Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 35037
x . , CITY �t 'RET RY r' i HLE SPECIFICATIONS, _ TOVw BONDING CO. CITY SECRETARY K), CONTRACTDO'.IJMENT J KIIJQ"' VC) �' QPY ONTRAC7 N Kz] ..�, Tl It fi 3 " WATER MAIN EXTENSION ALONG TRINITY RAH AY EXPRESS R.O.W. FROM FM 157 TO TARRA IT MAIN CONTRACT 2, UNIT 3 WATER PROJE, CT NO. P 64-60 140035283 D.O.E. NO. 550 CITY PROJECT NO.0035 I THE CITY OF FORT WORTH, TEXAS 00 MIKE P40NCRIEF CHARLES R. BOS WELL MAYOR CITY Y MANAGER RODENT D. GOODE, P.L. Dl"C.TOR, TRANSPORTATION AND PUBLIC WORKS'DEPARTMENT MA.EBLLL BROWN, P.E. � 'x+ , ASSIST. DIRECTOR, WATER DEPART E T �wy� • cf* �� A. DOUC GAS RAbEMA LeR, P.E. ■ DIRECIOR, ENGENEFRING DEPARTNMfF 1 I CR4FB H. '•a0 +*�+ s�Af.+.f�f r Prepared by: ki. ""AL TranSystems Carpratlon Consalfaaft 500 West sevenill St., Snite I100 Foa Worth, Te f } Z)ORIGINAL www,CFINNet.or Print M&C COUNCIL ACTION: Approved on 2/6/2007 - Ordinance No. 17397-02-2007 DATE: 2/6/2007 REFERENCE NO.: C-21963 LOG NAME: 30TRINITYCIRCLE CODE: C TYPE: NON -CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Contract with William J. Schultz, Inc., d/b/a Circle "C Construction Company, for 36-Inch Water Main Extension along a Portion of Trinity Railway Express Right -of - Way Contract 2, Unit 3 and Adopt Appropriation Ordinance (City Project No. 00352) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $2,984,448.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Project Fund in the amount of $2,984,448.00 from available funds; and 3. Authorize award of ccr*act to William J. Schultz, Inc., dlbla Circle "C" Construction Company, in the amount of $2. B97752 ,{30 for 36-inch water main extension along a portion of Trinity Railway Express right-of- way (FM 157 to Tarrant Main Street). DISCUSSION: On March 19, 2002, (M&C C-18999) the City Council authorized the City Manager to execute an engineering agreement with TranSystems Corporation Consultants, to prepare plans and specifications for Trinity Boulevard Water Main Extension from Greenbelt Road to State Highway 360. In order to expedite construction, the project was divided into two contracts: Contract 1, Units 1 and 2 from Greenbelt Road to FM 157 and Contract 2, Units 3 and 4 from FM 157 to State Highway 360. Contract 1 is complete. Council approval is being sought for Contract 2, Unit 3 via this M&C and Contract 2, Unit 4 will be advertised for bid at a future date. This project, Contract 2, Unit 3, consists of the installation of approximately 10,700 linear feet of primarily 16 and 36-inch water pipe and related appurtenances. The project was advertised on November 22 and 30, 2006. On December 21, 2006, the following bids were received: Bidder *Gin-Spen, Inc. William J. Schultz,lnc.., dlbla Circle "C" Construction Co. S.J. Louis Construction of TX, Ltd. Jackson Construction, Ltd. Amount Time of Completion $2,459,916.85 120 Calendar Days $2, 897, 522.00 $3,050,604.66 $3,752,772.00 *Subsequent to receipt of bids, Gin-Spen, Inc. contacted City staff and requested release from its bid without penalty because the company had made a material mistake on a unit cost pay item at the time the bid was submitted. Gin-Spen's bid amount would have been $320,000 higher if not for the material mistake. Staff recommends approval of Gin-Spen's request and also that the contract for the project be awarded to the next responsive low bidder, William J. Schultz Inc., d/b/a Circle "C" Construction Company. There are sufficient funds available for inspection, material testing, and other construction related costs and $86,926 is provided for project contingencies. William J. Schultz, Inc., d/b/a Circle "C" Construction Company, is in compliance with the City's M/WBE Ordinance by committing to 18 percent M/WBE participation. The City's goal is 18 percent. The project is located in COUNCIL DISTRICT 5. FISCAL INFORIIIIIATIONICERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO Fund/AccountlCenters 1 &2) $2,984,448.00 P264 472045 605140035.287 P264 541200 605140035287 $2,984,448,00. Submitted for City WanagersOffice by: Originating Department Head: Additional Information Contact: FROM Fund/AccountIC. enters 1)PE45 538070 0609020 $2,984,448.00 3)P264 541200 605140035287 $_2,$97 523.00 Marc A. Ott (8476) A. Douglas Rademaker (6157) Rakesh Chaubey (6051) ATTACHMENTS 30TrinityCircle (2).doc Dec,18, 2006 11:48AM TranSystems Na.8656 P. 2/8 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO.1 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 36" WATER ]MAIN EXTENSION ALONG TRINITY RAILWAY EXPRESS FROM FM 157 TO TARRANT MAIN CONTRACT 2, UNIT 3 Water Project No. P264-605140035287 D.O.E. NO.5508 BID RECEIPT DATE: 1:30 PM, December 21, 2006 ISSUED: December 18, 2006 This Addendum No. 1 forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provide below, and in the proposal (page 21) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject the bidder to disqualification. The Mans Specification documents for 36" Water Main Extension Along Trinity Railway Express from FM 157 to Tarrant Main are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS; 1. The Water project Number has been changed to: P264-605140035257,. 2„ Fart A — Comprehensive Notice to Bidders: Revise the number of calendar days to complete the project as listed in the 4t' paragraph, page N13-1, to 130 Calendar Days. V/ 3. Proposal page no. 10 is replaced with 10-R with revision to Bid Item 21. 1-inch Air Release Valve shall be per City of Fort Worth Water Department Figure 15 and shall not include vacuum release. 4. Proposal page no. 13 is replaced with 13-R with revision to Railroad Flagman Quantity to 20-Days. 5. Proposal page no. 20 is replaced with 20-R with revision to 4'" paragraph indicating complete construction within 130 calendar days. 6. Part DA — Additional Special Conditions: Replace page no. ASC-37 with ASC- 37R with revision to item DA--120 Railroad Requirements. 6%rW01VG43%% 1CMfr3dZW�1AW 1 Dec-18. 2006 11:48AM TranSystems . No 8656 P. 3/8 i. Appendix A — Standard Drawings: Replace detail for 4" Combination Air and Vacuum Valve with detail page R-'I. Vent pipe shall extend outside of vault and above ground surface level as noted in the detail. PLANS: 1. Plan Sheet 16 — Call out for Air Release Valve at Sta.. 25+60. Delete reference to "Vacuum Relief Combination". Valve shall be per City of Fork Worth Water Department Figure 15 and as rioted in Item no,, 3, above„ All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect., The Contractor shall acknowledge receipt of this Addendum in the space provide below, in the proposal (page 21) and acknowledge receipt on the outer envelope of your bid. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non -responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: A. Douglas Rademaker, P.E., Director By: By: T.1, " Lo �. Tony Sholola, P.E.. Manager Engineering Services fi 7=113fiP349 -ff1.. ZAAJ n&—VUUmd !aloe Dec,18, 2006 11:48AM TraeSystems No•8656 V 6/8 PART B - PROPOSAL (Continued) Within. ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Suwry Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fork Worth, Texas, in the event the contract and bond or bands are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1979, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assumes that its employees and applicants for employment and those of auy labor organization, subcontractors, or employment agency in either f ithishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7275 as amended by City Crdinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete construction within . 130 calendar [lays as set forth in the written work order to be furnished by the Owner. Liquidated damages shall be assessed as indicated. in General Conditions section C7-7.10, except that the sum per day shall be $3,000.00 for this contract. (Complete A or B below, as applicable): [ j A. The principal place of business of our c mpany is in the State of j Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. [ ] Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders„ � B. The principal place of business of our company or our patent company or majority owner is in the State of Texas., Addendum No.1. 20 - R Dec-18, 2006 11:48AM TranSYstems No.8666 P. 7/8 PART DA - ADDITIONAL PF- IAL CONDITIONS Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore., B. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate„ Maintain a maximum of 1/2" tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2" larger than the liner O.D„ G.. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6" ahead of the required space to Install are individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any firn7nel Ilnr.Iatesh!I notkeall^:ed tv ut.. r4 milhj rh em..ny in�llatir% .Qpan.s41. 3.06 CROSSINGS WITH CASING INSTALLED BY OPEN CUT I his article covers the requirements for the construction of crossings where pipe rasing is required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in Section 02202, PIPELINE EXCAVATION AND EACKFILL, All other requirements shall be as specified herein„ DA 12D RAILROAD REQUIREMENTS The Contmi:�+r is requlwd to irrstall temporary fencing 26 from the reatez4fiqu trek. Tel€, fenmig is to be insWW p6w to aw am trixt'bn %W(ri railroad right -of -Way,. the cost for the fence shall be sub id ry to the contract anmunL If is estfrnate-d that a flagman WE ba required fir apptmdmaioiy 20 clays For the project. Payment will be based on the sottral numNr of aays se In rarcardance with the railroad requlmninnts, No equipment or person shall enter railroad foul zone (within 25-feet of the rails) without a flagman approved by the railroad. A flagman is also required if equipment being used has the potential to reach into the foul zone from it's required work: location. If equipment or persons enter the right-of-way, then all railroad requirements apply. The cost of a flagman is set by the railroad at a price of $ 800.,00 a day. IDd1-121 EXPLORITORY 0-HOLE This specifications'clarifles d-holes as indicated in the plans and Part 13 Proposal. The Contractor shall d-hole prior to construction unless approved otherwise by the City Representative. The d- hole item includes all activities related to uncovering existing utilities by non destructive excavation, obtaining coordinates and dimensions of existing utility, coordination, providing coordinates to the City Representative and backfilling excavations with either native material or flowable grout. Care shall be taken to not disturb existing utilities. Utility owners shall be notified of d-hole activities. Coordination with utility owners is required. t11=a - ---- ASC-37 R -- - Addendum No Dec•18. 21JUb11:48AM lranSvstems No.8666 F. V/ SECTION A - A SEC,rrON B - B 4" COMBINATION AIR AND VACUUM RELEASE VALVE DETAILS — FIGURE 16 & 17 (MO2_ NOT TO SCALE MATERIALS 24" STD, MANHOLE COVER EQUAL TO MCKINLEY I,W. NO. A24AM, WITH "WAY�P' CAST IN LID. a SHAK MORTAR TO SLAB EDGE. V GRADE ADJUSTMENT, B" IN ST. R.O.W. OR uNDEf? PVMT. �4 TOP & BDTTDM SLA85, 440G# CONCRETE W/#13 ST, WA SPACED 5- C/C EACH WAY. STEEL HAR COVER 2 1/2" + 1/2" FROM BOTTOM OF EACH $LAO, T POLYURETHANE CUSHION PAD AS SUPPLIED BY TEXAS PLASTICS MATERIALS, SUPPLY CO. Fr. WORTH, TEXAS, OR EQUAL a WATER MAIN WITH FLANGE ACCESS AS APPLICABL,F, 4" COMBINATION AIR & VACUUM RELEASE VALVE W/ FLANGE() OUTLET (AS SPECIFIED). V 4" DIA STAINI,ES5 STEEL PIPE W/180' RETURN. STAINLESS STEEL VENT SCREEN AND 5TAINLESS STEEL CLAMP, 1f} PIPE AIR RELEASE DISCHARGE TO 4" CAV VENT PIPE i } 2" AIR RELEASE VALVE (AS SPECIFIED). i2 }" GATE VALVE & i" ELL. 13 4" FLANGED OATt VALVE W/ WHEEL GEAR. NOTE: 14 4" FLANGED OUTLET AIR AND VACUUM 75 CLMENT MORTAR RELEASE VALVE SHALL BE PRESSURE RATED 16 24" FLANGED OUTLET FOR 300 PSI., 17 4" DfA STAINLESS STEEL PIPE W/90' ELBOW. i$ SEALANT 19 "KUPFERLE FOUNDRY CO" #9400-WC UV RESISTANT LOCKING COVER OR EQUAL Addendum N0.1 20 UV RESISTANT (;ROUND PLATE AS PROVIDED WITH COVER R-1 SPECIFICATIONS r CONTRACT DOCUMENTS FOR 36" WATER MAIN EXTENSION .ALONG TRINITY RAILWAY EXPRESS R.O.W. FROM FM 157 TO TARRANT MAIN CONTRACT 2, UNIT 3 WATER PROJECT NO. P264-605140035283 D.O.E. NO. 5508 CITY PROJECT NO.00352 IN THE CITY OF FORT WORTH, TEXAS 2006 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT MAEBELL BROWN, P.E. ' ASSIST. DIRECTOR, WATER DEPARTMENT Zr 16- ehI l - A. DOUGLAS RADEMAKER, P.E. � DIRECTOR, ENGINEERING DEPARTMENT x';" 1{; I% p.e.m.•eae�.......... 27 m r Prepared by. Trans stems Corporation Consultants Y P 500 West Seventh St., Suite 1100 Fort Worth, Texas 76102 TABLE OF CONTENTS Part A - Notice to Bidders Special Instructions to Bidders (Water Department) I City of Fort Worth Minority/Women Business Enterprise Policy Part B - Proposal Part C - General Conditions i ' Part Cl — Supplementary Conditions to section C Part D - Special Conditions ! Part DA - Additional Special Conditions Certificate of Insurance E Part F -- Bonds (City of Fort Worth) 0 Performance Bond 0 Payment Bond 0 Maintenance Bond Part G - Contract (City of Fort Worth) Appendix A — Standard Drawings i Appendix B — Misc. Specifications Appendix C — Corrosivity Study / Corrosion Protection Design Report G: WW0A2G4313pecsIContrac! 21Conlrad 2 Parl ATC.dac TC-1 NOTICE TO BIDDERS Scaled proposals for the following: For- 36" Water Main Ext. Along THE R.O.W. Contract 2, Unit 3 (From FM 157 to Tarrant Main) D.O.E. No. — 5508 Water Project No. P264-605140035283 Unit 1 640 LF 36- inch Water Main by Other Than Open Cut 6,672 LF 36-inch Water Main by Open Cut 272 LF 20-inch Water Main by Open Cut 535 LF 164nch Water Main by Other Than Open Cut 21325 LF 16-inch Water Main by Open Cut Addressed to Mr_ Charles R. Boswell, City Manager for the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursda, December 21, 2006 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including Plans and specifications for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents may be purchased at a cost of sixty dollars ($60.00), such purchase being non-refundable. Additional sets may be purchased on a nonrefundable basis for sixty dollars ($60.00) per set. There will be a pre -bid conference on Tuesday, December 12, 2006 at 10:30 AM, in the offices of TranSystems; 500 W. 7`' Street, Suite 1100; Fort Worth, Texas 76102. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of Addenda may be obtained by contacting the Department of Engineering at 817-392-7910. The improvements included in this project must be performed by a contractor who is pre -qualified by the Water Department at the time of bid opening. The procedures for pre -qualification are outlined in the "Special Instructions to Bidders (Water Department)". The selected contractor(s) shall be prepared to submit pipe shop drawings (if applicable) within 14 days of being awarded contract (s) by the Fort Worth City Council. For additional information concerning this project, please contact Rakesb Chaubey, P.E., Project Manager, at 817-392-6051 or Craig Schellbach, P.E_ at 817-339-8950. Advertising Dates: November 22,200 November 30,200 Fort Worth, Texas G:WWOA26434SpecslConiract Moniract 2 Part 3WRdoe NB-1 PART A - COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: For: 36" Water Main Ext. Along THE R.O.W. Contract 2, Unit 3 (FM 157 to Tarrant Main) D.O.E. No. — 5508 Water Project No. P264-605140035283 Addressed to Mr_ Charles R. Boswell, City Manager for the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 PM, Thursday, December 21, 2006 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas. One set of plans and documents may be purchased at a cost of sixty dollars ($60.00), such purchase being non-refundable. Additional sets may be purchased on a non- refundable basis for sixty dollars ($60.00) per set. All bidders will be required to comply with Provisions 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400, Fort Worth City Code Sections 13- A-21 through 13-A-29, prohibiting discrimination in employment practices. There will be a pre -bid conference on December 12, 2006 at 10:30 AM, in the offices of TranSystems; 500 W. 7th Street, Suite 1100; Fort Worth, Texas 76102. The Contractor(s) agrees to begin construction within 10 days after issue of the work order, and to complete the construction within 120 Calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. Liquidated damages shall be assessed as indicated in General Conditions section C7-7.10, except that the sum per day shall be $3,000.00 for this contract(s). The major work on the above project shall consist of the following: Unit 3 640 LF 36- inch Water Main by Other Than Open Cut 6,672 LF 36-inch Water Main by Open Cut 272 LF 20-inch Water Main by Open Cut 535 LF 16-inch Water Main by Other Than Open Cut 2,325 LF 16-inch Water Main by Open Cut Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The improvements included in this project must be performed by a contractor who is pre -qualified by the Water Department at the time of bid opening. The procedures for pre - qualification are outlined in the "Special Instructions to Bidders (Water Department)". G:1FW01126431Specs1Contract 21Contract 2 Part 3INB2.doc NB-1 PART A - COMPREHENSIVE NOTICE TO BIDDERS The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT. No bid may be withdrawn until the expiration of ninety (90) days from the date the MBE/WBE UTILIZATION FORM SUBCONTACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation and/or the JOINT VENTURE FORM as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910. This document is designed as two (2) separate contract documents and shall not be construed as being a single contract. The proposal sections are provided as two (2) individual proposals with two bidders to submit bids on one or all units. Award of contract(s), if made, shall be to the responsive low bidder for each individual unit. If a contractor is the responsive low bidder on both units, a single set of contract documents consisting of both units will be created and one single award of contract shall be made. The Contactor shall comply with the City's MIWBE Ordinance on each unit unless M/WBE goals are provided for all possible combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. The successful bidder(s) for each unit or both units shall be prepared to submit pipe shop drawings within 14 days of being awarded contract by the Fort Worth City Council. 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 SUBCONTACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM with Documentation and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5.00 p.m_, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. G.IFW01126431SpecstContract 2IContract 2Part 3WB2.doc NB-2 PART A - COMPREHENSWE NOTICE TO BIDDERS Prospective bidders are hereby advised that the City has not acquired all necessary easements for the construction of the project. It is anticipated that all the necessary easements will have been acquired by the start of construction. No compensation shall be provided for delays if lack of executed easement(s) cause work stoppage and the contractor shall honor his unit bid prices for the project. Bidders are advised that 6 copies of the Storm Water Pollution Prevention Plan will be made available for review at the Engineering desk Two copies of the Storm Water Pollution Prevention Plan will be provided to the contractor once the contract is awarded. The Contractor shall be prepared to commence construction without all executed easement and permits and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require casements or permits. The Managing Department for this project is the Department of Engineering_ For additional information concerning this project, please contact Mr. Rakesh Chaubey, P.E., Project Manager, at (817) 392-6051 or Craig Scheilbach, P.E. at (817) 339-8950. Charles R. Boswell City Manager Marty Hendrix City Secretary A. Douglas Rademaker, P.E., Director Department of Engineering i By: Tony Sholola, P.E. Engineering Manager Advertising Dates: November 22, 2006 November 30, 2006 Fort Worth, Texas GaFW0i126431SpecslContract 21Contract 2 Part 31NB2.doc NB-3 ms to Bidders SPECIAL INSTRUCTIONS TO BIDDERS 1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor_ It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening ofbids. 