDE II WATER TRANSMISSION MAIN PART 5 CROWLEY RD /RISINGER RD INTERSECTION TO RISINGER RD /EAST SIDE I.H.35W INTERSECTION WATER PROJECT NO.P264-608140030389,DOE N0.5630 SITE PLAN ��'� � A�.:�G . a'` � CITY OF FORT WORTH. TEXAS � ENGLNEERING DEPARTIdENT �:: �'��. .:� �'. . /", FORS- .,, CH2MHILL SUB. REC. REV. FILE DATE SHEE' DESiGNED� S SMITH DRAwN= 8 BERHORST, C SIMMONS K TROSPER, W KENAS D4/07 2 CHECKED+ n nIGt G'N TRACED ______ STA23+35-6"RSGV, STD FIRE HYDRANT STA1t+10-6 RSGV STD FIRE HYDRANT - o rin STA 8+40 10" (ARV _ ,.. _ ; _.__ _I , _ _ .- _. _. ._ .; n i ::::. ., . �� _ _, t f � i « .. ,.� .. 1_ `_ _. ' 'NOTE: ' _ ;STATIONING SHOWN " <� a � :, ,� FOR 48 \N ONLY." ��� RUTHDPLE DR - < N ., t ..:�, q - f ......__ .._ a.. �:... ..... ., s .. 1 -. ,_ --. � T � ..,_ t ,.. . -. �- F -<^ - N. LAKESIDE DR Scalean Feet ., s > , - _ } �, .:. i' - i 1 � s -:.. < �, - - ., _, i _.; €w, s ,_ � € � - � "... -i.:. � ¢ ; .._.... � w € STA 14+72 Ii T) 6 RSGV LfNE D 1 _ � a i � € � �;: � � STA"10+20' 42' LT) } STA 9+76 35j-12" RS6V ; STA 14+62 (LT) - 8" RSGV <- ._ . «, € .- -_. .: ¢ Z � ( STA 10+25�{RTJ - t2" RSGV € STA 14+72 (I_T) - 6" RSGV, ) € r'° € � ;' _ � ` STA 10+41 84 42 LF 6" RSGV, STD FIRE HYDRANT ( „.. :.,. ,._ �.,.,, -,m STDEIREHYDRANT ( )- ��" < fi. � - � �-. < ....: r:. � .- !•- f ? STD FIRE HYDRANT $TA 14+90 -12"'RSGV €. �'-- Lf:NEB' .:0��_ �......:...,....,. �- 3 -. „.,� ,.;' ..�. __,.��__ STAt2+80 STAt0+51<�2"RSGV ) ' .� _ w ... ESIDEi p _.. - S.�LAK R ,,. � �: �_ � � STA 11+23116 (40 LTJ; -' �- �, � - - � ; "` S A 13f12.35 (42 LT)C a i £ � GVA�UIE. _. 8 RSGV; _ _ w:_ .. � STA3t+7Q xF � S'FA tD+43.(YY &-N)- - 6" RSGV, 48 BFV a < a 2- 8 RSGV., - STD FIRE HYDRANT w --. rr _ t µ Z . + i. ....._ _ � 15+D,D_,,,.. .. 20+00 , -.. + <.� _.:..,.._. _30+OD __. _ ._,._.._, .35+ 0- ,._... _ _ __� _ _-40+00-, _.:__.... RISINGER RD -.., t ... _ ...� ... ._, _,..-_.__ ..: � ,,., ..-... ... ....,_ _.. _..'.._. _.. ._.-,. __ _ STAB+1235.(N)..._ ...._-.._.._ _..._ ___....._..... _,.. -_ _.__ ._ SHEETS `- F �� SHEET 8"RSGV 11 & 19 Sf-ice'E=20 12 8 21 _ SHEET 22 SHEET 23 SHEET 13 & 24 STA 23+t1 57 (4' LT) = STA 25+50 STA 34+00 STA 42+5D STA 44+55 STA46+55 ��� STA 13+25 STA 16+70 ',� STA 10+D4 (UNE C) 10" (ARV 48�� W 10" (ARV 1D" (ARV 12" RSGV (3 LT) 10" (ARV g�� B0 10" (ARV 12" RSGV t N a € zoo aoD 'st .. Scale In Feet - ��: 3'.. _. �. �, . �< � ,n .STA 14+72 (LT) - 6 RSGV STA 19+48 (40' LT) -12" RSGV :STA 14+g2 (LT) - 8 RSGV STA t9+48 (50' LT) - 6" RSGV, a :STA 14+72 (LT) - 6" RSGV, ; STD FIRE HYDRANT STD FORE HYDRANT STA 19+63 -12" RSGV STA 14+g0 - 12" RSGV _ STA 25+75 - 12" RSGV � SHEET 13 & 24 0 0 x m n m SHEET 14 & 25 STA55+00 �STA61+g0 10" (ARV qg�� gFV STA 59+25 48" BFV D -16", 12" i (LT} STA 30+90 (LT}+. 10" RSGV ' STA 30+99 (LT)�; 6" RSGV, }1YDRANT STD FIRE HYDRANT STA 31+10- 12" RSGV _ E5+D0... _....... `.. SHEET 15 & 26 STA 62+00 10" (ARV ///. STA 70+27.38 (LT) - 12" RSGV J STA70+27-38 (RT}- 16" RSGV JJ NOTE: STATIONING SHOWN FOR 48" W ONLY OSTA 36+6229 3-12" RSGV (N, E, S} SHEET 16 8 STA 37+28.05. 12" RSGV ' STA 19+01.75 (LT) 1 - 6'tRSGV STD FIRE HYDRA W NEE-16" i =zISTA15+30-8"BO, 0 us w J_........_._... � ..._ r ;m w w _. STA 10+97,,� '; 1 -16" RSGV -� ._. ooruu..... ... '°.. SHEET 29 STA 87+70 46" BFV ,�. � , � Q _": _ W I— Q E— (n W F- z WARNING TO CONTRACTOR CALL I-800-344-8377 (DIG TESS) Oft DTHER UTI7I TY LOCATC NG SERY[CES 48 HOURS PRIOR i0 CONSTRUCTION ACT[VI TY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING RLL EXISTING UTI Lt TI ES OR DEPt CTI NG EXACT LOCATIONS OF UTILITIES ON DRRWI NGS. FT WORTH WATER DEPARTMENT 1817) 87L-8296 FT WORTH TRANSPORTATI DN RND PUBLIC WORKS f817) 671 —8100 ATMOS ENERGY (FORMERLY TXU GASJ (8t 7> 215-6148 AT&T— OON SELLS (617) 82I —842I SBC 1214) 532. 2853� BURNETT GATHER[ NG. CLAYTON HOAKE l 562> 453. 74fi0 CHEYflON PI PELF NE 18173 613-0028 UN[0N PACT F[C RAI LROAO 1600) 873-3749 FT WORTH & WESTERN RAILROAD COMPRNY (8l 7) 921 —6846 TXU ELECTRI C, JOHN GU[ TERREZ (8I 7J 2t 5-6292 PRELIMWARY -FOR REVIEW ONLY These documents ore 'for Design Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision oi. ', Douglas K. Biglen 88777 Apri130, 2007 Type or Print Name PE Dale FORT WORTH WAFER MAP NOS.. 2042-344.2048-344.2054-344 8 o s N 5 .........._.. ¢ 3 W z t ' ITEM DATE BY SOUTHSIDE tl WATER TRANSMISSION MAIN PART 5 CROWLEY RD /RISINGER RD INTERSECTION TO RISINGER RD /EAST SIDE I.H.35W INTERSECTION WATER PROJECT NO.P264-608140030389,DOE N0.5630 SITE PLAN STA 93+45 �,°Q� _� 10" (ARV ��=��G.� ., CITY OF FORT WORTH. TEXAS ENGLNEERING DEPARTMENT �• ...SHEET 30 ' `` STABB+37 �8 BO �-•-�� CH2MHILL - i FNN-' N 2, � LL LJ.- SUB. STA°88+00.00(4 LT) STA 10+4878 (LINE E) � � REV. REC. 1 16" RSGV �-' a ___ FILE DATE SHEET DE5IGNED� 5 SMITH DRAWN= B RERHORST, C SIMMONS K TROSPER, W KENAS 04/07 CHECKED D BIGLEN TRACED= CIVIL LEGEND EXISTING ® IRON ROD FOUND 0 SURVEY CONTROL POINT 0.PP POWER POLE \J GUY WIRE DQ WATER VALVE TELEPHONE PEDESTAL _ GAS METER GAS TEST STATION OLP LIGHT POLE WATER METER SIGN FENCE (AS NOTED} WOODEN FENCE ---- ASPHALT PAVEMENT CONCRETE PAVEMENT ..;..._...__.__. __._ CURB & GUTTER STORM SEWER MANHOLE FIRE HYDRANT SS MANHOLE SS CLEAN OUT SIGNAL LIGHT POLE TRANSMISSION TOWER UTILITY FLAG WOODEN FENCE POST WATER MANHOLE SPRINKLER HEAD ., TRAFFIC CONTROL BOX TELEPHONE MANHOLE .:... TRAVERSE POINT X OR Y IN CONCRETE TREE TREE OUTSIDE CONSTRUCTION AREA TO REMAIN WITH SIZE & TYPE 12"M TREE INSIDE CONSTRUCTION AREA THAT MAY BE REMOVED UNLESS OTHERWISE NOTED WITH SIZE & TYPE 12"M 12" MESQUITE B - BOIS D. AREC C- COTTON WOOD E - ELM H- HACKBERRY L-LOCUST M - MESQUITE O - OAK P - PECAN T - UNDEFINED TREE W - WILLOW — 6" W — WATER LINE AND SIZE — 8" SS — SEWER LtNEAND SIZE 4" G — GAS LINE AND SIZE OT OVERHEAD TELEPHONE UGT — UNDERGROUND TELEPHONE UGT-F — UNDERGROUND TELEPHONE -FIBER OPTIC OE OVERHEAD ELECTRIC — UGE — UNDERGROUND ELECTRIC SD = STORM DRAIN AND SIZE xl REMOVE OR ABANDON EXIST SSHM CELLULAR PHONE TOWER OR ANTENNA yam.. BILLBOARD BOLLARD " `i CITY OF FORT WORTH MONUMENT ELECTRIC METER BOX `.VFS EXIST STORM DRAIN MANHOLE -- ELECTRIC SERVICE FOUND NAIL FLAG POLE GAS MANHOLE "'- GUARDRAIL MAILBOX s MONITER WELL PANEL POINT _ RAILROAD SPIKE SEPTIC TANK BUSH LARGE SIGN PROPOSED PLAN �I8"WATER VVATER LINE AND SIZE R BUTTERFLY VALVE GATE VALVE � AIR RELEASENACUUM VALVE BLOW OFF & SUMP MANHOLE REDUCER _� FIRE HYDRANT —� SOLID SLEEVE --- A�— SURFACE RESTORATION/BACKFILL PARCEL( PERMENANT WATER LINE EASEMENT PARCEL NUMBER WATER METER ABBREVIATIONS BO BLOW OFF BFV BUTTERFLY VALVE CARV COMBINATION AIR RELEASE VALVE COFW CITY OF FT. WORTH D DELTAANGLE DtP DUCTILE IRON PIPE EL ELEVATION EXIST EXISTING GODS CITY OF FT WORTH GENERAL CONTRACT DOCUMENTSAND SPECIFICATIONS GRD GROUND IE INVERT ELEVATION INVT INVERT L LENGTH OF CURVE LF LINEAR FOOT LOC LIMITS OF CONSTRUCTION LT LEFT MAX MAXIMUM MIN MINIMUM NAT NATURAL PC POINT OF CURVE PCCP PRE -TENSIONED CONCRETE CYLINDER PIPE PI POINT OF INTERSECTION PT POINT OF TANGENCY PVC RADIUS OF CURVE R REINFORCED CONCRETE RC ROAD RD REDUCER RED RESILIENT SEATED GATE VALVE RSGV POLY VINYL CHLORIDE RT RIGHT R.O.W. RIGHTS OF WAY SD STORM DRAIN STA STATION STD STANDARD T TANGENT LENGTH UPRR UNION PACIFIC RAILROAD VPI VERTICAL POINT OF INTERSECTION W/O WITHOUT WPN WATER PROJECT NUMBER DETAIL CALLOUT LEGEND SECTION (LETTER) OR DETAIL (NUMERAL) DESIGNATION 1 23 SHEET NUMBER WHERE CORRESPONDING DEAIL OR SECTION IS SHOWN OR TAKEN_ (REPLACED WITH ALINE IF SHOWN ON THE SAME SHEET) 16325A STANDARD DETAIL NUMBER (SEE STANDARD DETAIL DRAWINGS) WARNING TO CONTRACTOR CALL I-800-344-8377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 46 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT LOCATIONS OF UTILITIES ON DRAWINGS. FT WORTH WRTER DEPARTMENT (817) 871-8296 ET WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871-8100 ATMOS ENERGY (FORMERLY TXU GAS) 1817) 215-6148 AT&T- DON SELLS (81 7) 821 -892I SBC (21 4) 532. 2853 BURNETT GATHERING, CLAYTON HOAKE (562) 453.7450 CHEVRON PIPELINE (817) 613-0028 UNION PACIFIC RAILROAD 1800) 873-3749 FT WORTH & WESTERN RAILROAD COMPANY (817) 921-6846 TXU ELECTRF C, JOHN GUITERREZ (817) 215-6292 PRELIMWARY -FOR REVfEW ONLY These documents ore for Design Review and rtot Intended for Construction or Bidding Purposes. They were prepored by, or under supervision of� Douglas K. Biglen 88777 April 30, 2007 Type or Print Nome PE " Date DATE BY PRELIMWARY -FOR REVfEW ONLY These documents ore for Design Review and rtot Intended for Construction or Bidding Purposes. They were prepored by, or under supervision of� Douglas K. Biglen 88777 April 30, 2007 Type or Print Nome PE " Date DATE BY SOUTHSIDE II WATER TRANSMISSION MWN PART 5 CROWLEY RD / RISINGER RD INTERSECTION TO RISINGER RD / EAST SIDE LH.35W INTERSECTION WATER PROJECT NO. P264-608140030389, DOE NO,5630 ABBREVIATIONS AND LEGENDS CITY OF FORT WORTH, TEXAS n. c.' ENGINEERING DEPARTMENT r FflR� ' CH2MHILL SUB. REC. REV. FILE DATE SHEET DESIGNED= 5 SMITH C SIMMONS DRAWN: B BERHORST, K TROSPER, W KENAS 04/07 CHECKED= D BIGLEN TRACED 761 )RDfNATE T OUT FORT TING DESIQNS, INC, CROWLEY! ROAD T WORTH, -tEXAS 4-5903 NE 817-55117373 817-293-8644 i u15'PERMANENT WATER LINE EASEMENT r, I I i CONNECTTO EXIST 8" SERVICE INSTALL: 1"-8"X8"TEE 1 - 8" RSGV 1 - 8" 90" BENDS 5 LF 8" W (DIP) N-S 20 LF 8" W (DIP) E-W ( 8" W (DIP) t 0 10 20 30 GRAPHIC SCALE IN FEET CONSTRUCTION SEQUENCE. 1. CONTACT BUSINESS FOR SERVICE SHUT DOWN SCHEDULE. 