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-prequalifred bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. EMIAl/[!i M R-M ii 9.1 Section C3-3.13 of the General Conditions is deleted and replaced with the following: 06/04/03 (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 D-3 kight to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all tinges. 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 60Ig, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications_ The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification, retirement plan or statutory requirement. 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 06/04/03 advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. AMORITY 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 WAVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non -responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for temiination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. C. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. 06/04/03 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 t 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. i r 06/04/03 Minority[Women prise Policy FORT WORTH Oily of Feyi W. oah ATTACHMENT fA Page f of 4 Utilization Form WILLIAM J. SCHULTZ, INC. DBA CIRCLE C CONSTRUCTION 36" WATER MAIN EXT. ALONG TRINITY RAILWAY EXPRESS CONTRACT 2 UNIT 3 `I8 % ack applicable block to describe pr MNV/DBE X. NON-MNVIDBE BID DATE 12/21106 PROJECT NUMBER DOE # 6608 Identify 411 subcontractors/suppliers you will use on this project Failure to complete this form, In its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result In the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNIIBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1S` tier, a payment by a subcontractor to its supplier is considered 2" a tier ALL I;'u M- BlEs EIJUST Br- CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the MANSE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MANSE may lease trucks from another MNIIBE firm, including MANSE owner -operators, and receive full MANSE credit. The MANSE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5130/03 FORT�WQRTH, 12--23-06 P01:31 11'J ATTACHMENT1A Page 2 of 4 Primes are required to identify ALL subcontractorsisuppliers, regardless of status; i.e., Minority, Women and non-M1WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N ° SUBCONTRACTORISUPPLIER Tri (check one) N T Detail Detail Company Name Address ; a �� yy C x ro Subcontracting Work Supplies Purchased DollarAmount TelephonelFax r T D E B R O w B E E C T ` A TEXAS WATER PROD. 1 X SUPPLYING PIPE & $ 198,000.00 5820 E. BERRY MATERIAL RELATED FORT WORTH, TX PRODUCTS 76119 RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 180.000.00 1101-A BEDFORD RD. MATERIAL HYD. FLUID BEDFORD, TX 76002 M& M CONSTRUCTION 1 X X SUPPLYING ROC[IUSAND $ 72,000.00 9725 SALORN DR. MATERIAL ASPHALT CROWLEY, TX. 76703 MATERIAL HAULING AND $ 72,000.00 HAUL OFF LATTIMORE MATERIAL 1 X SUPPLYING CONCRETE $ 30,000.00 P.O. BOX 556 MATERIAL MCKINNEY, TX 75070 REDI MIX CONCRETE 1 X SUPPLYING CONCRETE $ 30,000.00 P.O. BOX 1101-A MATERIAL BEDFORD RD. CARROLLTON, TX. TARRANT CONCRETE 1 SUPPLY CONCRETE $ 40,000.00 P.O. BOX 6194 X MATERIAL FORT WORTH, TX 76115 Rev. 5130/03 FORT WORTH Ir— ATTACHME�t � i, Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., [vfinority, Worsen and non-MMBEs. Please list MMBE firms first, use additional sheets if necessary. Certification N — — (check one) ° n SUBCONTRACTORISUPPL.IER T T "a Detail detail Company Name 0: c x m Subcontracting Work Supphes Purchased Dollar Amount TeleDhone/Fax f B B n p r B LL T E A - r uCnn I A r.I U, f f_!Y3"i.i iY if �I I L-Ahif-FA-F-E{'!h1 -Oi-x1 q i i PA 1 f e..J i ii �i�E c � Ei C a *.r € 1 1 A-.. 4A 4RFfP� € n V q AR f4fr��fifsl ^Y'V '�/ifYri .f Firs 6N" I UN I A I UUL)Af AMERICAN 1 X SUPPLYING BARRICADES $ 12,000.00 BAPR3 A CE-S, iNC. MATERiML 10-' f E N ONN-4 AVE. F." E. i VERI►IlAN, TX- 76—iA(j REN- AL SERVICE 1 X RENTAL. EQUIPMENT $ 35,000.00 CORP. RENTAL P.O. BOX €340514 DALLAS, T X. 75284 UNTIED RENTAL INC. 1 RENTAL EQUIPMENT $ 35,000.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 JOHN A. MILLER & 1 INSURANCE BONDING, $ 755,000.00 ASSOC. P.O. BOX 7214 FT. WORTH, TX. 7611 AMERICAN DUCTILE 1 X SUPPLYING PIPE & $ 43,272.00 IRON PIPE MATERIAL RELATED 17950 PRESTON RD. PRODUCTS SUITE 990 DALLAS, TX. 75252 Rev. 5I30103 ATTACHMENT1A FORTW WORTH 12-20--06 'P01 : 31 IN Page 4of4 Total Dollar Amount of lliMBE Subcontractors/Suppliers $ 522,000.00 Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ 301,072.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS f 823,072.00 The Contra Lor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MAW/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. L`2 Carol J. Schultz Authorized signature r' Printed signature Vice -President Title Circle C Construction Co. Company Name P.O. BOX40328 Address FORT WORTH, TX. M40 Citylstate/Zip Contact Namefritle (€f different) 817 293-1863 FAX 817-293-1957 Telephone and/or E-mail Address ,iW406 Date Rev. 5/30103 PART B - PROPOSAL — 36" Water Main Ext. Along THE R.O.W. TO: CHARLES R. BOSWELL FROM: (Bidder's Name) CITY MANAGER V //,-in J Sc/>u FORT WORTH, TEXAS (Address) For: 36" Water Main Ext. Along THE R.O.W., DOE No. 5508 Water Project No. P264-605140035283 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete the work as provided in the Plans and Specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums to -wit: 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Item Approximate Quantity Description of Bid Item Prices Unit Written in Words Price Total Price Unit 1: Water Improvements *la. 6,672 LF 36-inch Pre -tensioned Concrete Cylinder $ NJ $ s/ Pipe C-303 (min 200psi working pressure) by Open Cut, (Includes Excavation, Embedment and Backfill) a �✓ l� Dollars & Cents per LF *lb. 6,672 LF 36-inch DIP (min 200psi working 06 $ �d pressure) Water Line Wrapped in Polyethylene by Open Cut (Includes Excavation, Embedment and Backfill) on � d Cents per LF I _ 36" Water Main Ext. Along THE RO.W. Contract 2,Unit 3, DOE No. 5S08 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price � 3 *lc. 6,672 LF 36-inch Steel Water Pipe (min 200psi $ a $ working pressure) by Open Cut, (Incl. Excavation., Embedment and Backtill) '/ Y D /✓ f L/ Dollars & Cents per LF *Contractor shall select la, lb or lc **2a. 640 LF 36-inch Pre -tensioned Concrete Cylinder Pipe C-303 (min 200psi working pressure) pipe furnished and installed in 54- inch Steel Casing ( 050" thick) filrnished and installed by Other than Open Cut, zV_C�� / Dollars & Cents per Unit **2b. 640 LF 36-inch DIP (Irvin 200psi working pressure) pipe Wrapped in Polyethylene filrnished and installed in 54- inch Steel Casing ( 0.50" thick) furnished an installed by Other than Open Cut & Cents per Unit 01 36" Water Main Ext. Along THE P.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Sid Item Prices Unit Total Item Quantity Written in Words Price Price t � **2c. 640 LF 36-inch Steel pipe (min 200psi working pressure) furnished and installed in 54- inch Steel Casing ( 0.50" thick) fiu-nished and installed by Other than Open Cut 1 , V 0 1-6/ C- Dollars & Cents per Unit **Contractor shall select 2a, 2b or 2c ***3a. 272 LF 20-inch Pre -tensioned Concrete Cylinder $ zVo $ e/j Pipe C-303 (min 200psi working pressure) by Open Cut, (Includes Excavation, Embedment and Backfill) r & Dollars Cents per Unit ***3b. 272 LF 20-inch DIP (min 200psi working pressure) Water Line Wrapped in i Polyethylene by Open Cut (Includes Excavation, Embedment and Backfill) i Dollars & ^ (} Cents per Unit ***3c. 272 LF 20-inch Steel Water Pipe (min 200psi $ /V0 / $ 131U working pressure) by Open Cut, (Incl. Excavation, Embedment and Backfill) Y0 I C` r ,f Dollars & Cents per Unit 3 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price t � *** Contractor shall select 3a, 3b or 3c *4a. 2325 LF 16-inch Pre -tensioned Concrete Cylinder $ A/C) Pipe C-303 (min-200psi working pressure) by Open Cut, (Includes Excavation, Embedment and Backfill) ✓ { o 19 /f d Dollars & Cents per Unit *4b. 2325 LF 16-inch DIP (min 200psi working pressure) Water Line Wrapped in Polyethylene by Open Cut (Includes Excavation, Embedment and Backfill) %7 / /7 .e Dollars & /2 o Cents per Unit *4c. 2325 LF 16-inch Steel Water Pipe (min 200psi working pressure) by Open Cut, (Incl. Excavation, Embedment and Backfill) Dollars & Cents per Unit * Contractor shall select 4a, 4b or 4c $ 99 p° $z.30i/s-°G $ $ / 19 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 h Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price **5a. 155 LF 16-inch Pre -tensioned Concrete Cylinder $ ZVO $ /g/ cf Pipe C-303 (min-200psi working pressure) furnished and installed in 30- inch Steel Casing (0375" thick) by Other than Open Cut /�10 Sid Dons & Cents per Unit' **5b. 155 LF 16-inch DIP (min 200psi working pressure) pipe Wrapped in Polyethylene furnished and installed in 30-inch Steel Casing (0375" thick) by Other than Open Cut 010 $ 16,97-5-0 7 ao - ii /an cll P 1- X Dottars & Cents per Unit **5c. 155 LF 16-inch Steel Pipe (min 200psi working $ 11V©_ pressure) furnished and installed in 30- inch Steel Casing (0.375" thick) by Other than Open Cut �Q F/ C Dollars & per Unit ** Contractor shall select 5a, 5b or 5c 5 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 1 ' ***6a. 380 LF 16-inch Pre -tensioned Concrete Cylinder $ No $ Pipe C-303 (min-200psi working pressure) by Other than. Open Cut f i t•"j / c/ Dollars & Cents per Unit pQ (9 C3 ***6b. 380 LF 16-inch DIP (min 200psi working $ . ?00 $ / / ` 000 pressure) by Other than Open Cut h / g P h cr rcif e Dollars & ff Ca Cents per Unit ***6c. 380 LF 16-inch Steel Pipe (min 200psi working $ Vo $ C pressure) by Other than Open Cut I iY(J C/ Dollars & Cents per Unit ***Contractor shall select 6a, 6b or 6c �O 60 7. 124 LF 12-inch PVC C900 Water Pipe* $ J $ loyG/D (Including Excavation, Embedment and Backfill) Dollars & /% d Cents per Unit n 36" Water Maul Ext. Along THE RO.W. Contract 2,Unit 3, DOE No. 5508 _ Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price I 8. 54 LF 10-inch PVC C900 Water Pipe* $ Jt5` " $ (Including Excavation, Embedment and Backf ll) S6,11?17 l ♦ V G Dollars & /7 Q Cents per Unit 9. 20 LF 8-inch PVC C900 Water Pipe* (including 00 Z5 O Excavation, Embedment and Backfill) & Dollars Cents per Unit 10. 20 LF 6-inch PVC C900 Water Pipe* (including a p $ A. . � G5 $ 490 _ Excavation, Embedment and Backfill) Dollars & 1 /) !) Cents per Unit DI CJG O 11. 4 EA 36-inch Resilient Seat Gate Valve w/ f)� $ SSr0 0 0 a $ 1.f x';� Concrete Valve Vault and Ext. Stem, Including a 4" By -Pass and all other I appurtenances I Dollars & Cents per Unit 7 36" Water Main Ext. Along THE RO.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total Hem. Quantity Written in Words Price Price t 12. 1 EA 20-inch Resilient Seat Gate Valve w/ $ /� C) 0 $ M Q 0 Concrete Valve Vault and Ext. Stem, Including a 4" By -Pass and all other appurtenances e n &n U,5i 7 n o' Dollars & o? C Cents per Unit C, pG 13. 6 EA 16-inch Resilient Seat Gate Valve w/ $ /-A/DrCa— $ 000 Concrete Valve Vault and Ext. Stem, Including a By -Pass and all other appurtenances per City Detail r,/et/ P oQs' aac/ Dollars & t- -�%7 U Cents per Unit 14. 2 EA 12-inch Resilient Seat Crate Valve w/ Cast Iron Box & Lid, D-52 Th p &S �} c% Dollars & t7 r� Cents per Unit 15. 1 EA 10-inch Resilient Seat Gate Valve w/ 4 C2 $ / S�� D 0 U 0 Cast Iron Box & Lid, D-52 017Q ZV o 11,5a] d '7 / a e - - I / ` h Ge n re/1 .P C f Dollars & Cents per Unit 36" Water Main Ext. Along THE MOM. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Sid Item Prices Unit Total r- Item i Quantity Written in Words Price Price 1 ? 16. 1 EA 8-inch Resilient Seat Gate Valve w/ Cast oa $ 90 0 $ a d goo Iron Box & Lid, D-52 / -,O d t; f f7- Gc 11 C> Dollars & /7 Cents per Unit 17. 3 EA 6-inch Resilient Seat Gate Valvew/ Cast $ 600 $ /O CJ0 Iron Box & Lid, D-52 s /x Dollars & i a rr c✓i P Cl Zj Cents per Unit 18. 1 EA 24-inch X 16-inch Tapping Sleeve and 6tJ $ 9,-5 DO $ D � 0,-5-0 0 Valve Dollars & Cents per Unit * 19a_ 1 LS Furnish and Install Concrete Pressure Pipe Fittings for Pre -tensioned Conc. Cylinder Pipe (C -303) / /0 06,111a/ Dollars & Cents per Unit *19b. 14.6 TN Furnish and Install Fittings for Ductile Iron Pipe, Including Conc. Blocking Dollars & C) Cents per Unit $ ZSDD a 0 $ /2y/ao 67 0 Zi UV-- I'll i F 36" Water Alain Ext Along TRE kO.W. riir?St IJJ. nit 3 DDE No. 5508 pay }r pp"14—..e Be CAPtlon of B'u! Ran Mcea unit Total Quantity written in words rwice Ihri lac, I iS Fum.ish and Install Fittings for Steel Pipe $ /1 O Ccnts per Unit Contractor shall select 19a, 19b or 19c oG rs o 20. 1 EA 4-inch Combination Air & Vacuum $ 950 0 $ S® Release Valve and 4-foot Dia. Manhole, (Including Tee at Main Barad Adapters as Regi ired) `v e / DO= & ��. Cats per Unit 06 00 21. 1 EA i-inch Air Rcicase Valve and 4-fbiot Di& $ & SOD %SOQ Manhole, (i arju(Iing Tee at Mam and Adapters as Required) f 1'P hen n�/.F e.�_—. Y7allars& -�7 v Cents per Unit 14- Addcndum No. 1 4 36" Water Main Ext. Along THE RO.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total 1 Item Quantity Written in Words Price Price r * 19c. 1 LS Furnish and Install Fittings for Steel Pipe $ $ Dollars & i Cents per Unit * Contractor shall select 19a, 19b or 19c 20. 1 EA 4-inch Combination Air & Vacuum Release Valve and 4-foot Dia. Manhole, (Including Tee at Main and Adapters as Required) J Dollars & l Cents per Unit 21. 1 EA 1-inch Combination Air & Vacuum Release Valve and 4-foot Dia. Manhole, (Including Tee at Main. and Adapters as Required) Dollars & Cents per Unit I 10 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 00 22. 2 EA 8-inch Blowoff Valves and 4-foot Dia. $ /o,so © $ Z/©moo a Sump Manhole, (Including Tee at Main, 2-8" Resilient Seat Valves and Adapters as Required) Ter ri ThQ rnS r) Cl Iel ' hip C/ Dollars & 40 Cents per Unit 23. 4 EA Std. Fire Hydrant Assembly, 3'-6" Bury $ 45-6 D $ � OQ O Depth / Dollars & f /l U Cents per Unit 6 00 24. 3 EA 2-inch Tap, Saddle, Stop and Fittings for $ ® 0 0 $ /� i 2-inch Water Service Tap to Main, D-52 f Dollars & I n Cents per Unit I C� Q 25. 90 LF 2-inch Copper Service Line from Main to $ 2& $ Z- 3G%0 Meter Dollars & Cents per Unit 11 36" Water Main Ext. Along THE RO.W. Contract 2,Uuit 3, DOE No. 5508 Pay Approximate Description of Sid item Prices Knit Total Item � f Quantity Written in Words Price Price 26. 2 EA Remove and Salvage Existing Fire coo $ 4 $ /zoo a G Hydrant, D-29 I Dollars & Arl 0 Cents per Unit % 27. 4 EA Remove and Salvage Existing 6-inch, 8- Cif $� !�6210 $ 0 0 inch and 10-inch Valve and Box Dollars & A? Cents per Unit I 28. 116 LF Remove Storm Drain 18-inch and 24- V90 ' inch Culvert Dollars & v Cents per Unit 29. 80 LF Storm Drain Culvert (I8-inchRCP) © $ 4 0 IZ Dollars ,& i 1 b Cents per Unit 30. 36 LF Storm Drain Culvert (24-inch RCP) $ /z �� CIO $ �SDO U 6 rl t Dollars &c Cents per Unit 12 IDec.18, 2006 12:66PM TranSystems N01668 P • 6I8 36" Water Main Ext. A:on2 THE PLO.W. ootmaet 2,Unit 3, DOE No. 5508 Fsy Apprasimate -- notcription of Did Item Y°vktg Unit TOW l£ca Quantity Written is war& Feieg Frive 31. 1 IDS Fill and A&dntain SW€ PP $ J`�t 1qO OQ $ J-00 D 00 DGIiM & (� CCWS per unit 32. 9,466 LF Trench Safety System 4 n -e Dail= /i O cents per Ur& 33. 20 DY Railroad Flagman (Contactor to contact $ 900.00 $$ 1 ,060.00 THE & arrange schcdule) kr n C"/'P Gf €5ollass 4- V f! �%Cayls per unit 34, 1,431 LF Permanent Asp -halt Pavement Repair per $_ �%� � � $ Fib 2000-IA r l- Rollers & Centsperunit 35. 35 SY Permanent Conaete Pavement Repair pfT $ sr $ 75- Fa are 2000-2 12 0 Cen-- pc.r Unit Ad&-jadwn No. 1 13 .e A 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total '- - Item Quantity Written in Words Price Price 1 31. 1 LS Install and Maintain SWPPP $ $ —Dollars & Cents per Unit 32. 9,466 LF Trench Safety System Dollars & Cents per Unit 33. 5 DY Railroad Flagman (Contractor to contact $ 800.00 $_4,000.00 THE & arrange schedule) Dollars & Cents per Unit 34_ 1,431 LF Permanent Asphalt Pavement Repair per $ $ Figure 2000-1A Dollars & Cents per Unit 35. 35 SY Permanent Concrete Pavement Repair per $ $ Figure 2000-2 Dollars & l Cents per Unit 13 36" Water Main Ext. Along THE RO.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 36. 292 SY Remove and Replace 6" Concrete $ -5y 00 $ /60,� © 00 Driveway 7 / / d Dollars & // d Cents per Unit 37. 40 SY Gravel Drive Repair (6" Flex Base) $ /S $ QQ Dollars & /J C? Cents per Unit d C a U 38. 40 SF Remove and Replace Concrete Sidewalk $ f5) $ r/0 Dollars & - -/ 77U Cents per Unit 39_ 4,540 SY 6" Topsoil $ / $ 76'0 �([J—a la .Q Dollars & 7 i-1 u Cents per Unit 40. 8,175 LF Hydromulch Seeding Dollars & U Cents per Unit $ 3 00 00 14 36" Water Main Ext. Along THE R.O.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid Item Prices Unit Total Item Quantity Written in Words Price Price 41. 1,210 SY Bermuda Grass Solid Sod $ 7 $ G7 j 500 - �� Dollars & /J U Cents per Unit 42. 2 EA Exploratory Excavation Dollars & h 0 Cents per Unit 43. 1 LS Cathodic Protection Dollars & f%a 'Cents per Unit 44. 300 LF Extra trench depth for 36 inch pipe and fitting in excess of 1 foot below the design grade complete in place as for the sum of t o n P Dollars & 0 Cents per Unit i 45. 1 EA 36" Dished Plug w/ 2" Tap / • �1115Q�2 d �'d � d1 t.�nC%i''PC/� } Dollars & Cents per Unit $ 5-0000 $ ,-2? Do aQ / C3�J 610 $ r $ 0 - /t�,n n 00 !ice 0 o 15 36" Water Main Ext. Along THE RO.W. Contract 2,Unit 3, DOE No. 5508 Pay Approximate Description of Bid item Prices unit Total Item Quantity Written in Words Price Price j k 9 f Unit 1: Total Water Bid, $ 0 900 16 P264-605140035283, DOE 5508 Unit 3 LIST OF CAST IRON FITTINGS AS REQUIRED BY E2-7.11A TO BE SUBMITTED WITH BID Number of Fittings Size Type Weight (Ibs) Total Weight (Ibs) 3 36" 45A Bend ?0Y00 Z 7Z 1 36" 40A Bend 119 �0 1 36" 22.5^ Bend /9Z G �7,? 1 36" x 20" Tee Z 63s Z G 3 5- 1 36" x 12" Tee Z.5' O 2 36" x 8" Tee ZR/ Qg 9 1 20" x 16" Reducer Z Z S ZZ 1 20" x 10" Tee 3 16" 451 Bend 0/ © ,_S-'43 a 1 16" 22.5^ Bead 716 %/ 4 16" 11.25^ Bend ` ,5-V ,?8/ 1 16" x 16" Tee zl/ y( ( v 1 16" x 8" Tee 2119 Z 3 16" x 6" Tee / S- yj 2 12" 90A Bend 1Z 9 ZS 1 12" 45A Bend / ,? 9 / Z 1 12" 22.5A Bend 116 // v 2 12" x 10" Reducer Z6 2 10" 90A Bend Me Z p 1 10" x 4" Tee 00 2 8" Reducer Z G 1 8" x 6" Reducer �/ U (� Total �z Contractor shall fill in blanks for "Weight" and "Total Weight" as a part of his bid. (weight will be based on M.J. Fittings) 17 LIST OF CONCRETE PRESSURE FITTINGS P264-605140035283 DOE 5508 Unit 3 C303 PRETENSIONED CONCRETE CYLINDER PIPE ADD OR SUBTRACT FOR THE FOLLOWING CONCRETE FITTINGS INCLUDING INSTALLATION ESTIMATED QUANTITIES 36" AWWA C303 BENDS 36" - 22.5 DEGREE $ 36" - 40 DEGREE $ 36" - 45 DEGREE $ 16" - 11.25 DEGREE $ 16" - 22.5 DEGREE $ 16" - 45 DEGREE $ Subtotal $ OTHERS 20"X 16" REDUCER $ 36"X 20" TEE $ 36"X 12" TEE $ 36" X 8" TEE $ 20" X 10" TEE $ 16" X 16" TEE $ 16" X 8" TEE $ 16" X 6" TEE $ Subtotal $ Total $ Contractor shall fill in blanks as part of bid. Note: Contractor is responsible for correct quantity total of all fittings and specials. LIST OF STEEL PRESSURE FITTINGS P264-605140035283 DOE 5508 Unit 3 STEEL PIPE ADD OR SUBTRACT FOR THE FOLLOWING STEEL FITTINGS INCLUDING INSTALLATION ESTIMATED QUANTITIES SENDS 36" - 22.5 DEGREE 36" - 40 DEGREE 36" - 45 DEGREE 16" - 11.25 DEGREE 16" - 22.5 DEGREE 16" - 45 DEGREE OTHERS 20" X 16" REDUCER 36"X 20" TEE 36"X 12" TEE 36" X 8" TEE 20" X 10" TEE 16" X 16" TEE 16" X 8" TEE 16" X 6" TEE Subtotal $ Subtotal $ Total $ Contractor shall fill in blanks as part of bid. Note: Contractor is responsible for correct quantity total of all fittings and specials. AWWA C200 19 Dec 15. 2UU6 12AUM lranSYstems No.H65 P. 6/8 PART B - PROPOSAL (Continued) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bands as iequired by the Contract Documents, for the faitUal perl'arrnan-..e of the Contract. Thr attached bid security in the amount of 5% is to be rune the property of the City of Fort Vlortb, Texas, in the event the oontract and bond or bonds are not executed and delixvvred within the time above set forth, as liquidated damages fur the delay and additional wozk caused themby. The undersigned bidder certified that he has been f vnished at least one set of the General Contract Documents and General Specifications for Water Department Project elated Imnary 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General. Documents and the specific Con t Documents and appmtenant plans. The undersigned assures that its employves and applicants for employment and those of aay labor organization, subcontractors, or employment agency in either famishing or referring employee applicants to the undc ignad. are riot discriminated against as prohibited by terms of City Ordinance No.. 7278 as amended by City Ordinance No,. 7400, The Bidder agrees to begin cozist cation wi6n 10 calendar clays afar issue of the work oiler, and to eomplete construction within 130 _ . calendar days as set fbrth in the -written work order to be fumisbed by the Owner. Liquidated damages shall be as red as indicated. in General Conditions smtio� C7 7.10, exciq,t that the sum per day shall he $ 3,00-0.00 for this contract,. (Complete A or B below, as applicable): [ ] .A. The principal place e f business of our company is in the Staw of [ ] Nonresident bidders in the Sate of , our principal place of business, are wquiwd to be percent lower than resident biddm by state lave. A copy of the statute is ached. [ ] Nonrusident biddems, in hie State of . tired to underbid resident bidders. , our principal place of busing, are not fv�(B. The. prin ipal glace of business of our compazzy or our parent oompany or majority owner is in the State of Texas. Addendum No. 1 20 .- 11 PART B - PROPOSAL (Continued) Within ten (10) days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Survey Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of S% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Project dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete construction within 120 calendar days as set forth in the written work order to be furnished by the Owner. Liquidated damages shall be assessed as indicated in General Conditions section C7-7.10, except that the sum per day shall be $3,000.00 for this contract. (Complete A or B below, as applicable): [ ] A_ The principal place of business of our company is in the State of [ ] Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nonresident bidders in the State of _ required to underbid resident bidders. , our principal place of business, are not [ ] B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Pert C - General Conditions PARS' C - GENERAL CONDITIONS TABLE OP CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS Cl-1 DEPTNIT1O S Cl-l.l Definition of Terwl C1-1 (1) C1-1.2 Contract Documents C1-1 (1.) C1-1.3 Notice to Bidders C1-1 (2) C1-1. 4 Proposal C1-1 ( 2 ) Cl-1.5 Bidder CI-1 ( 2 ) Cl-1.6 General Conditions 1-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications C1-1 (2) Cl-1.9 Bond Cl-1 (2) Cl-1.10 Contract Cl-1 (3) C1-1.11 Plans C1-1 (3) C1--1.12 City C1-1 ( 3 ) C1-1.13 City Council C1-1 (3) C1-1.14 mayor C1-1 (3) CI-IA5 City managdr Cl-1 (3) C1-1.16 City Attorney CI-1 ( 3 ) Cl-1.17 Director of Public Works Cl-1 (4 ) Cl--1.18 Director, City water Department Cl-1. (4 ) C1-1.19 Engineer C1-1 (4) C1-1.20 Contractor C1-1 (4) Cl-1.21 Sureties Cl-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day Cl-1 (4) CI-1.24 Calendar Day C1-1 (4) CI-1.25 Legal Holiday C1-1 (4) C1-1.26 Abbreviations C1-1 (5) C1-1.27 Change Order CI-1 (6) C1-1.28 Paved Streets and Alleys C1-1 (6) C1-1.29 Unpaved Streets and Alleys C1-1 ' () C1-1.30 City streets C1-1 (6) C1-1.31 Roadway C1--1 (6) C1-1.32 Gravel Street C1-1 (5) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C - .1 Proposal Fora C2-2 (1) -2,2 Interpretation of Quantities C2-2 (1) C-2*3 Examination of Contract Documents and Site C2--2 ( 2 ) C2-2.4 Submitting of Proposal 2-2 (3) 'C2-2.5 Rejection of Proposal C -2 (3) 2-2.6 Did Security C2-2 (3) (1) C2-2.7 Delivery of Proposal c2-2 (4) C2- . 8 Withdrawing Proposals C2-- { 4 ) C2-2.9 Telegraphic Modification of Proposals C2-2 (4) C - ■i0 Public opening of Proposal C2-2 (4) C2-2.11 Irregul&x Proposals C -2 (4) C.2-2.12 Disqualification of Bidders C2- (5) C3-3 AWARD AND EXECUTION OF DOCUMEUTS C3--3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterpise Women -owned Business Enterprise compliance C-3 (1) C3-3.3 Equal gmploent Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (2) C3-3.5 Award of Contract C3-3 (2) C3=3.6 Return of Proposal Securities C3-3 (2) C3-3.7 sonas C3-3 ( 2 ) C3-3.8 Execution of Contract C3•-3 ( 4 } C3-3.9 Failure to Execute Contract C3-3 (4) C3-3.10 Beginning Work C3-3 (4) C3-3.1.1 Insurance C3-3 (4) C3-3.12 contractor's obligations C3-3 (7) C 3-3 . l3 Weekly 'Payroll C3-3 ( 7 ) C3-3.14 Contractor's Contract Administration C3-3 (7) C3-3.15 Venue C3-3 (8) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4•-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operations C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Pacflities C4-4 (4) CS-5 CONTROL OF WORK AI+ID KA`i'ERIALS C5-5.1 Authority of Engineer C5_5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents CS-5 () C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification work C5-5 (3) CS-5.6 Field office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5,8 Authority and Duties of Inspectors C5-5 (4) C5_5.9 Inspection C5_5 (5) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (5) C5-5.11 Substitute Materials or Equipment C5-5 (5) C5-5.12 Samples and Tests of Materials C5-5 (6) C5-5.13 Storage of Materials C5-5 (6) C5-5.I4 Existing Structures and Utilities C5-5 (7) C5-5.15 Interruption of -Service C5-5 (7) C5-5.1 Mutual Responsibility of Contractors C5-5 (8) C5-5.17 Cleanup C5_5 -(8) 5-5.18 Final Inspection C5-5 (9) (2) CG-6 LEGAL RELATIONS AND PUHLrC RESPONSIBILITY C6-G.1 Laws to be Observed C6-6 (1) C6-6.2 'Permits and Licenses C6-6 (1) C6-6,3 Patented Devices, MaterialD and Prooesses C6-6 (1) C6-6.4 Sanitary Provisions C5-6 (2) C6-6.5 Public Safety and Convenience C6-6 (2) C6--6.6 Privileges of Contractor in Streets, Alleys, and Right -cif -Way C6-6 ( 3 ) C6-6.7 Railway Crossings C6-6 (4) C6-6.8 Barricades, Warnings and Watchmen C6-5 (4) C6-6,9 Use -of Explosives, Drop Weight, etc. C6_6 (5) C6-6.10 Work Within Easements C6-6 (6) C6-6.11 Independent Contractor 6_ (8) C5-6.12 Contractor's Responsibility for Damage Claims 6-6 (8) C6-6.13 Contractor's Claim for -Damages C6_6 (10) C6-6.14 Adjustment of Relocation of Public Utilities, etc. _ (10) C6-6.15 Temporary Sewer Drain Connections CS-6 (10) C6-6.16 Arrangement and Charges of Water Furnished by City C6_6 (11} c6-.17 Use of a Section of Portion of the work C6-6 {11) 6-6.18 Contractor's Responsibility for Work C6_6 (11) C6- .Y9 No Waiver of Legal Rights C6-6 (12} C6-6.20 Personal Liability of Public Officials C6-6 (12) C6-6.21 State Sales Tax C6- (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract 7-7 (1) C7--7. 3 Prosecution of the Work C7-7 (1) C7-7.4 Limitations of Operatti6ns C7-7 (2) C7--7, 5 Character of Workman and Equipment C7--7 () C7-7.6 work Schedule 7-7 () C7-7. 7 Time of Commencement and Completion C7-7 ( 4 ) C7-7. B Extension of time of Completion C7--7 ( 4 ) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (5) C7-7.11 Suspension bj? Court Order C7-7 (f ) C7-7.12 Temporary Suspension C7--7 ( 6 ) C7-7.13 Termination of Contract due to National Emergency 7-7 ( 7 ) C7-7.14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 ( 7 ) C7-7.15 Fulfillment of Contract C7-7 (9) C7-7.16 Termination for Convenience of the Onwer C7--7 (10) C7-7.17 Safety Methods and Practices C7-7 (13) C8-8 MEASUREMENT -AND PAYMENT C8-8.1 Measurement of Quantiti6s C$-$ (1) C8-8.2 Unit Prices C5-8 (1) (3) C6-8.3 L=mp Sum CS-8 (1) c8-0.4 Scope of Payment CS-8 (1) c8-8.5 Partial Estimates and Retainage C8-8 (2) c8-8.6 Kithbolding Payment C8-8 (3) C8-8.7 Final Acceptance c8-8 (3) C8-8.8 Final Patent C8-8 (3) C@-8.9 a/gaacy of Design CB-8 (4) C8-8.10 General Gaaranty CB-8 (4) CB-8.11 subsidiary Work C8-8 (5! C8-8.12 Miscellaneous Placement 0£ Material CS-0 (5) CB-8.13 Record Documents C8-8 (5) (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS Cl-l..I DEFINITIOWS OF TERMS: Whenever in these Contract Document EFe following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpret6d as follows: Cl-1. 2 CONTRACT DOCUMENTS: The Contract Documents are all. of the written and, drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern .all Suter Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART S -- PROPOSAL (Sample) White PART C - GENERAL CONDITIONS ( CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E SPECIFICATIONS El -white E-Golden Rod SSA -White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White h. SPECIAL CONTRACT DOCUMNTS: 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 above PART B - PROPOSAL {Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS RASE14ENTS PART F - BONDS PART G - CONTRACT (Advertisement) Same as PART 8 - PLANS ( Usually bound separately) Cl-1 (1) L. D1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to knterested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. I-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to - have--4onee, together- with the kid security-,- constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the owner. CI-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal fnr perfozming the work contemplated under the Contract Documents, constitutes a bidder. 1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Wherever there may be a conflict between the General Conditions and Special Conditions, the latter shall take precedence and shall govern. - 1--1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General. Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. 1-1.8 SPECIFICATIONS: The Specifications is that section or pant of the Contract Documents which sets forth in detail the requirements which m%3st be met by all materials, construction, workmanship, equipment and services in order to render a completed and -.useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1..9 BOND: The bond or bonds are the written guarantee or security furnished by the Contraeto'r for the prompt and faithful performance of the contract and include the following a. Performance Bond (see paragraph C3-3.7� b_ Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3--3.7) d. Proposal or Bid Security (sec special Instructions to Ofdders, Part A and C - .6) C1-1.10 CONTRACT The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. cl--1.11 PLANS: The plans are the drawings or reprodur-tions there corn made by the Owner's representative 8howirig in detail the location, dimension and position of the various elements of the project, in-cluding 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 changesG in -the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they are a part of the Contract Documents just as though they were bound therein. C1-1.12 CITY- The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, auting by and through its governing body or its City Manger, each of which is required by charter to perform specific duties. Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter crested in the City Manager. The terins City and owner are synonymous. C1-1, l3 CITY COUNCIL: The duly elected and qualified governing b6&y of the City of Fort Worth, Tom as. Cl-1.1+4 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem- of the City of Fort. Worth, Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized C ty Manager of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1 (3) CI-1.17 DIRECTOR OF PUBLIC WORKS. The duly appointed official of t# _e City of -Port Worth, referred to in the Charter as the City Engineer, or his duly authorized ,representative. C1-1.18 DIRECTOR CITY WATER DEPARTMENT: The duly appointed birectvr of the City Water Department of the City of Fort Wortb, Texas, or his duly auto orized repzesentati,ve, assistant, or agents. C1-1.19 ENGINEER: The Director of Public Works, the Director of the fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting. within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The company, fi.rrn* association, contract with, the owner for directly or through a duly sub -contractor is a person' contract with the principal materials or only labor, for person, persons, partnership, or corporation, entering into a the exec+ition of the work, acting authorized representative. A firm, corporation, or others under contractor, supplying labor and work at the site of the project, C1--1.21 SURETIES: The Corporate bodies which are bound by sr E bonds are required with and for the Contractor. The aunties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requir'ements as set forth in the Contract Documents and approved Qbange� therein. C1-1.22 THE WORK OR pRbJECT; The completed work contemplated in and covered by the Contract Documents, including but not limited to the furi%ishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DA-Y: A working day is defined as a calendar day, not xr►cluding Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven ( 7 ) fours 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 days being excepted. C1-1. 2 LEGAL HOLIDAYS: legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: Cl_l (4) 1. . 3. 4, . 6. 7. 8. 9. New Year's bay M. L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other rays holidays as the may determine in lieu of City Council January I Third Monday in January Last Monday in May July 4 First. Monday in September Fourth Thursday in Noveu�ber Fourth Friday in November December 25 When one of the above . tamed holidays ora special holiday is declared by the City Council, falls on Saturday, the hoLida shall be observed on the preceding Friday or if it falls on Sunday, it shall be ObBerved on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as the holiday. CI-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO - American Association of. MGU - Million Gallons Per State Highway Transportation Day Officials ASCS - American Society of Cirri. CFS •- Cubic Foot per Erigineers Second LAW - In Accordance With ASTM -- American Society of Min. - l inimum Testing Materials Sono.- Monolithic A WA - American Water Works - Percen tum Association R - Radius ASA American Standards Association I.D. - Inside Diameter HI - H+ydrauliu institute O.D. - Outside Diameter Asph. - Asphalt Elev.- Elevation Ave. - Avenue F - Fahrenheit Blvd. Boulevard C - centigrade C1 Cast Iron In. - Inch CL - Center Line Ft. - Font Gi Galvanized Iron St, - Street Lin. - Linear or Lineal CY -- Cubic Yard 1b. - Found Yd. Yard MR - maahole SY - Square Yard Max. -- Maximum L.F. Linear Foot D-I. Ductile Iron Cl.--I (5 ) 1-1. 7 CHANCE ORDER: A "Change order" is a written supplemental agreement between the Owner and the Contractor covering some added or dedur-ted item or feature which may be found necessary and which was not specific -ally 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 5% of the arnoUnt of the particular item or items in the original proposal. All "Change orders'* shall bt� prepared by the City from information as necessary furnished by the Contractor. 01-1.28 PAVED STREETS AND ALLBYS: lei paved street or alley shall be defined a5 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. . Any type of asphalt surface treatment, not including are oiled surface, with or without separate base material. 3. Brick, with or without separate base material.. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1. 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other sur ace is any area except those defined above for "Paved Streets and Alleys." C1-1.30 CITY STREETS: A city street i5 defined as that area between the right-of-way lines as the strep-t is dedicated. 01-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lanes cr four {4") feet back of the average edge of pavement where no curb exists. C1-1.3 GRAVEL STREET: ,A gravel street is any unpaved street to which lays been idded ow! or more applications of gravel or similar mateTial other than the natural material found on the street surface before any improveipent was made. CI-1 () SECTION C - GENERA'S CONDITIONS 2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C - .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 far 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 o2ersing_ai bias The financial statement required stall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit assured by are appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current a[ad not more than one 1 ) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper -verification. Liquid assets in the amount of ten (10%) percent of the estimated project cost will be required. For are experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been on projects completed not more than five (5) years prior to the date on which are to be received. The Director of the Water department shall be sole judge as to the acceptability of experience for qualification to bird 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 ire required to complete the project on which he submits a bid. C -2. 2 INTERPRETATION OF _QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal C2-2(1) forms or other parts of the Contract Documents will be considered as aeproximate only and will be used Eor the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of warp performed or materials furnished i.n 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 unkit:-prices. id or. any other requirements of the Contract Documents. C # .