2. CLOSE VALVE ON EASTAND WEST SIDE OF FM 731 3. MAKE NEW CONNECTION FROM EXISTING 8" W SERVICE LINE TO EXISTING 8" W AT EXISTING FITTING, 4. TEST, FLUSHAND DISINFECT LINEAND PUT IN SERVICE BY OPENING VALVE EAST OF FM731 ONLY. 5. REMOVE EXISTING 8" W EAST OF WEST VALVE DOWN TO EXISTING 6" VAVLE REMOVED FITTING LOCATION, WEST SIDE OF FM-731. 6. CONSTRUCT 12" WATER TO STA 23+48 AND CONNECT TO SEE CONSTRUCTION EXISTING VALVE ON 8" WATER SERVICE. LEAVE VALVE CLOSED, SEQUENCE 2,5 AND 6 7. FIRE AND DOMESTIC WATER SERVICE INTERRUPTION SHALL NOT PRESSURE PLANE EXCEED 2 HOURS AND SHALL BE COORDINATED WITH FORT WORTH VALVE TO REMAIN CLOSE FIRE DEPARTMENTAND BUSINESS OWNER, 8, SHUT DOWN WILL BE SCHEDULED BETWEEN THE HOURS OF STA 23+47.59 10 PM ON SATURDAYAND 4AM SUNDAY. NSTALL: 1-12"XWTEE 5 LF 8" W (DIP) CONNECT TO EXISTING VALVE 8" W (EXISTING ABANDONED) REMOVE 8" W BETWEEN CONNECTIONS REMOVE EXIST i FITTING TO CONNECT I STA 23+36.03 s PT -END CURVE C i STA 23+35 112"x6"ANCHOR TEE 1 - 6" RSGV ANCHOR TO TEE 1 -STD FIRE HYDRANT, 8 LF 6" W (DIP) SET T BEHIND R.O.W. PER FIG 5 AND 6, GCDS LINE A CONNECTION AT 23+47.59 �� 1"-10 10 PLAN :ll'iG'E1T tN T FLGS WATER PROJECT N0.109-14D00569,1977 EXISTING 8" VAVLE EAST SIDE OF FM-731. SEE CONSTRUCTION SEQUENCE 2AND 4 -20 SERL PfPE TC S°fACi EEOi,E C,iTr;?iT Yt=T?f 14Cit:54R3iiY ?.sORTsxi4 Ec313k#. TG i DAFT ,Al;:DRE'fE � 1 PART C7<61�'�iTr 6 P,t;TTS SAND. \f E}E7At€� OF C17t?SiFcL€CTtEttt SHALL irSiNFORh€ Tf? f i0t7RE �'la CLASS ' F 4v.€k'itrt CONCRETE Yl1 T3f Nf) 6 STZEL BARS TO P£ SPACED G G/ C GUVEEACH IYAY, STEEL . BAF 71 Z" Irt€Ff., S' uX FiiL?A Bf71iA1 U) zW' SLA3 AND, FROf4 TOP OF FL 5LlH, STANDARD BLOW -OFF DETAIL %2� NTS 20 29 SECTION WARNING TO CONTRACTOR CALL I-800-344-8377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER 1S NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPi CTI NG EXACT LOCATIONS OF UTILITIES ON DRAWINGS, FT WORTH WATER DEPARTMENT 1817) 871-6296 FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871-8100 ATMOS ENERGY (FORMERLY TXU GAS) (817) 215-6148 AT&T- QON SELLS 1817) 821-8921 SBC BURNETT GATHERING. CLAYTDN HDAKE (21 4) 532, 453.7450 2853(562) CHEVRON P[PELF NE 1817) 613-0028 UNION PgC[FIC RAILROAD (800) 873-37491817) FT WORTH WESTERN RAILROAD COMPANY 921-6846 TXU ELECTRI C, JOHN GUI TERREZ (81 7) 215-6292 PRELIMINARY -FOR REVIEW ONLY These documents ore for Design Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision of: Douglas K_ Biglen 88777 May 1 2007 Type or Print Nome PE Dote ITEM SOUTHSIDE II WATER TRANSMISSION MAIN PART 5 CROWLEY RO /RISINGER RD INTERSECTION TO RISINGER RD /EAST SIDE I.H.35W INTERSECTION WATER PROJECT NO. P264-608140030389, DOE NO,5630 PIPELINE DETAILS AND LINE A CONNECTION AT 23+47.56 CITY OF FORT WORTH, TEXAS ENGINEERING DEPARTMENT flF .r1 �{3Ft� CH2MHILL SUB - REV. REC. HEET FILEffO4iOT73 DESIGNEO S SMITH DRAWN: B 9ERHORST, CHECKEO C SIMMONS D BIGLEN K TROSPER, W KENAS TRACED 4 BOULT, CUMMINGS. CONNERS & BERRY CHRISTOPHER HARRIS, TRUSTEE STA 10+69.91 VOL. 12573, PG. 2398, D.R., T,C „ T. / PI- 4.05210 LT FW 140 LTD FOR CONSTRUCTION 1 GT \ % SIDDONS 1950 GOFORTH RD. REQUIREMENTS AT �i %i 10 Z STA 11+01-78 F8R03W�CRESTIDEEDI6 RISINGER RD & lH 35, \ P1 - 90.0000° RT I VOL. D54R2T. CPT= 813 SEEL i `: i ° VACANT LAND 36 /� K & 0 AUTOMOTI- — _VE ATLAS BUILDING SYSTEMS 9604 SOUTH FREEWAY 9600 SOUTH FREEWAY ° ?1 7 €' ` FORT WORTH, TX 76134 [RVING, TX 75061 ( PARCEL25 „ N f r .599 ACRES (DEED) 4, 367 ACRES ( DEED) STA 16+98.85 `p ' 11 e-' VOL- 10542, PG- 1813 VOL. 6374. PG- 507 I 11.250 RT ( I : I 0 D.R.T.C-T. f e D,R.T,C,T, (1 15"111/4°BEND ) ..__-.._..-...,,_.., I I STA 11+58.17 TXDOT ROW °� fl N I - 45 0771° T corTisruuc 'r F L f Y ': s.- , I(1 - 16" 45° BEND) STA 15+03 74 �.......-. EASEMENT TION Pi 1:27707.o..L WATERrLINEN ;STA 12+40.84 (1 16111/4°BEND} EASEMENT - -- - ------ \1 Drr Pl - 44.9578' LT __ -- -- - -- --- ----- s� W { i A ..._. (1 -16" 45° BEND) -- --- - +00I t Z 48W SEE SHT 19 1 B- 5� s } ---• . < "'OVEAND REPLACE UP TQ / ,b 1A 1A+90 t /rvN st _ ;190 LF OF BOLLARDSWI STEEL O END BORE AND JACK w 4 -46 itI- 30" SD — N .. 14' 16' IW (DIP) % _\� WIDTH VA S O !C (d EDGE OF i, E�CIST DRI AY N` .,...__..STA 15+30 ...-. ._._.._ .. ....... ..-.Q"'PAVEME T::. �`._.,...._,... .-w,1�1INSTALL 1-35W Southboun Frontage Rd 1 6 so CAUTION .' .,.,,.".. ...,.m,_.., �.. v) _.,°:: ; z-....�4.,- - �.v1 36 X�g;.ANCHORTEE».... _ .F ,...�._._... Q (Asphalt) 1 - 8" RSGV ANCHOR TO TEE f POWER POLE & G Y a STA 13+40 t a - BEGIN BORE AND JACK SEE WIRE, SEE NOTE 34 PROPOSED 492 LF OF 16" W WITHIN TXDOT ROW o �x�: Cn f CAUTION: 0 - 0 40 80 120 6" GAS POLYETHYLENE PIPE, LOCATION IS UNKNOWN!! Horizontal Scale In Feet 0 4 8 12 Vertical Scale In Feet WARNING TO CONTRACTOR CALL I-800-344-8377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT LOCATIONS OF UTILITIES ON DRAWINGS, FT WORTH WATER DEPARTMENT (617) 871-6296 FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 871-8100 ATMDS ENERGY (FORMERLY TXU GAS) (817) 215-G148 AT&T- OON SELLS 1817) 821-8921 SBC (21 4) 532, 2853 BURNETT GA THERI NG, CLAYTON HOAKE (562) 453, 7450 CHEVRON PIPELINE 18I7) 913-0028 UNION PACIFIC RAILROAD (800) B73-3749 FT WORTH & WESTERN RAILROAD COMPANY 1617) 921-6846 TXU ELECTRIC. JOHN GUI TERREZ (817) 215-6292 NOTES: 1. RESTRAINED JOINT REQUIREMENTS AND LENGTHSARE INCLUDED IN THE SPECIFICATION SECTIONS APPROPRIATE TO THE CARRIER PIPE MATERIAL. SEE SPECIFICATION SECTIONS 2500, 2501, 2502, 2504 AND/OR 2509. Z. CONTACT TXU ELECTRIC FOR POLE & GUY WIRE SUPPORT OR RELOCATION, AT NO ADDITIONAL COST TO OWNER. 3. CARRIER PIPE SHALL BE DUCTILE IRON, PRESSURE CLASS PER COFW DIP STANDARD SPECIFICATION. 4. FOR OVERALL PROJECT CONSTRUCTION SEQUENCE SEE SHEET 2, IN ADDITION THE FOLLOWING CONSTRUCTION SEQUENCE SHALL BE FOLLOWED: A) CONSTRUCT 16" W FROM 16" VALVE AT STA 10+97 TO STA 23+10 NCLUDIN 3 16" W LINE TO WEST B) HYDROSTATIC TEST, FLUSH AND DISINFECT C) CONNECT TO EXISTING 16" W SSII AT STA 23+10 AND PUT IN SERVICE. D) INSTALL NEW SERVICE CONNECTION AND METERS AT STA 11+01.76 (47' LT) AND STA 11+74 AND PUT IN SERVICE. E) REMOVE EXISTING WATER SERVICE LINE BACK TO 15' W SSII. F} CLOSE VALVE IN RISINGER RD WEST OF IH 35 SOUTHBOUND FRONTAGE ROAD. G) INSTALL 16" W SOUTH FROM 16" VALVE AT STA 10+97 TO SOUTH SIDE OF RISINGER RD. H) INSTALLTEMPORARY PLUG AND INSTALL 16" W FROM 16" TEEAT STA t0+23 TO CONNECTION ON EXISTING 16" W SSII IN RISINGER RD- DO NOT PUT IN SERVICE TILL 48" W IS IN SERVICE. l) CONSTRUCT48" WAND PUT IN SERVICE J) CONNECT 16" W AND 48" W AND PUT IN SERVICE, OPEN VALVE ON 16"WIN RISINGER RD_ PRELIMWARY -FOR REVIEW ..ONLY These documents are for Design Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision of: Douglas K. Biglen 88777 May 1, 2007 Type or Print Name PE • Dote BENCHMARK CP 20 CP 26159 N 6908335.108 N 6908328.4962 E 2331137.751 E 2331200.6620 EL 717.909 EL 71727 FORT WORTH WATER MAP No. 2054-344 ca N W 2 ITEM DATE I BY SOUTHSIDE II WATER TRANSMISSION MAIN PART 5 CROWLEY RO /RISINGER RO INTERSECTION TO RISINGER RD /EAST SIDE I.H.35W INTERSECTION WATER PROJECT NO. P264-608140030389,DOE NO.5630 PLAN & PROFILE 16" LINE E STA 10+00 - 18+00 CITY OF FORT WORTH. TEXAS r, ENGINEERING DEPARTMENT �A O� CHZMHILL SUB. REC. REV. FILE DATE SHEET DESIGNED S SMITH DRAWN: B BERHORST, C SIMMONS 7RACEDSPER, W KENAS 04/07 7 CHECKED D BIGLEN 7 MIN 1", MAX21 mmu� FILL SPACE OUTSIDE ENCASEMENT/SUPPORT WITH CEMENT GROUT, (SEE NOTE 8) APPROVED CASING SPACER OR CARRIER SUPPORT--- PROFILE INVERT ELEV OF CARRIER PIPE — APPROVED CASING SPACER OR CARRIER SUPPORT SOR TUNNEL 1- SLOPE OR SHORE TRENCH WALLSAS REQUIRED FOR SAFETY i8" TRENCH 18" CARRIER PIPE 2 OF EACH END OF ENCAS MENT PIPE OR SUPPORT, INCHESCASING SPACER SHALL BE INSTALLED WITHIN 12 WIDTH CASING SPACER/TUNNEL. 3- LOOSEN BAND ON CARRIER PIPE BEFORE BACKFILLING. III SUPPORT TO BE SIZED TO I o" .'o _'e`I 4. FOR CASING PIPEim , USE MINIMUM DIAMETERAS SHOWN ON DRAWINGS, r I MATCH INSIDE DIAMETER WITH MINIMUM WALLTHICKNESSAS SPECIFIED IN SECTION 02401. OF ENCASEMENT PIPE OR 1 2^ I SUPPORT WITH NECESSARY 5- SPACERS SHALL BE THICK ENOUGH TO PREVENTALL PARTS p CLEARANCE, BUT WHICH LIMITS OF THE CARRIER PIPE FROM TOUCHING THE CASING. `r VERTICAL MOVEMENT OF 6. IN LIEU OF STEEL CASING PIPE, CONTRACTOR MAY ELECT TO INSTALL TUNNEL I I — �— — - CARRIER PIPE DURING LINER PLATE PER SPECIFICATION 02401, PENDINGAPPROVAL BY THE ENGINEER, IL i T I K GROUTING PROCEDURE EXCEPTAT ALL RAILROAD CROSSINGS. I I 3" 7. SPACING SHALL BE IN ACCORDANCE WITH MANUFACTURER'S PRODUCT SPECIFICATIONS, UP TO THE MAXIMUM NOTED. 'v L — J 8. CONTRACTOR SHALL PROVIDE GROUT HOLES ALONG r' .T SEE ENCASEMENT/GROUND SUPPORT FOR GROUT INSTALLATION, O ° o 2 SECTION ENCASEMENT PIPE OR APPROVED GROUND SUPPORT 9. FOR STEEL CARRIER PIPE, GROUTING OF THE ANNULAR SPACE IS REQUIRED. SEE NOTE 4 GROUTING IS NOT REQUIRED FOR DIP AND C303 CARRIER PIPE, ELEVATION S MAX V MAX (SEE NOTE 7) I I I f' I I I BULK HEAD END FOR GROUTING CARRIER PIPE JOINT —� SPACE TO BE GROUTED, SEE NOTE 9 SPACERS SHALL BE LOCATEDA MAXIMUM OF ONE FOOT FROM EACH SIDE OF PIPE JOINT, END OF GROUND SUPPORT,ANDA MAXIMUM OF FIVE FOOT CENTERS CASING SPACER PLACEMENT -CASED UNDERCROSSINGS NTS NOTES: i. HOLES ATAND BELOW SPRINGLINE OF PIPE USED AS OBSERVATION PORTS DURING PLACEMENT OF CEMENT GROUT. 