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 amitional information and data wbi.ch the owner will. � pply after promulgation of tine formal contract documents shall be issued in the form of written addenda and shall, become part of the Contract Documents just ag hough such addenda were actually written into the orirginal. Contract Documents. Bidders are required, prior to the filing of proposal, to react 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 canditi.ons which will be encountered during the construction of the project. They must judge for themselves the difficulties of the work ana all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to wake an intelligent' proposal, No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidden 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 imade the investigations, examinations and tests herein required. Claims for additional compensation due to variatio-ns between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. tgeither the C2-(1 Owner nor the Engineer guarantee that the data shorn is representativ�_, of conditions which actually exist. C - .4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal 6r the form furnished by the owner. All blank spaces applicable to the project contained in the form small be correctly filled in and the Bidder shall state the prices, written in ink in both words and nk tmeral.s, for which he proposes -to do the work contemplated or turnishe the materials required. All such prices shall be written legibly. in ease of discrepancy between the price written in ,cords and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agetat. if a proposal is submitted by a firm, association, or partnership, the name and adaress of each member must be given, and the proposal. must be signed by a member of the firm, association, or partnership, or by a person duly authorized. Ii: a proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign proposal must be properly certified and must he in writing and submitted with the proposal. C -2.5 REJECTION OF PROPOSALS: Proposals may be rejected if t ey short any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, incomplete bads, erasures, or irregularities of any kind, or contain unbalance value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returnad to the Bidder unopened, C - .6 BID SECURITY: No proposal will be considered unless it s accompaniii by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will he retained until the contract is awarded or other disposition is made thereof. The bier security of all other bidden may be returned promptly after the canvass of bids. C2--2{3 ) C2-2. 7 DELIVERY OF VROPOSAL: No proposal will be considered unless it Js delivered, accompanied by its proper Sid Security, to the City Manager or his representative In the official place of hus.iness 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 Budder 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 Bidder." The envelope shall be addressed to the City Manager, City mall, fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with t ie O1.ty Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration of a proposal must be made in. waiting, 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 ana publicly Bread aloud, the proposals for which non -consideration requests have beien properly filed may, at the option of the Owner, be ret�%rned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may mods his proposa� by telegraphic com�tunicatior� at any time prior to the time set €or opening proposalse provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed_ prior to the proposal opening time_ If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL. Proposals which have been properly filenc for which ao `"ikon-oonideratior�euest�" has been received will be publicly opened and read aload b the City Manager or hi.s authorizers 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 . i.l. IR FG'ULAR PROPOSALS: Proposals shall be considered as being "lrrcgu ar" if they show any omissions, &Iterations of form, additions, or conaiti..ons not called for', unauthorized alternate bids, or irregularities of any kind. However, the C2-214) owner reserves the right to waive any and all irregularities and to make the award of the coontract to the best interest of the City. Te2ndaring a proposal after the closing hour is an irregularity whiQh cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: ni hors may be disqualified ar3d .their proposals not 0-nsidered for any of, but not limited to, the fallowing r-aeon: a. reasons for believing that collusion exists ainong bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C. The binder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against thfe bidder. d . The bidden: being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f. Lack of competency as revealed by the financial statement, experience record, equipment schedule, and such inquiriea as the Owner may see fit to make. g. uncompleted work which, in the jildgrnent 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 dour of the opening of prapo5als the following: Z. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special 7,n4 r,.,r+tinns- ". A currerrt experience record snuwinq ebpeci=13_y the projects of a nature similar to the one render consideration, which have been sUcc;:8ssfujjy completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid proposal of a bidder who, in the judgment of the Engineer, is di.squal.ified und8r the requirements stated herein, shall be set aside and not opened. C-- (5 ) C3-3 AWARD AND EXECUTION OF DOCUMENT SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total. obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other grioted amoanta as may eater into the cost of the completed proiect will be considered as the amount of the bid. Until the award of the contract is made by the owner, the right will be reserved to reject any or all proposals and waive technicalities, to ire -advertise for new proposals, or to proceed with the work in any manner as maybe coasidered for the beat 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 irkformation regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman -owned Business Enterprise (WEE) on the contract and the payment therefor. Contractor further agrees, upon request by Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MEE or WBE. Any material, misrepresentation of are 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 Contrasts with the Owner for a period o-f time of not less than six (G) months. 3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with. Current City Ordinance prohibiting discrimination in employment practices. C3_3 (1) The Contractor shall post the required notice to that effect on the project site', and, at his request, will be provided assistance by the City of Fort Forth'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 yea by the Owner. it cannot e w thdrawa by the Bidder within fort -fivt (A5-) day's -after, the data 'on which the proposals were opened. C3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold inai l action on the proposals for a reasonable time, not to exceed forty-five ( 45 ) days after the date of. opening proposals, and in no evert will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, 'will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determ n for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, its its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3 .7 BONDS; With the execution and delivery of the Contract Docvments, the Contractor shall furnish to, and file- with the Owner in the amounts herein required, the following bonds a. PERFORMANCE BOND: A good and sufficient performance bond IF an amount not less than 100 percent of - the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the owner and all other persons against damage by reason of negligen e' of the Contractor, or improper execution of the work or the use of inferior materials. This performance C3-3 () 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 acoomplished and final payment is made on the project by the City. b. MAINTENANCE BOWD: A goad 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 U-8.10. c: PAYMENT UOND t A good and sufficient payment bond, in are antount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all. claimants as defined in 'Article 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the wort provided for in, the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required y these contract Documents shall be furnished by the Contractor. No sureties will be accepted by the owner which are at the time in default or delinquent on any bands or which are interested-iii 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 Dort Worth, Texas, and which is acceptable to the owner, In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. ta,ch band shall be proper. executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3) new surety satisfactory to the der. No payment will be made under the contract until the new surety or sur8tles, 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. a EXECUTION OF CONTRACT.- Within ten (10) days after the Or nerr has by appropriate resolution f 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 r'egaired bond or bonds or to sign the required contract within ten (101 days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the Owner may annul the Award. By reason of the uncertainty of the market prices of material. and Labor, and it being impracticable and difficult to accurately determine the amount of damages occuring to the Owner by reason of said awardee's failure to execute said bands and contract within ten {10) days, the proposal security accompanying the proposal small be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the A ardee and shad thereupon, .immediately be forfeited to the Owner. The filing of a proposal will be considered as an acceptance of this provision by the Bidder. 3-3.10 BEGINUIUG WORK; The Contractor shall not commence warn unto -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 the "Work Order" or "Proceed order" it is agreed that the Surety Company will, within ten (ID) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence wort under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub --contractors' C3-3 M WN certificate of: insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whethor or not bis insurance covers sub -contractors. It is the intention of the owner that the insurance coverage required hereiu shall include the coverage of all sub-cautractars. a, COMPE SATIOU INSURANCE: The Contractor shall maintain, during the life of this contract, Workers' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub -contractors. In case any class of employees engaged iR hazardous work on the project under this contract is not protected under the Workers' Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. CO PREHEVSIVE GENERAL LIABILITY INSURANCE: The Contractor shall pi&c_r_e an shall mainta during the life of this contract Contractor's Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not loss than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. c, ADDITIONAL LIABILITY: The Contractor small furnish insurance as separate policies or by additional endorsement to one of the above -mentioned policies, and kn the amount as set forth for public liability and property damagex the following insurance: 1. Contingent LiabLlity (covers General Contractor's Liability for acts of: sub -contractors). 2. Blasting, Prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations are to be performed ad'acent to sane). 4. Damage to underground utilities for $500,000. C3-3 ( 5 ) 5. Builder's risk (where above -ground structures are involved) . _ 6. Cantractual Liability (curers all i.nd mnif icati.on requirements of Contract), [3. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPCRTY DAMAGE: The Contractor shall procure and maintain, during the. life of this Contract-, Comprehensive Automobile 'Liability insurance in an amount not less than $250,000 for injuries. including accidental death to any one person and subJect to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e, SCOPE OF INSUVANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs sa] 1 provide adequate protection for the Contractor and his sub -contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall fTrnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. (sample attacbed.) All insurance requirements made upon the Contractor shall apply to the sub -contractor,, should the Prime Contractor's insurance not cover the sub -contractor's work operations. q. LOCAL AGED' FOR INSURANCE AND BONDING: The xnsuraRue and bonding companies with whom the Contractors insurance and performance, payment, maintenance and all such other bands are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) City of Fort Werth, Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom service of process may be had, and must have authority and poorer to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, acid 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 Wo]rtb-Dallas area. The name of the agent or ageDts shall be eet fortis on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when clue, C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged In work on the project at the site of the project stall 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 gage 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; how8ver, posting and protection of the wage rates shall be the responsibility of the' Contractor. C -3.1Q CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, Whether a person, persons, partnership, compary, firM, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority small be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract Whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-,3 (7) Matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor + s principal base of operations be other than in the Fort Worth -Dallas metropolitan area, notification of the Contractor's. assignment of local authority shall be made in writing to the Engineer in advance of any work on the project,' all appropriately signed and sealed* as applicable, by the Con -tractor' 5 responsible of f seers wi, th the understanding that this written assignment of authority to a local representative shall became 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 administrations whether it be oriented in furthering the work, or other, be governed direct by local. authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer mad►, at his sole discretion, stop all work until a new local authority satisfactory to' the Engineer is assigned, No credit of working time will be for periods in which work stoppages are in effect for this reason. C3 -3.15 VENDS: Venue of any action hereinunder shall be oxcclusively in Tarrant County, Texas, C3-3 (8) PART C - GENERATE CONDMONS C4--4 SCOPE OF WORK SECTION 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, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bias or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special provisl.ons" stall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when acid as found to be nocessary, and the Contractor slsall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of wort 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 wore above or below the 25 percent of the original quantity stated in the proposal.; such arevi ned consideration to be determined by special agreement or as hereinafter provided for 41Extra Work." No allowance will be made for avy changes in anticipated profits nor shall such changes be considered as C4-4 ( I ) waiving or invalidating any conditions or provisions of the Contract Documents. variations in quantities of sanitary sewer pipes -in depth categories, shall be interpreted herein as applying to the overall quantities or sanitary seer pipe in each pipe size, but not to the various depth categories. C 4 - 4. 4 ALTERATION OF CONTRACT. DOCUMENTS: By Change order, the Owner reserves the right to make such changes in the Contract Docurftents 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 materialL alter the original Contragt Documents or change the general nature of the project as a whole. Such changes small not be considered as waiving or Invalidating any condition or provisAon of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes arrrd attest€ons of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, stall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the owner to do the work for payments or credits as shall be determined by one or more combination of the following methods. a. Unit bid price previously approved. b. An agreed lump sum, C. The actual reasonable cost of (1) labor, () rental of equipment used on the extra work for the time so used at dissociated General Contractors of America current egu ipment rental rates; (3) materials entering permanently into the project, and (4 ) accrual cost of insurance, bonds, and social security as determined by the owner, plus a fined fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to corer the cast of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cast records on the form and in the method C4 -4 ( ) suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra York. No "Change Order's 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 ord8red in writing by the Owner. in case any orders or instructicns, either cral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. Should a difference ariss as to what does or does not constitute 'Extra Work, or as to the payment thereof, and the Engiheer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall beep an accurate account of the actual reasonable cost thereof as provided under method (Item C) . Claims foz extra work will not be paid unless the Contractor stall 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 tine claim is supported by satistactor vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Conttactor shall furnish the owner such installation records of all deviations from the original Contract Documents as war be necessary to enable tie Owner to prepare for permanent record a corrected set of plans showings the actual. installation. The compensation -agreed upon for 'extra work' whether or not in i f tiated by a 'change order' shall, be a full, , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result or the change or extra work. C4-4.6 SCHEDULE OF OPCRA'TIONS: Before commencing any work under this contract, the Contractor shall submit to the owner and receive the owner's approval thereof, a "Schedule -of operat.ion5 ;" showing by a straight line method the date of cc maiencing and finishing each of the major elements of the contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There C4 -4 (3 ) shall be presented also a composite graph showisig the anticipated progress of construction with the time being plotted horizontally and the percentage cf completion plotted vertically. The progress charts shall hi� prepared on 8-1" x 11" sheets and at least five black or blue line prints shall be furnished to tha owner. 4-4.7 PROGRESS SCHIMULES FOR WATER AND, SEWER PLANT FACILITIfg: :ithin fen (10) days. prior to submission of ii ZE monthly progress payment, the Contractor shall prepare and submit to the Owner for approval, six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The 8chedale 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 b -the Engirii�ter. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the -Engineer. Three copies of the opaated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule small incorporate all work elements and activities indicated in the proposal, and in the technical apecifications. Prior to the final drafting of the detail( rd construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guLdeli nes shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements and completion time, b_ The construction process shall be divided into activities with tirne durations of approximately fourteen (1-4) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptioris to thin guideline. C4-4 (4) c_ Durations shall he in calendar days ana normal holidays and weather conditions over the duration of the contract shall be accounted £or within the duration of eacch activity_ d. one critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time .between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the owner, f. Thirty days shall be used for submittal review unless otherwise specified - The canistruction schedule shall as a imi,naimam be divided into general categories as indicated in the Proposal. and Technical Specifications and each general category shall be bto en down into activities its enough detail to achieve activities of approximately fourteen. (14 ) plays durationi. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that fallow the guidelines of this section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials 1. Preparation and transmittal of submittals. 2. Submittal review periods. 3. Shop fabrication and delivery. 4. Erection or installation. . Transmittal of manufacturer's operation and maintenance instructions. 6. installed equipment and materials testing. 7. owner's operator instruction (if appl ica,lble) . B. Final inspection. C4- 4 ( 5 ) 9. operational testing. 16. Final inspection. if, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as -necessary to improve hia progress. In addition., the Owner• may require the Contractor to- submit a reprised schedule demonstrating -his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract 'time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. r`ailur a of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such clili.gence as will insure its completion within the time specified. 4-Q (6) PART O - GENERAL CORDITIONS -5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS 5-5.1 AUTHORITY .OP ENGINEER: The work shall be performed to the satisfaction of the Engint er and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the duality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of the construction,' interpretation of the Contract Documents, auceptable f ulf illrnent of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the warp, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequerxces or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor" s failure to perform the work in accordance with the contract documents. He shall determine the amount and quality of the work completed and materials furnished, and his de cisions and estimates shall be final. His estimates .in Hach event shall be a condition to the right of the Contractor to receive money due hi.rm under the Contract. The Owner stall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Comer and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any daviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the owner by Change Order. C5-5 (1) C5--5. 3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made tip 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. I.ri case of di,scre.panoi e-5, figured dimension shall govern over sealed dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and st.aDdard specifications, and quantities shown on the plans shall govern over those shown in the- proposal. The Contractor shall not take advantage of any apparent error or omissioR in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the falfillment of the intent of the Contract Dccamea ts. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately gall this condition to thge attention of the Engineer. in the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5--5.4 COOPERATION OP CONTRACTOR; The Contractor will be furn1shed with three sets of the Contract Documents and shall have available on the site of the project at all times one net of such Contract Documents. The contract shall give to the work the conntant 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 small 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 Bngineer, or his authorized representatives. Fa rsua nt to this respcnsibili.ty 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 clay of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) adequately provide for the safety or convenience of the traveling p-.blir- or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 Rt4ERGE CY ,ENO R R£C'X` FZ[:ATTON C; When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or on a working -day basis. Should the Contractor fail to respond to a request from the Engineer to rectify aay discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work cr changes are to be performed. The written notice shall direct attention to the discrepant, condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request or does not show jest cause for not taking the proper action, within ;!4 hours, the City may take such rentedia,l action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds cane the Contractor on the project. C5-5.6 FIELD OFFICES The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically* called for. The field office Shall be not less than 10 by 14 feet in floor area, substantially constructed, Drell heated, air conditioned, lighted, and weather-proof, so that documents will not be damaged her the elements. C5-5._7_CONSTRUCTION STAKES: The city, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marling as may be found consistent with goad practice, D5-5 (3) These stakes or markings small be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contra torTs use or guidance skull 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 mark* plus 25% will be charged aga-inst.- the- Contxactor; and the. full amount will be deducted from payment due the Contractor. C 5 - 5 . 8 AUTHORITY A14D DUTIES OF CITY INSPECTORS: City Inspectors will be authorized to inspect all work done and to be dome and all materials tarnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the matari,als to be used or equipment to be i.nstallind. A Catty Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner -in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising batween the 'Contractor and the City Inspector as to the materials or equipment furnished cr the manner of performing the work, the City Inspector will have authority to reject materials or equipment to sgspend work until the question at issue can be referred to and be decided by the Eriginea r. The City Inspector will not, however# be ,authorized to revoke, alter, enlarger or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation, of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Eng-ineer when the saine are consistent with the obligations of the Contract Documents, provided, however, should the Contractor object to any orders or instructions of the City Inspector, the Contractor [ray within six days make written appeal to the Engineer for his derision on the matter in controversy, C5-5 (4) 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 Cuntractor small, at any time before acceptance of the Mork, remove or uncover such portion of the finishers work as may be directed. After examination, the Contractor $hall restore said portions of the work to the standard required by the Contract-Docaments. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or waking good of the parts removed shall be paid for as extra work, but should be work so exposed or e-xamined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Con tractor's expense. No work shall be done or materials used without suitable supervision or i,rispection. CS-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which WiT been rejected shall be remedied or removed and replaced in are acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become dine to the Contractor. Failure to 'require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5-5.11 SUBSTTTUTE 14ATERIALS OR EQU1PMENT: if the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed 'Substitute, he shall, prior to the preonstructi.on conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and, capable of performing the same function as that specified; and identifying all variations of the proposed C5-5 (5) substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of Bnginaer wbo will be the jadg8 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 fiarnished at Contractor's nxp,errse.' Contractor shall indemnify and.- hold -harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses Unclading attorneys fees) arising out of the use of substituted materials or equipment, C5-5.12 SAMPLIE5 AND TESTS ORMATERIALS: Where, iu the opinian of the Engineer, or as called for in the Contract Documents, tests of materials or equipment arc necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided_ The failure of the Comex' to maize any tests of materials shall be in no war relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the reguirements of the Contract Documents. Tests and sampling.oi;- materiale, 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 Erngineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented bar 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 s clesign minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and - the Contactor small be responsible for replacing any concrete which does not meet the regairements of the Contract Documents. "bests shall be rude at least 9 days prior to the placing of concrete, using samples i-rom 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 prier to the use of the new materials. C545.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed b the ]engineer, they shall be placed on women platforms or other hard, clean durable surfaces and not on the C5-5 (6) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5, 14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered € n the nonexistence of, or a definite location of, existing underground utilities. The location of mate gas maim i, water mains, eonduits, sewer lines and servile lines for all utilities, etc., is unknown to the Owner, and the Owner assuiaes no responsibility for failure to show any or all such structures and utilities on the glans or to show them in their exact location. It is mutually agreed that such failure will notbe considered sufficient basis for claims far additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, runless an obstruction encountered is such as to necessitate changes in the linos and grades of considerable magnitude or requires the building of special works, provision for which is net grade In the Contract Documents, in which case the provision in these Contract Documents to Extra work skull apply. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently In advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures and'service lines. Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight (48) hours ir► advance of construction including exploratory excavation if necessary. All verification of existing utilities and their adjustment stall be considered as subsidiary work. C5-5,15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the noarmal. prosectuion . of wank where the Interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required tot 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. . C5-5 (i) ?_ Notify each customer personally through responsible personnc-1 as to time and schedule of the interruption of their service, or 3. in the evert that personal notification of .a customer cannot be made, a prepar8d tag Form shall be attached to the customer's entrance door knob. The tag shall be durable ir# c€ mpos,it-ion,. and in large_ bold type shall say: " NOT I IF11 Due to Utility Improvement in our neighborhood, your (water) (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor -- - - Address Phone Amer roc : In the event that are unforeseen service interruption occurs, notice shall be as above,but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on the part of the Contractor,. any other contractor or any sub -contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractbr or sub -contractor by agreement or arbitration. If such other Contractor or sub -contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the OwDer will notify the Contractor, who shall indemnify and save harmless the owner against any saach claim. C5-5, liCLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer. Twenty -fours fours after written notice is given to _the. Contractor that the clean-up on the job site is proceeding in. a manner unsatisfactory to the Engineer, if the Contractor fails to correct the C5-5 (8) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice and the costs of such direct action, plus 5% of such costst shall be deducted from monies sine or to become due to the Contractor. Upon the campietion of the project as a whole as covered by these Contr'aot OocumeiRts, and before final acceptance alld final payment will be made, the Contractor shall clean ana 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 heat and, orderly condition eyual to that which originally existed_ Surplus and waste materials removed from the site Qf the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by trim and shall deliver over such materials artd equipment in a bright, clean, polished and new appearing condition. No extra compensatioa will be made to the Contractor for any clean -tip required an the project_ 5--5.18 FINAL I-NSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the owner and request. that the Final inspection be made. Such inspection will be made within 10 days after such notification. After such final. inspections if the worse 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 EngiQeer and the date of £final inspection of the vrork. 5- (9) PART C - GENERAL CONDITIONS C6--6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL HELATIOVS 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 late` by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considerp-d. Ta Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits aWd- licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES MATERIALS AND PROCESSES: If the Contras or is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It Is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade -marls, and copy rights in any way involved in the work- The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trade -mark or copy right in connection with the work agreed to he 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 Lhe responsibility to defend any and all suits brought for the infringement cf any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6 (1) C6- .4 SANITARY PROVISIONS: The Contraotor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such, facilities small be kept in a clean and sanitary condition, kree from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City stall be strictly complied with. C6`6.5 PUBLIC 5;k]�BTY NND CONVENIBNCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be sc 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 publics including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adeq%3ate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement of crushed atone 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. SuQh other means may include the diversion of driveway traffic, with specific approval by the Eng i-neer . if diversion of traffic is approved by the Engineer at -any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traff-ic.. Sidewalks must not be obstructed except by special permission of the Engineer.. `the materials excavated and the construction materials such as pipe used in the construction of the work shall he placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call loxes, water valves, C6-6 () gas valves, or inanhol.es in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted fzom monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Beadquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the fire Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed hack in service. Wbere 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 Broadway approaches as well as the structures of such crossings. The Contractor shall at all tunes conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in closd proximity to or on the site of the work. Wherever any such damage may he 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 Its STREETS, ALLEYS, AND MIGHT -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 -stay as provided for in the ordinances of the City, as shown in the Contract Documents, oz as may be specifically authorized in writing by the Engineer. ,A reasonable amount of tools, mat-arials, and equipment for construction purposes may be Stored in such space, but no more then is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may .be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall b4n C6-6 (3) carried on in such manner as not to interfere with the operation of trains, leading 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. Arxy additional grounds desired by the Contractor for his use shall ba< provided by him at his own Cost and expense. C6- . 7 RAILWAY CROSSINGS: When the work encroaches upon any r ght-o �wa ► o any rallwayr the City will secure the necessary easement for the work. 'Where the. railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the m8thods of performing the work and takes all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the city. The Contractor shall give the City notice not less than five days priot to the time of his intentions to begirt work on that portion of the project which is related to the railway properties, The Contractor will not be given extra or additional compensation for such railway cr.ossiags unless specifically set forth in the Contract Doci3ma its . C6-6.8 BARR1CADr WAR -RINGS AND WATCHMEN: Where the work is carrrie on in or adjacent to any street., alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fencesf lights and damper signals, shall provide such.wratchment and skull twee all such other precautionary measures for the protection"; of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to beep pedestrians away from, and vehicles from being drivers on or into, any wark under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sutf icient numbers to protect the work and prevent accident or damage. All installations and procedures small be consistent with the provisions set forth is 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 Vercn's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and Sly C 6 - 6 ( 4 The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. if it is determined that a sign must be removed LO penult required construction, the Contractor shall contact the Transportation and Public Works department, Signs and markings Division (phone number 8780-8075), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temperaiy 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 in -stalled correctly or if it does not meet the required specifications, the permanent sign shall be left in glace until the temporary sign requirements are met. when construction Mork is completed to the extent that the permanent sign can be re -installed, the Contractor shall again contact the Signs and. Markings Division to re -install the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is faund 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 rmaintenanc8 of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will he paid to the Contractor for the work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal.. C6-6.9 USE OF EXPLOSI TES D tCF I HTj ETC.: Should the Contractor elect to use explosives, dxop weight, etc., inthe prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in Cfi-6 C 5 ) advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Cpntract Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commend ag and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by th8 Contractor's insurers to the ' Engineer -within ten (10 ) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the ccmplain't has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure spanner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchman at all. times. All vehicles in which, explosives are beisig transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.1D WORK 'WITHIN BASEMIZVTS: Where the work passes over, through, or rota privy to property, the owner will provide such right -of --way or eanemant 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 birn at his own expense. Such additional rights -of -way or work area small be acquired for the benefit of the City. The City shall be notified its writing as to the rights so acquired before work begins in the artectea area. Tne contractor snail nom enter upon pLava-Le property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to stone equipment or material on private property unless and until the specified 'approval of the property owner ha-s been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the worn as a past of the project construction operations. The Contractor shall be responsible for the preservation of aaa shall. use C6-6 (6) every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, c>ilverts, 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, Includi-ng the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of owners or. cccupants of public or private lands or intergst in lands -which might. -'be affected by the work. Such notice shall be made at least 48 hours in advance of the beginping of the waark- Notices shall be applicable to both public and private utility companies or any corporation, company, individual; or other, 'eitheie as owners or occupants, whose land or interest in land might affected by the work. The Contractor shall be responsible for all damage or injurer to property of any character resulting frorn any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, -or equipment_ when and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or is consequence of the non--axecution thereof on the part of the Ccntraotor, be shall restore or have restored at his own cast 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 goad such damages or injury in a manner acceptable to the owner of the property and the I�ngineea:. 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 Con tractor shall set cross braced posts on either side of pearzanent easement before the fence is cut. Should additional fence cats be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross brae'ed posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in glace of the fencing removed whenever the work is not in progress and when the site is- vacated overnight, and/or at all times to prevent livestock from entering the construction area:. The cost for fence removal, temporary closures and replacement shall he subsidiary to the various items bid in the-paroject G-G (7) proposal_ Therefore, no separate payment shall be allowed for any serLrice associated with this work, In case of failure on the Part of the r-ontractorto restore such p>~opezty to make good such damage ox injury, the -Owner may, impon 48 hour written notice under ordinary cir stanr-es, and without notice when a nulsanrre or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property 'as may be dEtp-rmined by the Owner tQ be necessary, and Lhe cast thereby will be deducted from arty monies due or to become due to the Contractor Mader this contract_ C6-6. it INDEPE-NDENTCONTRACTOR: It is understood and agreed by the Paz -ties hereto that. Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shalt have exclusive control of --and the exclusive right to control the details of all the raork and services ,performed hereunder-, and all persons performing same, aLnd shall be solely responsible for the acts and omissions of its officers, agents, servants,, employees, contractors, subcontractors, licensees and invitees-. The doctrine of resgondeat superior shall not apply as between Owner and Contractor, its officers, agents, e.Yoployees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor _ C -6.1 9QMRA_CT0RvS MSPONSIBILM FOR DAMAGE CLAIMS: Cowxaaor cove4AW-s and agrees to and does h=by indenuffy, hold Ihaunless and defend at its own Wense, Owner. its of oEr , gents, servants and employers, frorn and; ,, irL t any and all claims or suits For property loss or darnage and/or personal injwy, including death, to any and all persons, of whamocver kind or citaraetcr, whether real or asserted, arising out of or an oomection with, directly or indirectly, the work and saviccs to be perfumed hereunder by Contractor, its officers, agents, ernployces, subcontractors. lio.-; a s Or invitees, mbether or not caused, n .whole. orin part, by the alleged )FRegliunce of the officers, agents., servants 1eeS contractors, subcontractors, licensees and invitees of the Gts_ and said Contractor does herby covenant and agree to assume all liability and responsibility of City, its ofFce=, agents, servants and rnaplayem for any and all Bairns or suits for property toss or dwa-age and/or pmwrad injury, including death,, to any and a!l persons, of whawevcr kind or dmaaer, whether real or asserted arising out of or in connection with directly or indirectly, the work and services to he performed hereunder b {contractor, its officers,' agews, employees, subcontractors, ficernsees or inVilecs, whether or not —caused, in whole or in part, by the alle ed ne �i en�e of �lre officers en servants a �o eew�� C6-6 (8) contractors, §ul acontrac6rs, liven --sees and invitees of the Cif. Cori actor Gl a rise covenants and agrees to, and does beErZy, indemnify aud hold harmless City from and against any and all i:njrsricS, damage, loss or destruction to property of City during the performance of any of t3te tennis and conditions of this Contract, whether ariSinix out of or in connection with or resulting M to whole oir an Dart, any and all alleged acts or o Jssaons officers, agren (s, servants, empIo ce ,_ contractors., S U btf)Rtractors Iic n S ees, igyJtees of 0 WDgi - In the event a written claim for damages against the contractor cr its subcontractors remains unsettled at the. time a]1 work[ oa the project bas been completed to the satisfaction of the'Director of the Water Depa arnr-nt, as evidenced by a €inal inspection. final payment to the (:ontractor shall not be recommended to the Director of the Water Department for a pct ind of 30 days axf ez the date of such final inspec-tiort, unicss the Contractor steal l submit written evidence satisfactory to the ]director that the claim KM been seu led and a release has brza obtained from the clainia t involved - If the clairns concerned remains unsettled as of tho- expiration of the above 30LLday pe-6od, the Contractor may be &&rued to be cndfled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the, total dollar amount them flue less the dollar value of any wriUen claims pending against the- Contractor arising out of performance of such work. and such serni-final payrn"t may then be recommended by the Director. The. Director sball not recoarncnd final paymmit to a CenWILUOr against whom such a claim for dasnage�s is outstanding for a period of six months follovring the date of the acceptance of the work performcd unless the Contractor sobmiu evidence- in VMfing satisfactory tot he Director that: The claim has €reerz settled and a release has beer« obtained from the claimant invoNed, or 2. Goad €with efforts have b= made to settle such outstanding claims, and such good Nth efforts have failed_ I f cond ition ( l ) above is ma at airy time, wiffiia the six month period* _the Direaor shall re -commend that the final payment to the Contractor be made- if condition ) above is met at any time within t he six month period, the Director may recvmumwd that final pay rt to the Contractor b�-- made- At late expiration of the six rrtonth period, the Director may G-6 (9) r mmcnd that final payment be m;Wmifail o#hrz work has been performed and W1 other obligations of the Contmccor have be n mot t� tho satisfaction of the Director. The Director may, if he dc=s it appropriate, zrfuse to accept bids on other Water DTarw=t Contract work from a Contrac#or against wham a claim for dam es is outsunding as a resul t of worst performed under a City ContmCL (Rcvisio4 Date: April 15, 1999) C6-6.13 CONTRACTOR' CEATM FOR DAMAGES: Should the Contractor claim compensation for any alleged Jamage by reason of the acts or omissions of the Owner, he shall .within throe 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 ox- before the 25th clay of the month succeeding that in which. any such damage is claimed to have been sustained, the Contractor shah, file with th-e- Engineer an itemized staternent of the details and amount of sash alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, hills of lading, and other books or papers containing any evidente as to the 2amouot- of i3uch alleged damage. Unless such statements shall be filed as berei nabove requi.red, the Contractor's clai= for compen-qati.on shall be waived, ana be shall not be entitled to payment on account of such Aa mages_ C6-6 , l4 ADJOSTMB T OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter is any manner the property of a public oti lity or others, the said property shall not be moved or interfered with until orders thereapon have been issued by the 'Engineer. The right is reserved to the owners of public utilities to eater the geographical limits of the Cont-ract for the purpose of making such cba.nges or repairs to their property that may be necessary by the performance of this contract. cG-6 . XS TEMPORARY SEDER AND DRAMs CONNECTIONS: When existing sewer lines have to be taZe- up or removers, 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 small 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 ovn cost and expense, adequate pumping facilities and temporar-y outlets or iliversions. The Contractor, at his own cost aLnd expense, shall construct such troughs, ,pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage CG^6 (1)) received from these tempDrary connections until ouch 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 sv that the work under construction will be adequately protected. 6-6.16 ARRANGEMJ+ NT AND CPAROTS FOR WATER FURNISHED BY T98 CITY.- When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a coanectivn on an existing City inain . All piping required beyond the point of delivery shall be installed by the Coatractor at his own expense. The Contractor's responsibility in the use of all existing five hydrant and/or valvea is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When mi# ters are used to measure the water, the charges, if any, €cr water will be at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment, shall be made on estimates and rates established by the Director of the Tort Worth Water Department. 6-6.1.7 USE OF A SECTION OR PORTION OF THE WORK: Wherever, in the opinion of the Eingineer, any section or portion of the work or any structure is in suitable condition, it may be'put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor, shall be performed by the Contractor at his own expense. C6-6. 1.8 CONTRACTOR'S RESPONSIBILITY FOR THE WORD(; until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (11) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, irestore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. 6--6.1 9 NO WAIVER OF LEGAL RIGETS : 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 takers 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 an 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. 6--6. 0 PERSONAL LIABILITY CT PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the owner, either personally or otherwise as they are agents and representatives of the City. C6-6. 1 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an -organization whieb qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Teas 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 Comptrnller's Ruling .007. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller"s Ruling .011, and any other applicable State Comptroller rulings pertaining to the "texas Limited Sales, Excise, and use "fax Act. on a contract awarded by a developer for the construction of a publicly-owried improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales, Excise, and Use 'fax Act., the Contractor r-an probably be exempted in the same manner stated above. C6-6 (1 ) Limited Sale, Excise and Use Tax permits and information can be obtained from: Comptroller of Public Accounts Sale Talc Division CapitoL Station Austin, TX fit6 (13) PART C - G NERAL CONDITIONS C7-7 PROSECUTION AMA] PROGRESS SECTION C7-7 PROSECUTION AMD PROGRESS! C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workman under his immediate super intendance, work of a value of not less than fifty (50 ) percent of the value embraced in the contract. if the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any oircumstance5 be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the contractor and shall be subject to the sauce requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all tiniest 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; s-u et, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the owner expressed by resolution of the City Council, and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or. corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option of the owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies. due or to became due under or by virtue of said contract shall be retained by the owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION] OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of C7-7 (1) prosecuting the work and ordering materials and equipment which he expects to fellow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to he earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time lirAit skated in these Contract Documents ana shall conduct the work in a continuous manner and with sufficient, equipment, materials, and labor as is necessary to in sare its completion within the time limit. The sequence requested, of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from the full responsibility of the completi--, performance of the Contract. The contract time may be changed only as set forty 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 LIMYTATIOWS 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 tirna 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 then-li3 necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7. S CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort worth his key men and his superintendent. All other workmen, including egaipment operator's, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any pereon or persons employed by the Contractor in or about or on the work who, in the opinion of the owner, shall misconduct himself, or be f ound to be incompetent, disrespectful, intemperate, dishonest, or C7-7 (2) otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Darner, 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 pertarm the work assigned to their and operate -any equipment necessary to properly carry out the performance - of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as, is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory crate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will result from its use. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in CL-1.23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a, A request to work on a specific Saturday, Sunday or Legal holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work -to be done on the project on such a specific Saturday, Sunday or Legal Holiday most 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 workperformed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in 1--1. 4 and the Contractor may work as he so desires. C7-7 (3) C7T7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operati-ans within the time specified iR the Contract Documents and set forth in the Work order, Failure tv do so shall be considered by the Owner as abandononant 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 w-i-11 be- perf-ormed and the premises cleaned up in accordance with the Contract Documents and witbi.n the time established in such documents and such extension of time a's may be properly authorized by the owner. 7-7.8 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 aPd after the time alleged cause of delay shall have occurred. Should an extension of tho time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work,, consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor, including but. limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, gaarantine restrictions, strikes, freight embargoes, or delays of sub -contractors true to ruch causes. When the date of completion is used on a calendar day bid, a request for extension of time because of inclement weather will not he considered. A request for extension of time clue to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by • the Bng i.neer indicates that the Contractor has made aL bonafide attempt to secure delivery pn schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactor y execution and completion of the .contract should require work and materials in greater amounts or quant-ities than those set forth in the approved Contract Documents, them the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when .direct and unavoidable extra oost to the Contractor is caused by the fai,iujee of the City to provide information or material, if C7-7 (4) any, which is to he furnished by the City. When Such extra compensation is claimed a written statement thereof shall be presented by the. Contractor to the Engineer and if by him found correct shall be approved and reterred by him to the council for final approval or disapproval; and the action thereon by the Council shall be final and binding, if delay is caused by specific orders riven by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or nece5sary Instructions for carrying. on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application foT which shall, how8vor, 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 heareender which shall refrain 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 iri the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will he specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid tipon . 