2. HOLES NEAR CROWN OF PIPE USED FOR CONTACT GROUTING, voxRVHivry rvtt i, i rr, SECTION SEE ®AND NOTE t o — GROUT HOLE LOCATION DETAIL �2� NTS m TEE MT100% SEAL\ m-mir- 1 B"= n Timm _--_ :o. o 2' Qj.ml TOP VIEW TDEFICTING ING TO CONTRACTOR -800-344-6377 (DIG TESS) 09 OTHER UTILITY LOCATING ES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR EXACT LOCATIONS OF UTILITIES ON DRAWINGS. CONCRETE RETARD FT WORTH WATER DEPARTMENT KEYED INTO FT WORTH TRANSPORTATION AND PUBLIC WORKS (817) 87118100 UNDISTURBED SOIL AT&ATMOTS DONRSELLSGY ORMtERLY TXU GASP f Bl 7) 215-6148 A MINIMUM OF 18" SBC (81 7) 821 -8921 BURNETT GATHERING. CLAYTON HOAKE (214) 532.2853 CHEVRON PI PELI NE ( 562) 453, 7450 BOTTOM OF UNION PACIFIC RAILROAD (81 7) G13-0028 TRENCH FT WORTH & WESTERN RAILROAD COWANY (800) 873-3749 TXU ELECTRIC, JOHN GUI TERREZ 1 81 7) 921 -6846 18" (8I 7) 215-6292 MIN ifl5 REBARS; EA FACE, EA WAY 2:27 CONCRETE, SEE SPECIAL CONDITIONS NOTE: ALL CONCRETE CUTOFFS SHALL BE FORMED ON BOTH FACES PIPE — CONCRETE RETARD � NTs 2" FORGED STEEL PLUG, CUT PLUG HEAD OFF OBSERVATION UNDISTURBED PORT PLUG AND GRIND FLUSH W/ EARTH/ROCK INSIDE OF PIPE AFTER BACKFILLING, CUT HEAD OFF GROUT HOLE PLUG AND GRIND FLUSH W/ INSIDE OF PIPE AFTER CONTACT GROUTING (AT CONTRACTORS OPTION, USE RECESSED HEAD PLUGS) --� fNSIDE FACE OF CASING PIPE/GROUND SUPPORT LEGEND MT=MAGNETIC PARTICLE TESTING UT=ULTRASONIC TESTING DETAIL �� NTS 2" x 3000# FORGED STEEL HALF COUPLING VENT PIPE AT CROWN, REMOVE: AFTER BACKFILLING AT OP CONTRACTORS TION IN:iTALL STEEL WEDGES TO PR OF INS EVENT HANG-UP PIPE DURING TALLAT;ON PRELIMINARY -FOR REVIEW ONLY These documents ore for Design Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision of: Dou las K.Biq]en 18777 Apri130 2D07 Type or Print Name PE Date m 7 0 6 m 5 > 4 3 2 1 L DATE SOUTHSIDE If WATER TRANSMISSION MAIN PART 5CROWLEY RD / RISINGER RD INTERSECTION TO R'SINGER RD / EAST SIDE I.H. 35W INTERSECTION WATER PROJECT NO, P264-6081400303890DOE NO,5630 PIPELINE DETAILS iaF SLR CITY OF FORT WORTH, TEXAS T ENGINEERING DEPARTMENT CHZMHILL SUB. REV. REC_ FILE DATE SHEET DESIGNED S SMITff DRAWNpo B 8ERH0RST, CHECKED-. D 81G ESIMMNS iRACEDSPER, W KENAS 04707 33 •CYi SHI CA: 932 FOI 761 PHI FA: � I I I i IRDINATE T OUT FOR' TING DESIGNS, INC. I CROWLEYIROAD T WORTH, *tEXAS 54-5903 INE 817-55117373 817-293-8644 I I 15' PERMANENT i WATER LINE , EASEMENT 8"SERVICE T-8"XB"TEE 1 - 8" RSGV 1 - 8" 900 BENDS 5 LF 8" W (DIP) N-S 20 LF 8" W (DIP) E-W I 8" K N 0 10 20 30 O GRAPHIC SCALE IN FEET U CONSTRUCTION SEQUENCE. m t� 1. CONTACT BUSINESS FOR SERVICE SHUT DOWN SCHEDULE_ 2. CLOSE VALVE ON EAST AND WEST SIDE OF FM 731 3, MAKE NEW CONNECTION FROM EXISTING B" W SERVICE LINE TO EXISTING 8" W AT EXISTING FITTING. 4, TEST, FLUSH AND DISINFECT LINE AND PUT IN SERVICE BY OPENING VALVE EAST OF FM731 ONLY. 5. REMOVE EXISTING 8" W EAST OF WEST VALVE DOWN TO EXISTING 8" VAVLE REMOVED FITTING LOCATION. WEST SIDE OF FM-731_ 6. CONSTRUCT 12" WATER TO STA23+48 AND CONNECT TO SEE CONSTRUCTION EXISTING VALVE ON 8" WATER SERVICE. LEAVE VALVE CLOSED. SEQUENCE 2; 5 AND 6 7• FIRE AND DOMESTIC WATER SERVICE INTERRUPTION SHALL NOT PRESSURE PLANE EXCEED 2 HOURS AND SHALL BE COORDINATED WITH FORT WORTH VALVE TO REMAIN CLOSE FIRE DEPARTMENT AND BUSINESS OWNER. 8. SHUT DOWN WILL BE SCHEDULED BETWEEN THE HOURS OF STA 23+47.59 10 PM ON SATURDAYAND 4 AM SUNDAY. INSTALL: 1-12"X8"TEE 5 LF B" W (DIP) CONNECT TO EXISTING VALVE 8" W (EXISTING ABANDONED) BETWEEN CONNECTIONS I REMOVE EXIST TO CONNECT iFITTING lSTA 23+36.03 PT -END CURVE C z STA 23+35 1 12"x6"ANCHOR TEE 1 - 6" RSGV ANCHOR TO TEE 1 - STD FIRE HYDRANT, 8 LF 6" W (DIP) SET T BEHIND R.O.W. PER FIG 5 AND 6, GCDS LINE A CONNECTION AT 23+47.59 0' PLAN 8" W (DIP) (SSII) LfT�1iT FN Ft WATER PROJECT N0.109-14000569,1977 EXISTING 8" VAVLE EAST SIDE OF FM-731. SEE CONSTRUCTION SEQUENCE2AND4 O SEdL PYPE.TO 4YA€.L.ILt7l.E C1}TOUT Yt;Tlt N0�-5�RItiK ?JARa`A% EI3Uki. TG 1 PhRi AL.CRETE � 1 .FART GE6t�'€T, 5 PARTS SANQ, �, f E1E:Td i L5 OF' CQNSBfiiiCT 1 Ott S1+RLL Ci?Nf 0RM TO F I CURE t'}�, {3) CLASS 'F40,00» CONCRETE VITA ND. :6 STEEL I?ARS SPACED G" G/C ACH ItAY, STEEL_ B.AE C(TYCR Tu PEE r" MlNi 3" v%xv FRm 8OfTUM OF .1ia S A3 AND FROM TOP 4F FLOOR S'AH.. SECTION STANDARD BLOW -OFF DETAIL �2� NTS 2D, 29 7 WARNING TO CONTRACTOR CALL I-800-344-8377 (DIG TESS) OR OTHER UTILITY LOCATING SERVICES 48 HOURS PRIOR TO CONSTRUCTION ACTIVITY. ENGINEER IS NOT RESPONSIBLE FOR KNOWING ALL EXISTING UTILITIES OR DEPICTING EXACT LOCATIONS OF UTILITIES ON DRAWINGS - FT WORTH WATER DEPARTMENT FT WORTH TRANSPORTATION AND PUBLIC WORKS ATMOS ENERGY (FORMERLY TXU GAS) AT&T- OON SELLS SBC BURNETT GATHERING, CLAYTON HOAKE ( CHEVRON PIPELINE UNION PACIFIC RAILROAD FT WORTH & WESTERN RAILROAD COMPANY ( TXU ELECTRIC. JOHN GUI TERREZ ( 81 7) 871 -81 PRELIMINARY -FOR REVIEW ONLY These documents are far Design Review and not Intended for Construction or Bidding Purposes. They were prepared by, or under supervision of: Douglas K_ Biglen 88777 May 1, 2007 Type or Prinl Name PE " Dote DATE SOUTHSIDE tl WATER TRANSMISSION MAIN PART 5 CROWLEY RD !RISINGER RD INTERSECTION TO RISINGER RD /EAST SIOE LH- 35W INTERSECTION WATER PROJECT NO. P264-608140030389, DOE NO, 5630 PIPELINE DETAILS AND LINE A CONNECTION AT 23+47.56 ' CITY OF FORT WORTH. TEXAS � ENGINEERING DEPARTMENT CH2MHILL SUB. REC. REV. FILE DATE SHEET DESIGNED S SMITH JORAWN. B BERHORST, C SIMMONS K TROSPER, W KENAS 04/07 ��. CHECKED D BIGLEN TRACED- Texas Departme,;,t of Transportation ~ ~~-. .;,pec1,1ca 1ons for u ility Installations Fort Worth District (revised March 2007) 1 . ------ 1. ~nec·1fi ,,·,·at·,,.,..._.."'l ,_ f o,,.. IJ t"1l i h 1 ~'1 ""~·'1.· ..• ..,wi,··1!.·i '"·.\1 S '-' p · 3 -._, ~ •. } ~ :1 ~ ~ .... ~ ··. ,. -:. ) .i :J ~ ~ a ~ ~ ;. ~ \_,:1 :1 . -I Fort Worth District LI -------------------,------------___J TxDOT Directory For Utilities 34 ' TxDOT's Mission Statement 5 Safety 5 Protection of Hi hwa Facilit ie s c; 'V g y Us e of Expl osives 15 Prot e ct ion of Exi st in o Fa cilities _, 15 Deviation From A pprove d Pl 2:1 s 5 Sta k ing of Util ity Lines in Ad vance of Construction 5 Full-Time Supervision and Inspection · 5 Notification of Jo~ Start 5 TxDOT Locates 6 Stockpiles on TxDOT ROW 6 Coord ination of Work V\/ith H ighway Contractor or Stafe Forc e s 6 . V\. r 0'.f a~1r i t'o s 16 . ________ ..,_ ___________ ------ I i "'r''""ment \JV e ~·'her 16 · 11;,...,:·c1 1 • al I ~ Pits 7 - Bore and Tunneling Operations 7 M a rk ers 8 _Above-Ground Appurtenances 8 B ack-Fill of Util ity Trenche s 8 Site Clean-Up 8 Repair and Replacement of Rip-Rap and Earth Slopes 8 Special Precautions For Erosion Control 8,9 I SeedinQ Specifica t ions 9 A esthetics · 10 Required Prunin~1 Practices . 10 Pruning Suggestions 11 Sp1·d lira l io u, fu r l 'li lir~ l n.,u lla 1i n ,h 2 For! Wor lh Dis tdd TXDOT DIRECTORY FOR UTILITIES R.O. W. UTILITY OFFICE J. D. GREENHILL UTILITY AGREEMENT/ PERMIT COORDINATOR 817-370-65 88 BUZZ KYLER PAUL FIERRO JOSEPH BENNETT JIMMY VAUGHAN STACY CLACK CLARA ELLlOTT UTILITY COORDINATOR 8 17-37 0-682 7 UTILITY COORDINATOR 8 17 -370 -6 86 5 UTILITY COORDINATOR 817-370-6883 UTILITY OBSERVER 817-307-1617 UTILITY OBSERVER 817-313-3873 UTILITY PERMITS : S.TARRANT, JOHNSON 817-370 -6585 ERATH, HOOD, SOMERVELL BRENDA WATTS UTILITY PERMITS : N. TARRANT, PARKER, 817-370-6589 PALO PINTO, JACK, WISE, I (50) JOHNSON COUNTY AREA OFFICE RONALD ROBINSON AREA ENGINEER VACANT ASSISTANT AREA ENGINEER JERRY STOUT -UTILITY COORDINATOR I (51) WI SE & JACK COUNTY AREA OFFICES BILL NELSON AREA ENGINEER GREG CEDILLO ASSISTANT AREA ENGINEER JANET DAVIS UTILITY COORDINATOR (52) NORTH TARRANT COUNTY AREA OFFICE (N . OF IH30) RALPH BROWNE OSCAR CHAVEZ AREA ENGINEER ASST AREA ENGINEER (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF IH30) JOE FOSSETT AREA ENGINEER ALBERT DURANT ASSISTANT AREA ENGINEER 817-558-6293 817-558-6293 817-558-6293 940-627-5353 940-627-5353 940-627-5353 817-399-4302 817-399-4302 817-370-6638 817-370-6638 Sp1·,·itiratiu11, fo r l i 1ilil)' l n~l,illa 1in11, 3 Fo n Wor th l)istri d I \ ' i (56) ERATH, Ho ou o.SoM EkvEL L CO UN TY A1'd::.A OFFIC~s ~-~--·-, MARC Mc ENDREE AREA ENGINEER DAVID BULLARD ASST AREA ENG. /UTILITY COORD. (57) PARKER & PALO PINTO COUNTY AREA OFFICES JOHN CORDARY \'/\CANT AREA ENGINEER J\SS T A REA ENG. /UTILITY COORD . JOHNSON COU NTY MAINTENANCE W ALLA CE RE NNE LS MAINTE N,6.N CE SU PER V ISOR BRYAN ANDERSON UTl LI T Y OBS ERVER BILL FOWLER UT ILITY OBSE RV ER WISE & JACK COUNTY MAINTENANCE RICKY TOMPKINS MAINTENANCE SUPERVISOR KEITH PROCHNOW UTILITY OBSERVER (WISE) JANA ROBINSON UTILITY OBSERVER (JACK) NORTH TARRANT COUNTY MAINTENANCE GARY PHILLIPS MAINTENANCE SUPERVISOR NOTE : UT I LITY PERMIT OBSERVER FRO M /l,R E,~, OF!=I C E ST,\CY CLA CK SOUTH TARRANT COUNTY MAINTENANCE RALPH GARZA MAINTENANCE SUPERVISOR NOTE: UTILITY PERMIT OBSERVER FROM AREA OFFICE JIMMY VAUGHAN ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE JAMES PARKE R MAIN T ENA NC E SU PER VIS OR WENDELL BARRETT UTILITY OBSERVER GEORGE MITCHELL DESIGNER PA RKER & PALO PI NTO CO UN TY MAlN TENA NGE ALAN DONA LDSON MAINTENANCE SUPERVISOR WAYNE FRAIZER UTILITY OBSERVER (PARKER) BRIAN RIGGS . . UTILITY OBSERVER (PALO PINTO) 254-9,65-3511 254-965-3511 817 -5 9 6-9834 817-596-9834 8 17 -558 -6 294 8 : 7-.5 45.0 ·1 s, 817 -558 -6294 94 0-627-2545 · 940-567-6611 940-567-6611 817-283-2731 817-313-3873 817-235-3416 · 817-307-1617 . 254-897-2647 254-897-2647 254-897-2647 817-596-9298 817-596-9298 940-325-2414 IN CASE OF EMERGENCIES, CONTACT J.D. GREENHILL AT 817-370-6588; LIGHTS AND TRAFFIC CONTF<OL DEVICES SHALL ALWAYS BE USED, AND WILL BE IN STRICT ACCORDANCE WITH THE GUIDELINES OF THE TMUTCD. '.'>pn·ilir:1 1iu 11, for l 'tili ry l m l:1 ll a tii>1h 4 Fo n \Yo rth llis trirt TXDOT'S MJSSION STATEMENT The mission of the Te xas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While working on TXDOT right of way hard hats and fluorescent safety vest are required at all times. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilit ies from damage at all times . In addition, all work must be done in strict accordance with all applicable reg ulations of the occupational Safety and Healih Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES NQ explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities . REM EM BER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utili ty shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc . relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way ,ine and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations . NOTIFICATION OF JOB START 48 Hour notification is required for utility installations . Please have the following information ready when you call : • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME · and UTILITY MOBILE NO . • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE ~J l!'rili r:ttions for r,iliry 111~1:llblin ,h 5 Fon Worll1 l>i strid ·rxoo-1 nr:!\TFS I .... ~ ._ ._ _. 11. " ~ • '" 48 ;-i::,..1 , n.,:;jf,.::"'~:J n is re(j :.;;;-c:: ·>.-TXDOT locates . BE AW!•.R c i! TXi.>J T has a cm s:d ..: ~0 !2 investment 1n traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: A::R l.l'l.L CRO SS!NGS Signals and lighting: Phone# (817) 370-6671 Traffic Management: Phone# (817) 370 -6745 ·-~ ;-::::':, (3 t,~si nes s days) n otifi:::aticn is required for aerial crossings . Crossings en controlled access highways and/or high volume ro adways can o nly be pe ,iormed on Sunday, b etween tt1e hours of 3 a .rn. to 7 a .m. wi th police ass ista nce and tr c.'":. c .::;,n '.rc!. · Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a .m . and 4 p .m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days} notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unfores 1::en sit L12tion and after a utility permit has been approved, it will be necessary to c2li the TxDOT Utili ty Permit C:f:c& 2t £;';7/3 70-6597 . A traffic con trol p!an must be submitted and z._::pr ove c '..J ; -,xDCiT prior to lane closures .· Note : An Engineer's seal may be required for la ne closures on controlled acce ss highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling v,i:! be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement , or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COOR DlN ATION OF \NORK WITH HIGHWAY CONTRACTOR OR STATE FO RC ES All work re la ted to the installation of _utilities shall be conducted in such manne r as n o t to interfere in any way with highway construction or TxDOT _maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY T XDOT IF t h6 U tili ty shows that "o ff d ay" work is n ece ssary to avo id service interruptions to the public and the Uti lity agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress . INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction . - Spt'l"iti,·;11 i11 11, fo,· t ,rl l.i rv 111,1:illalinn, 6 Furr Worth l>i s tdd PITS All pits shall be excavated and closed within 48 hours . If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities cross ing under surfaced roads within the limits of hig hwa y right-of-way shall b& placed by auger bore or tunnel methocl, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be pla ced at depths below the roadway structure which are sufficient for superimposed li ve and dead lo ad s and also prevent collapse of supporting wil between hole and roadway. Boring and tu nneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall ~e bored and .cased simultaneously and bored material removed through casing . Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. · Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the ho le imm ediate ly af ter completion of boring. If allowed by TxDOT, wate r may be used in conjunction with boring . Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed a~ specified in the TMUTCD . Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontag8 roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb . Tunneling While hole _is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2 112 ) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement · shall be added if workability and/or stability cannot be obtained . An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doub t by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing . No holes shall be drilled in pavement or shoulders for grouting operations . Sp,·dtir,ttioth fo;· l'1il i1y l11 ~tall :1 tin11.'\ 7 Forr Worth Di strid The Utility s 11 aii place a r ea dily id e r:tifi ab ie a nd sui t20 :e ;T12 ,ker at each ri ght-of-way l in e for h :;;:-1 way crossing s. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE-GROUND APPURTENANCES Above-ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, whic h have been opened for the removal, adjustment, or ins tallation of utility lines within the limits of hig hw2.y r ight-of-way. Except when permission is granted , compacted b :c:::k fi ll wi'I be used for utili:y ins ta!!ation s . 82.c:.zfil l sh2ll rnnsist of compacted materi al obtained from suitable so il EJC2'.'::ted k,m th e tren ch, or from sources outs ide the highway right-of-way. Materia l sh311 be fr ee o f rock , lumps, or ciods iha t 1,,1ill not break down und er co mpaction . Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted . Water shall be added as required to facilitate compaction . · Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are us ed , mec.hanical tamps shall be used along the sides of trench to compact any backfill that cannot be ·c:achsd vith rollers . Compacting shall b e continued until a b ackfill d ens it · ;s e::rJ31 to that of th e adjacent, u ndisturbed rna teriaL VVhe:e t:-e ~c~f .s ::c:: \'/t~;:! f-· .. ~. :· ,-:~'.ts of c\21~ ;.-. -~· ·~ · .. rock, Txoo1· may requ lre 1' o ~ c o::c re;~e backtiii , s ~r~c:, u~f f1 ~6h v,·'.~h ~;~;:; ~~~ (.1 h .. c;·,. SITE CLEAN UP . The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to th e util ity cons tru ct io n site shall be kept free from debris, construction materials, and mud . At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible with in the safety rules . If mudd ing of the roadway occurs at any tim e , the road wa y shall be cle ane d immediately. When the utility installation is complete, the right-of~way shall be reshape d to its original condition and the area reseeded or re-sodded to reduce erosion . Should settlement or erosion oc cur within one ( 1) ye ar of the util :ty in stall atio n, TxDOT may specify prompt re p!ccement at the ut!!i~y 's e;<ps .--.32 f ~r tri;iging the con st:"t..:c tion site tJ a ~c.tis f2 :~o ;-y c o:1d itio n. TxDOT will restore site'3 that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operat ion s sh a!i be replaced and su rface of n ew riprap fini shed to match that of existing riprap. Concrete riprap shall conta in not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses . In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets . Sp1·dtirntitlll\ for l '1ili1y ln~lall :tli nn, 8 For1 Worlh Di s trid During· constructi on the roadb e d and ditches shall be maintained in such cond iti on to insure proper drainage at all times . Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soii erosion, it is advised and encouraged that the Utility Contractor use all applicabie means (i.e. silt fen ces, hay bails , rock filter dam s, etc.) to detour soil from eroding into roadway, d itches , and adjacent property. SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE In pounds, Pure Live Se-ed (PLS .) Mixture for Clay or Tight Soils Mixture for Sand y Soils Dates Eastern Section I Western Section All Sections Feb 1 Green Sprangletop 0 .6 Gr een Sprangletop 0 .6 _ Green Sprangl_eto n 0 .7 To 8ideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (Haskell) 2 .2 May 1 Bermudag :ass 0 .8 Little Bluestem 1.1 Bermudagrass 0 .9 Little Bluestem 1.1 lndiangrass (Lometa or Cheyenne) 1.5 Little Bluestem 1.4 K-R Bluest em 0 .7 K-R Bluestem 0 .7 Sand Dro pseed 0 .2 Switchgrass 1.2 Switchgrass (Alamo or Blackwe ll) 1.2 .. Total 6 .2 Total 6 .9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Sect ion All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 To Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.;3 May 1 K-R Bluestem 1.0 Buffalograss 10 .7 Buffalograss 1.5 Buffalograss 8 .0 Total 11.1 Total 13 .1 Total 3 .9 TEMPORARYCOOL-SEASON SEEDING RATE In pounds; Pure Live Seed (PLS} Dates All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat (Red, Winter) 30.0 Total 39.0 TEMPORARY COOL-SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS} Dates All Sections Aug 15 Crimson Clover 7.0 to Nov 30 Total 7.0 TEMPORARY WARM-SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) _ Dates All Sections May 1 Foxtail Millet ~ 30 .0 to Nov 30 Total 30.0 .. -· Note : Names in parenthesis () rep"resent "improved" vanet1es of the species shown . Spcritir;ttions for t:riliry tn srallarinn :; 9 Forr \Yorth Distrid AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the e xtent anci methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of ihe underground or overhead utility in order to protect and preserve · trees and other aesthetic features . REQUIRED PRUNING PRACTICES PRIOR TO CUTTING " • • • • Locate uti li ty iines with the least possible interference with trees . Amount of clearance should be de'.ermined by the rate of tr ee growth. Remo·,e minimum num ber of branches to provide adequate cli:.::::~2.., ::::: . Maintain 2dequate dearar,ce for lines, NOT EXCESSIVE CLEARANCE . ALL prun ing shall conform to recogn:zed tree surgery practice . Preserve na tura: character of tre e . WHERE TO CUT . In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one remc,ved . LIMB REMOVAL 1. In remov ing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed . 2. Undercut 1/3 of the way th rough the l imb, 8 to 12 inches from the main·stem . 3. F.=::nove limb 4 tc 6 i nches out from the first cut. 4. Remove stub with an 5ven cc: S'.) t",.::'. 2 t,2cc:: (called a "col!2r'') still protrudes (about Yi inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11 . DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community; county, and state. Dbease branches ( especially those infected with oak wilt) must be properly disposed · of to prevent the further spre ad of the disease. '-p,·,·itir:itiou, for I rilir, l11 .,1alta1i111" 10 Forl \\'orth 1.>istrid ~ TR•E MODlf1CATJO t,;S DESl'lAe L r. -S Y MIAETRY. FflESE!lVING OE S I R A S LE C:ES 1A A8LE OE S1 R ABLE DESIRABLE . · t i ·1i1Y ln~l:i ll al inu , S ·1-1•··1ti 1J 11 , lot . II • prn ,, SUGGESTIONS .. .,..,, , .. Such Ire • .lone mo1 o tcnon,:c c_o51S UNOESIR ABLE lJN0[S1Rt.rllf. 11 UNDES.l RASLE DESIRABLE ''>' Re mo ve limb ,.:f;:? \~ir.'"·E' frcm ,;l (~~ /JD Un.'.le ,cul 1/3 "oi through limb 8 -12· from mo i n ~,em . .. (*) PROPER LIM 9 REMOVAL (2'di a. or mo "t ) Forr Worth Dis li-il'I UNION PACIFIC RAILROAD May 01, 2007 Folde1· No. 02439-19 T~ the Contracto1·: • tUIW Befme the Raih'oad Company can permit you to perfotm work on its right-of-way for the installation of a pipeline for CITY OF FORT WORTI:I, TEXAS, it will be necessary to complete and return the enclosed Contractor's Right of Entty Agreement 1 . First, we must have an executed license Agreement in place before we can process a Contractor's Right of Enny Agreement, associated with this project. 2 · Fully complete and sign duplicate copies of this Agreement.. This should include the legal company name, address and corporate status . Complete the signature block inf01mation, including contact infotmation. 3.. Check, with Folde1· No .. 02439-19 wl'itten on the front, made payable to the Union Pacifiq Railroad Company in the amount of FIVE HUNDRED DOLLARS ($500.00). 4 You must include a copy of your General Liability Ce11ificate of Insurnnce, identifying Folder No . 02439-19, with coverage levels and endorsements as required in Exhibit C of this Agreement. 5 " In addition, you are required to procure and provide prnof of a Railroad Protective Liability Insurance (RPLI) policy for the duration of the installation petiod, as requil'ed in Exhibit C of this Agreement. *If you would like to be included in the Union Pacific's RPLI prngram, through Maish USA, simply follow the instructions on the enclosed form or go to www.up!I'.com/reus/group/ninsure . After approval of the Contractor's Right of Entry Agreement with all requil'ed documents, your fully- executed Agreement wi11 be returned to the Licensee, and that party should prnvide you with a copy of this Agreement and instructions to proceed.. In no event should you begin work until yo~ have received a copy of the signed Con1:ractor ·'s Right of Entry Agreement and have this available on the project site .. If you have any questions, please contact me at ( 402) 544-8546 . Sincerely, /~/er~ Tom.Judkins Senior Manager -Contracts PL X&E ROE 940201 Fonn Approved, A VP-law 08/25/2006 Folder No 02439-19 CONTRACTOR'S RIGHT OF ENTRY AGREEMENT THIS AGREEMENT is made and entered into as of the day of 20 _, by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, ("Railroad") and --------------------------------' corporation ("Contractor''), addressed at ___________________________ . RECITALS: a to be The Contractor has been hired by CITY OF FORT WORTH, TEXAS to pexfo1m work relating to one encased 48" pipeline crossing for conveying potable water (the "work"), with all or a pmtion of such work to be perfmmed on prope1ty of Railroad in the vicinity of Railroad's Mile Post 241.73, Ft Worth Subdivision, located at or near Fmt )Vmth, Tauant County, State of Texas, which wmk is the subject o f a contract dated May 01, 2007 between Railroad and CITY OF FORT WORTII, TEXAS, as such location is also shown on the print dated April 26, 2007, ma1ked Exhibit A attached hereto and hereby made a pait hereof Railroad is willing to pemrit Contractor to perfmm the wmk described above at the location describe above subject to the terms and conditions contained in this Agreement.. AGREEMENT: NOW, THEREFORE, it is mutually agreed by and between the Railroad and Contractor, as follows: Article I. DEFINITION OF CONTRACTOR. For putposes of this Agreement, all references in this Agreement to the Contractor sha11 include Contractm's contractors, subcontractors, officers, agents and employees, and others acting under its or their authmity . Article II. RIGHT GRANTED; PURPOSE. Railroad hereby grants to Contractor the right, dming the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained, to enter upon and have ingress to and egress from the property described in the Recitals for the pmpose of pe1 forming any work described in the Recitals above . The right herein granted to Contractor is limited to those pmtions of Railroad's property specifically described herein, or as designated by the Railroad Representative named in Article N AI1icle Ill. TERMS AND CONDITIONS CONTAINED IN EXHIBITS B, C AND D . The te1ms and conditions contained in Exhibit B, C and D, attached hereto, are hereby made a pa1t ofthis Agreement. Article IV. ALL EXPENSES TO BE BORNE BY CONTRACTOR; RAILROAD REPRESENTATIVE. A. Contractor shall bear any and all costs and expenses associated with any work pe1f01med by Contractor, or any costs or expenses incmred by Raihoad relating to this Agreement B.. Contractm shall coordinate all of its work with the following Railroad representative or his or her duly authorjzed representative (the "Raih'oad Representative"): FOREST HENDRICKS JR MIM UNION PACIFIC RAII..ROAD COMPANY 3700 KATY LANE WACO TX 76705 PHONE: 254-867-7252 CELI: 254-424-5134 FAX: 254-867-7215 C . Contractor, at its own expense, shall adequately police and supervise all work to be petfotmed by Contractor and shall ensure that such work is perfotmed in a safe manner as set forth in Section ·7 of Exhibit B The responsibility of Contractor for safe conduct and adequate policing and supervision of Contractor's work shall not be lessened or otherwise affected by Railroad's approval of plans and specifications involving the work, or by Railroad's collaboration in pe1fo1mance of any work, or by the presence at the work site of a Raib'oad Representative, or by compliance by Contractor with any requests or recommendations made by Railroad Representative . Aiticle V. TERM; TERMINATION. A. The grant of right herein made to Contractor shall commence on the date of this Agreement, and continue until unless sooner terminated as herein provided, or at such time as Contractor has completed its work on Railroad's property, whichever is earlier Contractor agrees to notify the Railroad Representative in writing when it has completed its wmk on Railroad's property . B. This Agreement may be terminated by either party on ten (10) days written notice to the other party. Article VI. CERTIFICATE OF INSURANCE. A. Before commencing any work, Contractor will provide Railroad with the insmance binders, policies, certificates and/or endorsements set forth in Exhibit C ofthls Agreement sent to: B. All insmance couespondence, binders, policies, ce1tificates and/or endorsements shall be Folder No. 02439-19 Union Pacific Raih·oad Company 1400 Douglas Street STOP 1690 Omaha, Nebraska 68179-1690 Article Vil. DISMISSAL OF CONTRACTOR's EMPLOYEE. At the request of Railroad, Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to the instructions of the Railroad Representative in connection with the work on Railroad's property, and any right of Contractor shall be suspended until such 1emoval has occurred . Contractor shall indenmify Railroad against any claims arising from the removal of any such employee from Railroad's propetty. Aiticle VIll. ADMINISTRATIVE FEE. Upon the execution and delivery of this Agreement, Contractor shall pay to Railroad Five Hundred Dollars ($500 .00) as reimbursement for c1erical, administrative and handling expenses in connection with the processing of this Agreement . AI1icle IX. CROSSINGS. No additional vehicular crossings (including tempora1y haul roads) or pedestrian crossings over Railroad's trackage shall be installed 01 used by Contractor without the prior written permission of Railroad .· Article X. EXPLOSIVES. Explosives or othet· highly flammable substances shall not be stored on Raihoad's property without the prior written approval of Railroad .. JN WITNESS WHEREOF, the parties have caused this Agreement to be executed in duplicate as of the date first herein written . UNION PACIFIC RAILROAD COMP ANY By: ___________ _ Senior Manager -Contracts (Contractor Name) By _____________ _ Title: --------------Te 1 ep hone: ___________ _ Fax: --------------- , REV. 5-15-· 98 . . . . . www.uprt.com DlRE:CTI _ON RELATIV:!;: TO CROS?lNG I I I / / ./ _/ SCALE ENCASED NON°FLAMMABLE PUPELINE CROSSING NOTE! AL L AVAILABLE DiMENSIONS MUST BE FIL LE D IN TD PROC ES S nn s APPL.I CA Tl ON .. ® ----__ 1,1,-_ -F-T-~-------------=-~-F:.95 FT .-----... -···1,;ol (SE!)~ 3 8 · 5) (-SEE ·NOl'[ 3 ·.a. S) -i ~FT. 2." __ _,,,...,,.,__ 1S" r·r ___ j 62 .5 ft . . . : I 125 FT 125 FT I . ' Sycamore School Rd i C ~:SC/!!$.£:' nx£o oa·J_e:c.rl -~ · · · · ,(·:SEE:' .til>Tt" .SJ t.----· 62 .5 ft [. 1. FT,. 5 +~Th~tlt8H:~~L MHW.,IIN. D'!AMETEij .. ·OF nu c~s-s CA5 lNG ¥1 Pr ~-25:00~ 114· ,z-oa ·_L£~s, ~ n2s:-s-nr ·ov.i;;R · ,.z .. ·l ·S~ .37 50" .'31.e •· OVER 18~"'22' • 4375~ ·71iG" OVER 22•-:21t .. Sd'oo• v2~ Oli£R 28"-'J.ii• .. 5625• 911~" OVEII :{,lf'-42 " .-6250 " 518'' PV~l_l a12•·-->lli' OV.ER · :48~ WS T · BE- AP~ijO_V"ED SY R, R> CO, tlOT·E: THIS CHAR T'. rs. ONLY FOR SMQQJI-I : $TEEL £/lS.I NG PJ Pl!S·. WITH MINIMl:11,rYJ~t o STRENGT W.OF JS; 9Q0'/':SJ, FORMULA . TO F !CURE ¢AS,iNC LENGTH W.t TH ANGLE Of" CROSS-ING OTHER .THAN _,"90• ,WJ(S : .-(C•-~lioC : LEl'IGfM Jhi£NM£ASU~t1l . ALONG P.IP£l-iti£..) ;f iti~!!():~¢~,:·:~~=\:u~;r¢~0J.tR~JWr\~~f\~9tn't~~!R T~;\:~ • 2~ fl •• ~ JD, Ff.·, B -LA SIN ~,.QtY()li!I Lo.IP' Ql'.R•iL~_~itRJ!>tif..:l)J'.W~T ,~-~CESSifl't· TO t>MYIO[.~R(JP.~R Lt:kGTH oim,l~F;-or. ~-~'~· 3t:f:!f~:i~ o.i' so· ;,11_oi.c JtiEc ~Pt -~ ~•:i ~!io~ ~i~. t .i>I:" ~ .Cl.i\!vERr, oo .rilofi! ~ }ii1 ~c!:!1~~(1£:~ . .. . . . .. :H -S~~ .llt~RtSf;HT·A_tlVE l,IUST 6!, -~RE~T. ~JIIG INSl~LAl:1011 ff'"RA:ltROiO. SICIIALfo ~£.. 01 JHEi rtC{li°l'f'r :or C!IO!>SJl'IC. S). ALLOl;-lll.£',}°IXW '*.iEC"iS. ilitl~Ef -~~,;~ti.s OF. ;SRIOCES; 'L OF /!041> CllliSSIMGS' Q~OUIU.0 h~is i''qfiit RoiP ~,. Oil C\il:V€RTS. &i · cifoiG .llfO .. ~l~_-P.IPE ...m··.Bf Pi-'C:ro A ·u111.t1,a~· 1Ji,.t FCH &lOW THE: .EX .ISTIHB r1em :.liPfic ·Ci:8lE . lNY-DO.V"1'10N REOOtiifo -ittTHIN 5, r.ht OF THE EX.l·l">T-1 . : i"!eEJt.:oe.uc. C~BtE :uust ·ec KAND . OU&. . . . . !A I.ti, D-1:ST. (_II0 1'E ?.) L)N ION PACJ F IC RAIL.ROAD CO. ~ , .r ,rr ,?,l,,!J/8 77;1 I .Wi\OIVl51oi•i- .. E. s. ;1,t.+ '«1 t t Sr .. ,ro Form Approved , A VP-1 aw 07/25/06 EXHIBITB CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Section 1 .. NOTICE OF COMMENCEMENT OF WORK-FLAGGING.. A Contractor agrees to notify the Railroad Representative at least ten (10) working days in advance of Contractor commencing its work and at least ten (10) working days in advance of proposed performance of any work by Contractor in which any person or equipment will be within twenty-five (25) feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to, a crane boom) will reach to within twenty-five (25) feet of any track. No wo1k of any kind shall be performed, and no person, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shall be located, operated, placed, or stored within twenty-five (25) feet of any of Railroad's track(s) at any time, for any reason, unless and until a Raihoad flagman is provided to watch for trnins .. Upon receipt of such ten (10)-day notice, the Railroad Representative will determine and info1m Contractor whether · a flagman need be present and whether Contractor needs to implement any special protective or safety measures . If flagging or other special prntective or safety measures are perfo1med by Railroad, Raih'Oad will bill Contractor for such expenses incurred by Raihoad, unless Raihoad and a federal, state or local governmental entity have agreed that Raih'oad is to bill such expenses to the federal, state or local governmental entity.. If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thhty (30) days of Contractor's receipt of billing . If Railroad .... performs any flagging, or other special protective or safety measures are performed by Railroad, Contractor agrees that Contractor is not relieved of any of its responsibilities or liabilities set forth in this Agreement .. ~~ B.. The rate of pay per hour fo1 each flagman will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and ovettime in accordance with Labor Agreements and Schedules in effect at the time the work is performed . In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees liability and Property Damage and Administration will be included, computed on actual payroll " The composite chai ·ge wi11 be the prevailing composite charge in effect at the time the work is pe1formed. One and one-half times the cuuent hourly rnte is paid for ovettime, Saturdays and Sundays, and two and one-half times cuuent hourly rate for holidays .. Wage rates are subject to change, at any time, by law or by agreement between Raihoad and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change . If the wage rate or additional charges are changed, Contrnctor ( or the governmental entity, as applicable) shall pay on the basis of the new rates and charges .. C . Reimbursement to Raih'oad will be required cove1ing the full eight-hour day du ring . which any flagman is furnished, unless the flagman can be assigned to other Railroad wotk during a pottion of such day, in which event reimbursement will not be required for the portion of the day dwing which the flagman is engaged in other · Railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's ass i gnment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Raih'oad by assignment of such flagman to other work , even though Contractor may not be working dming such time . When it becomes necessa1y fO!' Raih'Oad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Contractor must provide Raihoad a minimum of five (5) days notice p1ior to the cessation of the need for a flagman . If five (5) days notice of cessation is not given, Contractor wil1 still be required to pay flagging charges for the five (5) day notice peiiod required by union agreement to be given to the employee, even though flagging is not required for that pe1iod.. An additional ten (10) days notice must then be given to Railroad if flagging se1vices are needed again after such five day cessation notice has been given to Railroad . Section 2. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED A. The foregoing grant of tight is subject and subordinate to the p1ior and continuing 1ight and obligation of the Raihoad to use and maintain its entiI'e property including the 1ight and power of Railroad to construct, maintain, repair, renew, use, operate, change, modify or relocate iaih·oad tracks, roadways, signal, communication, fiber optics, · 01 other wirelines, pipelines and other facilities upon, along or across any or all pa1ts of its property, all or any of which may be freely done at any time or times by Railroad without liability to Contractor or to any other pa1ty for compensation or damages . B . The foregoing grant is also subject to alJ outstanding supe1ior 1ights (including those in favor of licensees and lessees of Raihoad's prope1ty, and others) and the 1ight of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. Section 3 . NO INTERFERENCE WITH OPERATIONS OF RAILROAD AND ITS TENANTS. A. Contractor shall conduct its operations so as not to inte1fere with the continuous and unintermpted use and operation of the railroad tracks and property . of Railroad, including without limitation, the operntions of Raihoad's lessees, licensees or otheis, unless specifically autho1ized in advance by the Raihoad Representative . Nothing shall be done or pe1mitted to be done by Contractor at any time that would in any manner impair the safety of such operntions . When not in use, Contractor's machine1y and materials shalJ be kept at least fifty (50) feet from the centerline of Railroad's nearest track, and there shall be no vehicular crossings of Railroads tracks except at existing open public crossings . B . Operations of Railroad and work performed by Railroad personnel and delays in the work to be performed by Contractor caused by such rnilroad operations and work are expected by Contractor, and Contractor agrees that Railroad shall have no liability to Contractor, or any other person or entity for any such delays . The Contractor shall coordinate its activities with those of Railroad and third parties so as to avoid interference with raihoad operations. The safe operation of Railroad train movements and other activities by Railroad takes precedence ove1 any work to be performed by Contractor.. Section 4. LIENS .. Contractor shall pay in full all persons who pe1form labor or provide materials for the wo1k to be performed by Contractor . Contract01 shall not create, permit or suffer any mechanic's 01· mate1ialmen's liens of any kind or nature to be created or enforced against any prope1ty of Raihoad for any such work pe1fonned.. Contractor shall indemnify and hold hannless Railroad from and against any and all liens, claims, demands, costs or expenses of whatsoever nature in any way connected with or growing out of such work done, labor performed, or mate1ials furnished .. If Contractor fails to promptly cause any lien to be released of record, Railroad may, at its election, discharge the lien or claim of lien at Contractor's expense .. Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A . Fiber optic cable systems may be buried on Railroad's property . Protection of the fibet optic cable systems is of exb ·eme importance since any break could dismpt se1vice to users resulting in business intenuption and loss of revenue and profits. Conbactor shall telephone Railroad during no1mal business hoUis (7:00 a.m . to 9:00 p . .m. Central Time, Monday through Friday, except holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad's property to be used by Contractor. If it is, Contrnctor will telephone the teleconummications company(ies) involved, make anangements for a cable locator and, if applicable, for 1docation or other· protection of the fiber optic cable . Contractor shall not commence any work until all such protection or relocation (if applicable) has been accomplished .. B.. In addition to other indemnity provisions in this Agreement, Contractor shal1 indemnify, defend and hold Railroad ha1mless from and against all costs, liability and expense whatsoever (including, without limitation, attorneys' fees, court costs and expenses) arising out of any act or omission of Contractor, its agents and/or employees, that causes or contiibutes to (1) any damage to or destmction of any telecommunications system on Railroad's property, and/or (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on Railroad's property . Contiactor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of se1vice or othet consequential damage to a telecommunication company using Railroad's property or a customer or user of services of the fiber optic cable on Railroad's prope1ty .. Section 6. PERMITS-COMPLIANCE WITH LAWS. In the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessmy pe1mits and shall comply with all applicable fedeial, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations Section 7. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work pet formed by Conhacto1 . Contractor shall be responsible for initiating, maintainin g and supervising all safety, operations and programs in connection with the work Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit D, hereto attached, to ensure uniformity with the safety standar ·ds followed by Railroad's own forces . As a pa1t of Contractor's safety responsibilities, Contractor shall notify Raih'Oad if Contractor determines that any of Railroad's safety standards are contr ·ary to good safety practices. Contractor shall furnish copies of Exhibit D to each of its employees before they enter the job site . B . Without limitation of the provisions of paragraph A above, Contractor shall keep the job site free from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the j~b - C . Contractor shall have propei' fost aid supplies available on the job site so that prompt fast aid services may be provided to any person injured on the job site . Contractor shall promptly notify Railroad of any U .S Occupational Safety and Health Administration reportable injuries. Contractor shall have a nondelegable duty to contiol its employees while they are on the job site or any other propeity of Railroad, and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage, dtug or other substance that may inhibit the safe performance of any work. D If and when requested by Raikoad, Contractor shall deliver to Raihoad a copy of Contractor's safety plan for conducting the wo1k (the "Safety Plan"). Raihoad shall have the tight, but not the obligation, to require Contractor to conect any deficiencies in the Safety Plan. The te1ms of this Agreement shall control ifthere are any inconsistencies between this Agreement and the Safety Plan. Section 8. INDEMNITY .. A. Io the extent not prohibited by applicable statute, Contractor shall indemnify, defend and hold hannless Raihoad,. )ts affiliates, and its and their officers, agents and employees (''Indemnified Parties") from and against any and all loss, damage, injmy, liability, claim, demand, cost or expense (including, without limitation, attorney's, consultant's and expert's fees, and court costs), fine or penalty (collectively, "Loss") incmred by any person (including, without limitation, any Indemnified Patty, Contractor, 01 any employee of Contractor or of any Indemnified Party) a1ising out of or in any manner connected with (i) any work perfo1med by Contractor, or (ii) any act or omission of Contractor, its officers, agents or employees, or (iii) any breach of this agxeement by Contrnctor B . The 1ight to indemnity under this Section 8 shall accrue upon occmrence of the event giving 1ise to the Loss, and shall apply regru!iless of any negligence or strict liability of any Indemnified Patty, except where the Loss is caused by the sole active negligence of an Indemnified Patty as established by the final judgment of a cowt of competent jurisdiction .. The sole active negligence of any Indemnified Party shall not bar the recovery of any other Indemnified Patty . C . Contrnctor expressly and specifically assumes potential liability under this Section 8 for claims or actions brought by Contiactor's own employees.. Contractor waives any immunity it may have under worker's compensation or industtial insmance acts to indemnify Railroad under this Section 8 . Contractor aclmowledges that this waiver was mutually negotiated by the parties hereto . D No cou1t or jmy findings in any employee's suit ptll'suant to any worker's compensation act or the Federal Employers' Liability Act against a patty to this Agxeement may be relied upon 01 used by Contractor in any attempt to asse1t liability against Railroad .. E The provisions of this Section 8 shall swvive the completion of any work peifmmed by Contractor or the te1mination or expiration of this Agx ·eement. In no event shall this Section 8 or any other provision of this Agreement be deemed to limit any liability Contractor may have to any Indemnified Patty by statute or under common law .. Section 9 .. RESTORATION OF PROPERTY. In the event Railroad authorizes Contractor to take down any fence of Railroad 01 in any manner move or disturb any of the other propexty of Railroad in connection with the work to be performed by Contractor, then in that event Contractor shall, as soon as possible and at Contractor1s sole expense, restore such fence and other prope1ty to the same condition as the same were in before such fence was taken down or such other property was moved 01 disturbed . Contractor shall remove all of Contractor's tools, equipment, rnbbish and other matexials from Railroad's propetty promptly upon completion of the work, restming Raihoad's propeity to the same state and condition as when Contractor entered thereon . Section 10 .. WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition, covenant or agreement herein contained to be kept, observed and perf 01med by Contractor shall in no way impair the right of Raihoad to avail itself of any remedy for any subsequent breach or default. Section 11.. MODIFICATION -ENTIRE AGREEMENT. No modification of this Agreement shall be effective unless made in wiiting and signed by Contracto1 and Railroad Ibis Agreement and the exhibits attached hereto and made a pa1t hereof constitute the entire understanding between Conttactor and Railroad and cancel and supersede any prior negotiations, understandings or agreements, whether wiitten or oral, with respect to the work to be perf 01med by Contractor Section 12. ASSIGNMENT -SUBCONTRACTING. Contractor shall not assign 01 subcontract this Agreement, or any interest therein, without the Wiitten consent of the Railroad . Contractor shall be responsible for the acts and omissions of all subcontrnctors, and shall require all subcontract01s to maintain the insurance coverage required to be maintained by Contractor as provided in this Agreement, and to indemnify Contractor and Raihuad to the same extent as Raihoad is indemnified by Contractor under this Agieement. Form Approved, AVP-Law 08/24/06 EXHIBITC CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Union Pacific Raihoad Company Insurance Prnvisions For Contnctor·'s Right of Entry Agnement Contractor shall, at its sole cost and expense, procure and maintain dming the course of the Pioject and until all PI ·oject work on Railroad's property has been completed and .the Contractor has removed all equipment and materials from the Railroad's prope1ty and has cleaned and restored Raih'oad's propeity to Railroad's satisfaction, the following insmance coveiage: A. Commercial General Liability insmance . Commercial general liability (CGL) with a limit of not less than $2~000,000 each occuuence and an aggregate limit of not less than $4,000,000 . CGL insurance must be written on ISO occunence form CG 00 01 12 04 (or a substitute fmm providing equivalent coverage) .. The policy must also contain the following endorsement, which must be stated on the ce1tificate of insurance: • Contractual Liability Railroads ISO fotm CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Raih·oad Company Property" as the Designated Job Site . . B. Business Automobile Coverage insmance . Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined smgle limit of not less $2,000,00 for each accident. The policy must contain the following endorsements, which must be stated on the certificate of insurance: • Coverage For Certain Operations In Connection With Raikoads ISO fo1m CA 20 70 10 01 (or substitute form providing equivalent coverage) showing ''Union Pacific Prope1ty'' as the Designated Job Site . • Motor Cauier Act Endorsement -Hazardous mate1ials clean up (MCS-90) if required by law . C. Wor·kers Compensation and Employers Liability insurance . Covernge must include but not be limited to: • Contractor's statutmy liability under the workers' compensation laws of the state( s) affected by this Agreement. • Employers, Liability (Patt B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee . If Contractor is self-insured, evidence of state approval and excel w01kers compensation coverage must be provided . Coverage must include liability a1ising out of the US. Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. The policy must contain the following endorsement, which must be stated on the certificate of insurance: • Alternate Employer endorsement ISO fo1m WC 00 03 01 A ( or a substitute fo1m providing equivalent coverage) showing Railroad in the schedule as the alternate employer (or a substitute f 01m providing equivalent coverage}. D. Railrnad Protective Liability insurance .. Contractor must maintain Railroad Protective liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute fmm providing equivalent coverage) on behalf of Raihoad as named insmed, with a limit of not less than $2,000,000 pet occurrence and an aggregate of $6,000,000 . A binder stating the policy is in place must be submitted to Railroad before the wc>Ik may be commenced and until the original pol icy is fotwarded to Railroad . E. Umbrella or Excess insurance .. If Contractor utilizes umbrella or excess policies, these policies must "follow form" and afford no less coverage than the primaty policy . F. Pollution Liability insurance . Pollution liability coverage must be written on ISO fmm Pollution liability Coverage F01m Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of $10,000,000 . If the scope of work as defined in this Agreement includes the disposal of any hazardous or non- hazardous materials from the job site, Contractor must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising fotm the insured facility accepting the mate1ials, with coverage in minimum amounts of $1,000,000 per loss, and an annual aggregate of$2,000,000 . Other Requirements G.. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional Insmed" using ISO Additional Insured Endmsements CG 20 26, and CA 20 48 (or substitute fmms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent prnvided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Raihoad's negligence whether sole or partial, active or passive, and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement . H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insmance ), unless the law governing this Agreement prohibits all punitive damages that might arise under this Agreement. I. Contractor waives all rights of recove1y, and its insurers also waive all 1ights of subrogation of damages against Railroad and its agents, office1s, directors and employees .. 1his waiver must be stated on the certificate of insurnnce .. J. Prior to commencing the work, Contractor shall furnish Railroad with a certificate(s) of insurance, executed by a duly authorized representative of each insur ·er, showing compliance with the insmance requirements in this Agreement K.. AH insmance policies must be Wiitten by a reputable insurance company acceptable to Railroad or with a cwrent Best's Insurance Guide Rating of A-and Class VII or better, and authmized to do business in the state(s) in which the work is to be performed. L. The fact that insmance is obtained by Contractor or by Railroad on behalf of Contractor will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insmance coverage . Form Approved, A VP-Law 07/25/06 EXHIBITD TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT MINIMUM SAFETY REQUIREMENTS The term "employees" as used herein refer to all employees of Contractor as well as all employees of any subcontractor or agent of Contractor . I. Clothing A All employees of Contractor will be suitably dressed to pe1fo1m their duties safely and in a manner that will not interfere with their vision, bearing, or free use of their hands or feet Specifically, Contractor's employees must wear: (i) Waist-length shi1ts with sleeves . (ii) Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees w01king on b1idges are required to wear safety-toed footwear that confotms to the American National Standards fustitute (ANSI) and FRA footwear requirements .. B. Employees shall not wear boots ( other than work boots), sandals, canvas-type shoes, 01 other shoes that have thin soles or heels that are higher than normal . C Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while operating 01 · working on machinery. Il. Penonal Prntective Equipment Contractor shall require its employees to wear personal prntective equipment as specified by Railroad rules, regulations, or recommended or requested by the Railroad Representative. (i) Hard hat that meets the Ameiican National Standard (ANSI) Z89 .l -latest revision . Hard hats should be affixed with Contractor's company logo or name . (ii) Eye protection that meets Ame1ican National Standard (ANSI) for occupational and educational eye and face protection, Z87 .1 -latest revision . Additional eye protection must be provided to meet specific job situations such as welding, grinding, etc .. (i ii) Heating protection, which affords enough attenuation to give prntection from noise levels that will be occuning on the job site . Hearing protection, in the fotm of plugs or muffs, must be worn when employees are within: • 100 feet of a locomotive or roadway/work equipment • 15 feet of power operated tools • 150 feet of jet blowers or pile drive1s • 150 feet ofreta:rders in use (when within 10 feet, employees must wear dual ear protection -plugs and muffs) (iv) Othe1 · types of personal protective equipment, such as respirators, fall protection equipment, and face shields, must be worn as recommended or requested by the Raih'oad Representative . Ill. On Track Safety Contractor is responsible for compliance with the Federal Raihoad Administiation's Roadway Wo1ker Protection regulations -49CFR214, Subpa1t C and Railroad's On-I'Iack Safety rnles . Under 49CFR214, Subpart C, xaihoad contracto1s are responsible for the training of their employees on such regulations . In addition to the instiuctions contained in Roadway Worker Protection regulations, all employees must: (i) (ii) (iii) Maintain a distance of twenty-five (25) feet to any tiack unless the Railroad Representative is present to authmize movements. Wear an orange, reflectorized workwear approved by the Raih'oad Representative Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed Contrnctor must take special note of limits of tJ:ack authmity, which tracks may or may not be fouled, and clea1ing the tJ:ack Contractor will also receive special inst:mctions relating to the w01k zone around machines and minimum distances between machines while working or traveling . IV. Equipment A It is the responsibility of Contractor to ensure that all equipment is in a safe condition to operate . If, in the opinion of the Railroad Representative, any of Contractor's equipment is unsafe for use, Contractor shall remove such equipment from Railroad's property. In addition, Contractor must ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment.. In addition, operators must be: • Familiar and comply with Railroad's rules on lockout/tagout of equipment. • Trained in and comply with the applicable operating rules if opeiating any by-rail equipment on-track • Trnined in and comply with the applicable air brake rnles if opernting any equipment that moves rail cars or any other railbound equipment B All self-prope1led equipment must be equipped with a fast-aid kit, fire extinguisher, and audible back-up warning device . C . Unless otherwise auth01ized by the Raih'oad Representative, all equipment must be parked a • minimum of twenty-five (25) feet from any track. Before leaving any equipment unattended, the operator must stop the engine and properly secure the equipment against movement _ D Cranes must be equipped with three 01ange cones that will be used to mark the working area of the crane and the minimum clearances to overhead powerlines . V. General Safety Requir'ements A. Contractor shall ensme that all waste is properly disposed of in accordance with applicable federal and state regulations . B . Contractor shall ensure that all employees paiticipate in and comply with a job briefing conducted by the Raih'oad Representative , if applicable . Dwing this btiefing, the Railroad Representative will specify safe work procedmes, (including On-Track Safety) and the potential hazards of the j ob . If any employee has any questions or concerns about the work, the employee must voice them during the job b1iefing .. Additional job biiefings will be conducted dming the work as conditions, work procedures, or personnel change . C . All track work performed by Contractor meets the minimum safety requirements established by the Federal Raih'oad Administration's Track Safety Standards 49CFR213 D . All employees comply with the following safety procedures when working around any railroad track: (i) Always be on the alert fox moving equipment. Employees must always expect movement on any track, at any time, in either direction (ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or othe1 track components . (iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment Do not go between pieces of equipment of the opening is less than one car length (50 feet}. (iv) Avoid walking or standing on a track unless so authorized by the employee in charge . (v) Before stepping over or crossing tracks , look in both directions first. (vi) · Do not sit on, lie under, or cross between cars except as required in the pe1formance of your duties and only when track and equipment have been protected against movement . E .. All employees must comply with all federal and state regulations concerning workplace safety .. APPENDIXC SWPPP (BOUND SEPARATELY)