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 after the time specified in increased time granted by increased by additional wor contract is signed, the sty schedule, unless otherwise Contract Documents, will Contractor, not as a penal suffered by the Owner. AMOUNT OF CONTRACT any work shall remain uncompleted the Contract Documents, or the the Owner, or as automatically ]c or materials ordered after the m per day given in the following specified in other parts of the be deducted from monies due the tyr but as liquidated damages Lass than 5,000 inclusive $ 35.00 $ 5,001 to 15,000 inclusive 45.00 15,001. to 25,000 inclusive $ 63.00 25,001 to 30,000 inclusive 105.00 $ 50,001. to $ 100,000 inclusive $ 154.00 100,001 to 500,000 inclusive 10.00 C7-7 (5) 5G0,001 to $1,000,0OU inclusive w 315.00 1,000,001 to 2,000,000 inclusive $ 420.OD 2,000,001 and over 630.00 The parties hereto understand an4 agree that any harm to the City caused by the ontractor's delay in completing the work hereunder in tkie time specified by the Contract. Documents would be incapablie or very difficult of accurate estimation, and that- the "Amount of Liquidated Damages Per Day", as set out above, fs a reasonable .forecast of just compensation due the City for harm caused by any delay. CI-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he. be liable to the City in the event. the work its 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 TB14PORARy SUSPENSIONz 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 deefn necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be ansatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will mace no extra paymeTit for stand-by time of construction equipment and/car construction crews. if it should become necessary to suspend work for an - indefinite period, the Contractor small 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 precaoti.on to prevent damage or deterioration of the wont performed; he skull provide suitable drainage about the work, and erect temporary structures where necessary.. Shoold the Contractor not be aisle 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 Paragrap-h C7-7-.8 EXTENSION ION OF THE TIME OF COMPLETION, and should it he 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 Pquipment off the job and returning the necessary equipment to the job when it is determined by the Engineer 7-7 (6) that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reinxbr)rsement 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'. C7-7.1.3 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 thin Contractor to obtain all of the Necessary labor, materials, and equipment for the prosecution of the work with, reasonable oontinaity 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 cf labor, materials, and equipment not obtainable. if, after investigations, the Corner finds that such conditions existing and that the inability of the Contractor to proceed is not attribotabl.e in whole or in part to the fault or neglect of the Contract, there if the owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equiprctent within thirty days, the Contractor may ,request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and ]used upon a final settlement rrrutuall+y acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to, the payment for all work executed but no anticipated profits on work which has not bei�ri performed. C7-7.14 SUSPENSION OR ABANDONMENT OF TIDE WORK AND ANNULMENT OF CONTRACT; The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Cbntractor to command work operations within the time specified in the York Order issued by the Owner. C7-7 (7) b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified Lime- C . Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. ubst,.anti.a.1. e.vi.dernce that, the. Antr.acto.r has abandoned the work. e. Substantial evidence that the Contractor his become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or owner provided for in these Contract Documents. 9. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of aRy nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other pdrpose. If the Contractor shall for any cause whatsoever not, carry on the working operation in an acceptable manner. k. If the Contractor commahces legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is cancelled, the Contractor shape 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 disQontinue, and may perform the same or may, with, the written C7--7 E 81 consent of the Owner, sublet the Mork or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two creeks 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 -9hall be paid by the Owner for all work performed by them in accordance with the terms of the Contract: Documents. All monies remining 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 speci.fie6 time, exercise their right and option to assume the contract responsibilx ties, or that portion thereof which the Owner has ordered by the Contractor to discontinue, them the Owner shall have the power to complete, by contract or otherwise, as in may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any .kind provided by the Contractor for the purpose of carrying an 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 clue 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 sane had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of sDch excess to the City on notice from the owner of the excess duo- When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of Lhis section, the Contractor shall continue the remainder of the work in conformity with the tetras of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner, C7-7.1_5 FULVILL ENT OF CONTRACT; The Contract will. be _ vnsidered as having been fulfilled, save as provided in any band. or bonds or by law, when all the work and all sections, or parts of the project covered by the Contract Documents have C7-7 (9) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the der. 0-1.16 TEMINATION FOR CONVENIENCE OF THE OWNER A. VOTICE OF TERMINATION: The performance of the work under_. tl-ia_,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 Dwner. Any such termination stall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated,, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner. Further, it shall be deemed conclusively presumed and established -thaL- 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 regardiftg such disr-retionary action. H. CONTRACTOR ACTION: After receipt of a notice of termination, and except as Dtberw ise directed by the Engineer, the 6ntractor shall, 1. Stop work tinder the contract on the date and to the extent specified in the notice of termination; . place no further enders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the- notice. of termination, 4. transfer -title to the earner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: C7-7 (10) n, the fabricated or unfabricated parts, work in proiness, completind work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of; termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such part of the work as shall not have been terminated by the notice of terminati n; and 6. take such action as may he necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is -in the posseasxon of the Contractor and in which the Darner has or may acquire the rest, At -a time not later than 3G days after the terrni6ation 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 inveato,ry not preciously disposed of, exclusive of items the disposition of which has been directed, or authorized by the Engineer. Not later than 15 days thereafter, the Owner Shall accept title to such items provided, that this list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement, C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall subin-it his terinination claim to the Engineer in the farm and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such Claims shall be conclusively deemed waived. C7-7 (11) O. AMOUNTS: Subject to the provisions of Item C7-7.16 ( ) , the Contractor and Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant heretol provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further, reduced by- tine- contract- price of work -not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shell be due for lost or anticipated profits. Nothing in C7-7.161E) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may he agreed upon to be - paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failgre of the Contractor and the Owner to agree as provided in C7-7.16 (D) upon, the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or an ticipat8d profits. F, DEDUCTIONS: In arriving at the amount due the contractor under this section, there shall be deducted (a,) all aaG►liquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract- (b) any claim which the owner may have against the Contractor in connection with this contract# and (c) -the agreed price for, or the proceeds of sale of, any materials, supplies or other things kept by the Contractor or sold,' pursuant to the provisions of this clause, and not otherwise recovered by or credited to the owner. G. ADJUSTMENT: If the termination hereunder be partials pr�or to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for are C7-7 (12 ) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the eontract. (the portion not terminated by the notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; nothing contained herein, however, stall limit the right of the Owner and the Contractor to agree upon the amount or amounts to he paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for terTpination of this contract under C7-7. 14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which owner may have for default or breach of contract by Contractor. C7-7,17 SAFETY KETHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities fax their enforcement. . The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect, person and property from injury, including death, or damage in connection with the work. C7--7 ( 13 ) PARE` C - GENERAL CONDITION 8-9 MEASUREMENT AND PAYMENT SECTION C3-8 MEASUREMENT AND PAY14E T C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quart items of work performed by the Contractor and authorized by the Contract Documents acceptably completed under tine terms ct the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will he made according to the United states Standard Measurements used in common practice, and will be the actual length, area, solid corntenta, numbers, and w4�ights of the materials and items installed. C8-9.2 UNIT PRICES: When in the Proposal a "Emit Price" is set icrth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and undergiound structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk drye to the elements and other causes, delays profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to gully construct each item of the work complete in glace an-d in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Bum" is set ae forth, t e s"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidary work necessary for the construction and completion of all the work tv provide a complete and functional item as detailed in the Special. Contract Documents and/or Plans. B-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation -as herein provided, in full. payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time CB-8 (1) before its final acceptance by the owner, (except as providc-d in paragraph C5--5,14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the troarking operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completeing the work ig an acceptable manner according to the terms of•the Contract Documents. The paym6nt of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, cr replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or, -before the final inspectian and acceptance of work or curing the one year guaranty period after final acceptance. The Owner small 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 RETAINA E; Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work stone during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is E'ound to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars ($100.00) in amount, 90% of such estimated sum will be paid to the Contractor if tha total contract amount is less than $400,000, or 95% of sucb estimated sum will be paid to the Contractor if the total contract amount is $400,00 0 or greater within twenty-five (5) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City_ The partial estimate may include acceptable nonperishable rnaterials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the the time of the -estimate have not been installed. (such payment will be allowed on a basis of 85% of the net invoice value thereof.) The Contractor shall furnish the Engineer such information as he may request to aid C8-8 i2? him as a guide in the verif illation or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken as an admission of the owner of the amount of work done or of its quality of Sufficiency, or as an acceptance of the work done or 'tire release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the paymeht of any Monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. CB-8.6 WITHHOLDING PAYMENT; Payment on any estimate or estimates may kre held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. CB-8.7 FINAL ACCEPTANCE: Whenever thb improvements provided for 5i the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will. initiate the processing of the final es-timate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. CB-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 are subject to necessary corrections or revisions in the final payment. C8-8 (3) The amount of the final estimate-, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after fiscal acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Frier to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have -teen paid its full, that the wage scale esta4lished by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities rider the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: it is understood that th8 Owner believes it has emplayea 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 ft--atares, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the campleted project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8.18 GENERAL GUARANTY- Neither the final certificate of payment nor an-y prov sx.on in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 ( 4 ) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of Cinal acceptance of the work unless a longer period i specified andshall furnish a good and sufficient maintenance bond in the amount of lop percent of the amount of the contract which skull assure the performance of the genera, guaranty as above outline. Th8 owner will give notice of observed defects with reasonable promptness. C8-8.11 SUB ZDIhRY WORK: Any and all work specifically governed by documentary requirements for t-he project, such as conditions imposed by the Plans, the General. Contract Documents or theca 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 wont, 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. C R 8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prides for miscellaneous pl-aoement of material. These materials shall be ased only when directed by the Engineer, depending on F. ield 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 materi.al shall be in accordance with the General Contract Documents regardless of the actual mount used for the project. C8-8. 13 RECORD DOCUMENTS: Contractor shall keep on rec6ra a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to Engineer capon completion of the work. C8-8 {} Supplemeutary Conditions o Section C SECTION Cl: Ul'PI.,E NTARY CONDMONS TO PART C - GEN ElRAL C:0NDITIONS A. General Tli se Supplementary Conditions amend or -;uppleme,-m the General Conditions of the Contract and other pmvisions of the Contract Documents as Mcated below. Provisions which are not so amended or supplementod rernain in full force and affect, B. Q8-8.5 PARTIAL ) +. TMIA TES AND RETAINAGE.- Pagt C8-8 (2), shouId be deleted in its entirety and replaced with the following: Partial pay cstirnales shall be aubmikted by the Contractor or prepamd by the City an the 5th rimy and 20th day of each month that the work is in progess. The estimate shall be pmeeeded by the City on the IOth day and 25th dap respectively. 1 timates wi]l be paid within 25 days. following the end of the catim ate, ppdod, less the 4Lppropriate retainagc as set out helow- PArfial pap estimates may include acceptable nonperishable rnateriR18 delivered to the work place which. are to be incorporated into the work as a permanent part thereof, but which at the time of the pay mtknate have not heen so installed. If such matbrials are included within a pay catimato, payment sh lI be based upon 85% of the net voice value therwf. The Contractor will furnish the Bn&eer such information as may be reasonably rcquasted to aid in the verification or the preparation of the pay estimate. For contracts of less than WO,000 at the time of execution, retainage shail .be ten per cent (1 GOA). For contracts of $400,000 or more al the time of execution, rei a i rage shall be Five percent (5%). Contractor sMU pair -subcohVact4irs in accord with the subcontract agreement within five (5) business days after receipt dry Contractor of the payrnmt by City. Contractoes failure to make the required payments to subcontractors will maharize the City to withhold fut►are payments fmm the Conlrrtctor until compliance with this paragraph is aeeomplislta It is understood chat the partial pay cstimatas will be approximate only, and all partial pay estimates and payment of same will be subjeet to correction in the esdmaw rendered following the, discovery of Cho mistake i.n any previom estimate. Partial payment by Owner for the amount of wane done or of its quality or sufficiency or acceptance of the work done, shall not release. the Contmaor of any of its responsibilities under the twomract Docwnents. The City reserves the right to withhold the payment of any partial ostirnate if the Contractor fails to perform the work in strict- accordance with the specifications or other provisions of this contract. C. Purl C - General Conditions: Pamgiaph C3-3.1 l of the Genera] Conditions is deleted at replaced with D-3 ofPari D - Spwial Conditions. D. ��}},,3��€[��3..711, IN�;{S'U�At.�A,i17'� �CE:�7PTTa1g77e� C3-3 (): Delete subparagraph "g. LOCAL. AGENT FOR 33'IJL�'lli`iL�iCE AND E}/'�747"rti7"�Yr"±i3 Revised Pg. l lOf24A)2 E. O- .12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS, Page f -6 (8), is deleted in its mttirety and rep]aeed with the Following: Contractor covenants and agrees to indernnify City's engineer and w liltect, and their personnel at the project site for Contractor's sale negIigence. In addition, Q)ntractor covemants and agrees to indemnify, hold harmless amd defend, at its awn expense, the Owner, its officers, servants and employroes, From and against any and all claims or waits For property loss, property damage, persoual injury, including death, arising out of., or alleged to arise vut of, the work and services to be performed hereunder by Ciontmeior, its officers, agents, employees, snbcvnlraderr,, licensees or invitees, Whether or not an ,belt irrlrr►`L donrajee or death Is caresed, in whole or in part, by the r ggRi ice or alleged rrexHuence of Owner, its of eer•s, sere anes, or emplo es. Contractor hk ise covenaras and agrees [o indemnify and bold harmless the Owner from and against any and all injuries to Owner's ofti.cors, serval* and c�niployees and any darRage, ions or destructioE I property cif thn e Owner arising from the performance of any cif the terms and conditions of this Conlraot iphelher or rtof any such hJury or damage is caused In w role or in parf by the toegligence or alleged negaligence of Qnvier, les alricer,s, seriants or emplowes. In the event Owner re gives a written claim for damages against the Contraetor or its subcontractors prier to final payment, final payrnertt shall not be. made until Contractor eithor (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the elaimant involved, or (b) provides Owner with a letter from Contr'ac(or's Iiabi lity insurance canirr that the claim has been referred to the insurance carrier. The Director may, if he duns it appropriate, refuse to accept bids on other City of Fort Worth public Work from a Contractor against whom a claim fox d=ages is outstanding as a result of work performed under a City Contract. F. IN EASRQ OR DEi C EASED -QUART YFIES: Patt C - General Conditions, Section C44 SCOPE OF WOil , Page C 4-4 (1), revise- paragraph 4-4.3 INCREASED OR DECREASED QUANUTTES ins react as follows, The Owner reserves the right to alter the gimntitios of the work to be perfvrrned or to extend or shorten the improvements ai any tune when and as fo=d to be necessary, and the Contractor shall Perform the work- as attend, increased or decreased at [be ani t prica as established in the contract documents. Nu a]lo ance will be made for any chwiges in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any con&Iions or provisions of the Contract Doc urnents. Variations in yuwi1ities of sanitary sewer pipes in depth catego6ei zi hat I be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised ?& 2 10124/02 G. 0-3.11 1NSURANCE' Page 0-3 (7): Add subparagraph "h. ADDITIONAL rNsinuNcE 11_ ULI l hrq-r " a, Thy City, its officers, un ptoyces and servants shall be endorsed as an additional insured on Contractor's insurance politic, imcepfing employer's liability insurance coverage under Contract,oes workers` eampensation insurance policy, b. Certifmates of €r urauce shall be delivered to the City of Fort Worth, contract administrator in the respective department as speciGeA in the bid documents, 1000 Throrkrnorton Street, Fort Worth, TX 76102, prior to commencement .of work oD the contructtA projtaa c: Any failure on pars of the City to request requixad insurance documentation shall not constitute a waiveraf the insurance requirements specified ire€ein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of wmooLiation, more -renewal, and/or material change in policy terms or coverage, test nays notice shall be acceptable in the event of non-payment ofpmmium. e. Insurers must be authorized to do husiness in the Mate of Texas and have a current A.M. Best rating of A: V11 or equivalent measure of financial strmgdr and solvency. f. Deductible limits, or self funded retention lirnits, on cacti. policy must riot exceed $1Q,OOG.0U per occurrence unless oth wise approved by the City. g. Other Uum worker's compensaion insurance, in lieu of traditional insurance, City my consider alternative Qoverage or risk treatment measures through insumee pools or risk retention groups. The City must approve in writing -any alternative coverage. h. Workers' wmpensadon insurance policy(s) covering employees employed om 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 time direct payment of insurance premium costs for contractors insurance. j. Con tractoes insurance policies steal] each be endorsed to provide that such irnsuranoc is pdmary prot=tion awd any self -funded or commercial c:ov rage maintained by City small not he called upon to contribute to toss recovery. k. In the course of the proj=, Cent -actor shall report, in a timely manna, to City's officWly designated confract administrator any known loss cccurrerrc�e which could give ( rise to a liability claim or lawsuit or which could result in a property loss. Revised p , 3 10/24/02 I. Contractor's liiability dial! not be limited to thQ specified amounts of insurance tNuireci lierein. in, Upon the regTiest of City, Conlrador shall provide cornplete copies of all insurance policies required by these corttract docurna tt8. H. CS -SA 'SCOPE .OF PAYMENT- Delete C84A, Scope of Payrneut at page C8-8(1) is deleted in its entirety and replaced %Qith the following: The Contractor shall receive, -amd accept the compensation as herein provided, in full payment for fumishing ali labor, tools, materials, and incidentals for performing ail work contemplated and embraced under these Contract Doceninents, for all lass and damage arising out of the nature of the work or from the action of the elements, Jbr any unforeseen defects or obstructions which may arise or be er[counwr•ed 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 m provided in paragmaph 5-5.14) for sill risks of whatever description connected with the prost-VUtion of the work, for all expenses incurred by or in consequence of the suspension or discontirtuanc,e of such prosecution of the working operations as hvTe6 specified, or any and all irnfringemenks of pappts, trademarks, copyrights, or other legal mservatfvxls, and for completing the work in an acceplahle mattrier according to the terms of the Contract Documents. The pa mmt of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute ;w acknowledgitient of Ifie acceptance of the work, materials, or -equipment, nor in -any way prejudice or affect the obligations- of the Contractor to repair, cornet, rcrxew, or replace at his own and Proper expense anyF defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery f wnished in or about lhe, construction of the work nader c:nniraa and its appurtenances, or any dainagc due or atl�huted to such defects, which defects, imperfccI.ions, or damage shall have been discovered on or before the final inspection and acceptance of the work or dusir[g the, two (2) year guaranty period after the. final acceptance. The Owner shall be the sole j udge of such defects, imperfections, or damage, and the Cuntracter shall he liable to the Owner for failmm to.correct the same as provided hertin1, 1. C8-8.10 Q EXERAL Q UARANTY. Delete V8-8.10, General 6wumty at page CE-8(4) is deleted in ifs entirety and replaced with the fallowing: Aleitl= the f n$1 certificate of pfayrrtcnI nor any provision in [lie Contract I}ocumeats, nor partial or entire occupancy or use of the prrniists by the 0"er As]I mn5fitutc an acxepWcc cif work not done in accordance with the Conti"act Documents orreIievtr the Contractor of Iiabiiity in re5,pcct to any express wmrarities or mspowihitity for faulty materials or workmamliip. The Contractor shall remedy any defuts or darriages in the work and pay for any damage to other work or property reaulfing Ihcrefrom whkb shalt appear within a period of Iwo (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient main1&ancc bond in the amounI of 100 parent of the amotmi. of the contract Revised Pg. 4 10/2410 which shalt assure the perforrL=ce of do general guaranty as aboyc n4Aitnrrl. The. Owner will give notice of observed defects with reasonable prcrrrptnt�ss. Any referenox to airy shorter period Of dMe of warm y con(ainar3 elsewhere within the specifications shall be resolved in favor of this speelfickionst it being the City's €r nt that the Contmtor Swwantim itq work for a period of two (2) years following Elie datr, of acceptance of the project. In the Special lwtr tions to Bidders, 'T11 W contracts place the fallowing in lieu of the exh-.dng paragraph 2, J. Pzrl C - Genera] Cvrxdition9, Section C2-2 Rg1W ETATI N AND PREPARA110N OF PROPOSAL, Page C - (4) exchange paragraphs C2-2.7, C2-2.8. and C2-2,9 with the, following: 2-2.7 DELIVERY OF PROPOSAL: No proposal will be nonsidgrod unless it is delivered, ac:companiod by its proper Bid Security, to the Purchasing Manager or his representative at Lhe 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 inust have (lie 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 "Nod cc to Bidders." The envelope shall be addressed to the Puu-,basing Manager, City cif Fart Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 Wrr1J1)P AVnN PROPOSAL : Proposals actually fiNd with tFre Purchasing Manager cannot be withdrawn prior to the time set for openhig.proposals. A request fear note-wnsiderafion of proposal must be made in writing, addressed to the OW Manager, and filed with him prior to the iime suet for the opening of proposals, After all proposals not requested for non -consideration are opmod and puhiicly road aloud, the proposals for which non -consideration requests have been proWly filed may, at the. option otthe Owner, be returned unop ed. C2,2.9 TEL.ERAPMC MODIRCATIO]V OF PROPOSALS. Any bidder may modify his proposal by telegraphic communication at any time prier to the t[ne set: For opening proposals, provided such teiegrapluc co=unication is receive{ by the Purchasing Manager prior to the said proposal opening tLinc, and provided fufth `, that Che City Manager- is satisfied that a written and duly authenticated confirmation of suet telegraphic conimunicatinn over the signature of the bidder was mailed prior to the prapasd opening time. if such con fiirrnatian is not received within forty-eight (48) hours after the proposal opening time, no fiirtler consideration wit] be given to the proposal K. C3-3.7 BOND (CITY LET PROJEC Si: Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make- the following revisions: Revised Pz. 10/24/02 1. Page C3-3(3); tt,e paragraph after paragraph C3-3,7d Other Bonds KhouW be revised to react: In order for a surety to be aceptoble to the City, the surety must (1 ) hold a certificate of authority from the United States secretary of the Ireasury to gualkfy Ats a surety ors obligations permitted or required under federal law, or () have obtained reinsurance for any Ifabillty In excess of $100,000 from a re insurer 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 tc qualify as a surety on obIigaticmr, 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, wiJI determine the adequacy of the proof required herein. . Pg. 0-30) Paragraph '3-3.1 l INS11R NCE delete subparagraph "a, COUPENSATION INSURANCE". 3. Pg, C3-3( ), Paragraph C3-3.1 1 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDWG". L. RIGHT TO AIJD]T: Part C - General Conditions, Section C8-8 l rf1?ASUREMENT ANT) PAYMENT, Page t18-8 (5), add dw following. Ard"ElieMQlf 0ax"3016 (a) Contractor aj7ecs that the City shalkl, until the expiration of three (3) years after final payment under this contract, have a€ edss to and the right to examine and phoIocogy any directly pertinent books, documents, papers d mwrds of the Contractor involving transao ions relating to this contract. Contractor agrees that the City rShall havc: access Huang normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in comp liRaot- with die provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor Rulher agrees to include- in al I its submntrai�ts hereunder a provision to the eft ct that the subcoriftactor agrees that the City shalt, until the expiratian of lhTue (3) years after KnaI paymtmt under the subc-ontract, have access to and the right to examine and photocopy ajiy di rect[y purl inent books, documents, papers and records of such subcontractor, involving transactions to the, subcontract, and furthrr, that City shall have access. during norniat working hotin to all suhmnLractor facilities, and shall he provided adequate and appropriate work space, in order to conduct audits in compliance with the, provisions of this a -bele. City shall give 9abcontractor reasonable advance nonce of intended audits. (c) Contractm and sub coritractor agree to photocopy such documents as may be requale'd by the City. The CitY agrees to reimburse the Contractor for the cost of copies as follows, Revised Pg, 6 10/ 4/02 1. 50 capies and uuder - 10 cents per page . Mori than 50 copies - 85 cents for the first page phis htleen c:enk f0T each page thereafter ll►l. SITE PREPARATION - The Contractor shall clear rights -of -way or casements ofobstructian which must he removed to mice possible proper prosecution of the work as a part of this project construction operations. The contTiwtails attention is directed to paragraph C -6.10 work within easeAacnts, page C6 (4), part C - Cemeral CDnditionri of. the Water Nepa ment General Contract Document and General Spw ficatioxta. Clearing and restoration shall be considered as incidental tGcDnstruction and all costs incurred wi it be cowide,red to be inoiuded in the Linear Foot price of the pike. 1. l ,ference Part C CextiE;ral Conditions, Sw ion C6-6.8 BAR RTC ADES, W ARNINQ AND WATCHMMN:. 1. Wherever the ward Watchmen appears in this paragraph, it shall he changed to the ward flagmen_ 2, In the first paragraph fines Eve (5) and six (.6), change the phrase take all such other precautionary measums to take all reasonable necessary measures. O. NU ORTTYIWOA-EN BUS1NES5 ENTERPRISE C TiPUANCE= Reference fart C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISEIWOMEN-OWNED BUSrNES S ENTERPRISE CO PLiANCE" shall be deleted xra its entirdy and replaced with the following: Upon request, Contractor agrees to provide to Owncr complete and accurate information regarding actual work performed by a Minority noisiness Enlerprise (NME) andlor a Women Business Enterprise ( BE) on the contract and payment tha4a4 re. contmdor further agrees to pewit an aiudiI and/or examination of any books, records or fi Ies in its possession the will substantiate the actual work pewrfoa'med by an 1VIBE and/or WBE The misrepresentation of facts (other than a neglie t misrepresentation) and/or the cammi.ssiort of fraud by the Contractor will be- grounds for termination of the contract an&or initiating motion wader appropriate federal, state or local laws or ordinances relating to fadsr, statements; fixrkher, any such misrep cnlation. (other than negligent misrepresmtation) and/or commiWon of fraud will result in the Contractor being determined to be irrespensibie and barred from participating in City work for a period of time of not less than thee (3) years. Devised Pg, 7 10124102 P. WAGE RATE :.Section 0-3.f3 of the eneraI Conditions is-deleted,and replaced with the following: (a) The contractor shall comply with ail requireintnts of Chapter 2258, Texas Govenrrment Code, including the payment of not leas than the rates detemined by the City Council of the City of Port Worth to lie the pmvaHing wage rates in accorda-m. with Chapter 2258, Texas Government Code. Such prevailing wage rates are inbludcd in these wnftad documents. (b) The contractor shall, for a period oT three (3) years fallowing the date of acceptance of the work, mzhitain records that slow (i) the in me =I oci 2upation of each worker ampluyad by the contractor in the construction of the work provided for in Ibis contract, end (u) tho actual por dicrn wages traid to each worker. These records shall Ise open at al reasonable hours for inspection, b y the City. The provisions of Section C-I., L. Rjght to Audit (R v, 9/30l02) pertain to this inspection, (c) The contractor shall include in its wbconmicts anchor shall othcrwise rewire all ofits subcontractors to comply with paragraphs (a) and (b) above, (d) W ith each partial payment estimate, or payroll period, whichever is lass, an affidavit stating that the contractor has complied witl3 the rt-,quiremenis of Chapter 2.158, Texas overrxmmt Code. I; + The contractor shall past the prevailing wage rates in a conspicuous plaoe.at the site of the projcct at all times. l evise,d Pg, 8 10124?02 Part D - Special Conditions PART D - SPECIAL CONDITIONS 0-1 GENERAL ...... ........ —... ...... .......... ___ ...... ............................. ___ ..... ...,...----------------- .-.-...3 6- COOROINATION MEETiNG........... ........... .... ... ....................................................4 5-3 CONTRACTOR COMPLIANCE WITH WORT ER'S CO M PEN ATION LAW.....................4 0-4 COORDINATI0N WITH FORT ORTH W TER DEPA TIVIENT..................... :.............. 7' D- CROSSING OF E t T1NO UTILMES...............................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS... ........... ........ ....... ____ ..... ___.7 I - 7 C0—N TRUCTIOf I RAF IC OVER PIPELINES................................................................8 p- 8 TRAFFIC CONTROL.........................................................................................................8 D- 9 DETOURS .......... .......................................................................................................d9 6- 10 EXAMINATION OF SITE—_ ---- ......................................................................................9. D- 11 ZONING COMPLIANCE— ..... ................ ........ .......... .......... __ ....... __ ..... ......... 9 D-12 WATER FOR CONSTRUCTION- ..................................................................................9 D�"k3 WASTE mATERIAL..................................................................................................10 D- 14 PROJECT CLEANUP AND HNAL ACCEPTANCE... ..................................... ......--la - '15: CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK. D- 16 SAFETY RESTRICT10NS - WORD NEAR H I OI.1 VOLTAGE LIVIES.. 10 b- 17 BID QUANTITIES.... ................ ... ___ ............................................... ,...,. .................11 �7- CUTTING OFCONCRETE.— D- 19 PROJECT DESIGNATION StGN............ .......................................... I ...... ..,.,.......... .'11 6720 60NERET`E SIDEWALK ANO DRIVEWAY REPLACEMENT......................................11 D- 1 MISCELLANEOUS PLACEMENT OF 19ATERIAL............................................1 D- 22 CRUSHED LIMESTONE BA FILL ........................................... ............ ................ .... 12 D- 3 : 27 CONCRETE -- .. .............................................................. .................1 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPA TION.........................................12 D- 6 TRENG FI_PAVEMENT (PIFRMAN ENT.) REPAIR (E2-19) FOR UTILITY C UT ............14 D- 28 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)................14 D- 27 SANITARY SEWER_ ANHOLE........ ..... .......—.................................I.........16 D- 8 SANITARY SEWER SERVICES................................................................................1.18 D- 29 REMVAL. SALIlAOE, A ND ABA NQQNMENT OF F--XISTINQ FACILITI_E_ ................20 D- 30 DETECTABLE WARNING TAPES........ ... ...................... ....... ................... — .............. 22 D- 31 PIPE CLEANING.......................................................................................................... 22 D- 32 DISPOSAL OF SPOT FILL MATERIAL ............... . ...............................................22 6- 33 MECHANICS AND MATERIALMEN LIEN D- 34 SUBSTITUTIONS...... ................................... ............ ........................ ...........................23 0- 35 PRE -CO STRUCTION TELFV;I8ION INSPECTION OF SANITARY SEWER ............. 3 U- 3 i VACUUM TESTING OF SANITARY SEWER MANHOLES......... ...... ___ ------- ___.__. 6 O- 37 BYPASS PUMPING............ .......... .................... . ........ .......... . .............................. 27 O- 38 POST -CON STRUCTION TELEVISION IN PECTIO OF SANITARY SEW .. ER ........ 7 D- 39 SAMPLES AND QUALITY CONTROL ` E_SfF Q......................................................... 29 D- 40 TEMPORAT3Y EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 'I ACRE ........... ............... ___ ....... ___ .......... ___ .................29 D- 41 INGRESS AND EDRESSIO_B TRUOTION OF ACCESS TO DRIVES--- ............... 4 D- _2 PROTECTION OF Tpr=ES, PLANTS AND SOIL ....................... .................. ... ..31 D- 43 SITE RESTORATION.......... ....................... __ ........., „ ........ ......... ....... ....,. ,.,.:... 1 D- 44 CITY OF FORT WORTH STAN0A,RD PRODUCT LIST . ................... _a ...................... 31 D- 4S TOPSOIL, SODDING. SEEDING & HYDROMULCHIN......................—....................31 D- 4 CONF[NED SPACE rz-N'rRY PROGRAM .....................................................................37 D- 47 SUBSTANTIAL COMPLETION INSPECTIONIFINAL INSPECTION ............................37 D- 48 ERCAVATION NEAR TREES WHERE IDENTIFIED ON THE PLAN 1 ......................37 D- 49 CONCRETE ENCASEMENT OF SEWER PJPE......................... .................... ............ .�8 D- 60 CLAY DAM ......... .......................... —.,.............. ...................... .., ........ , .....,38 D- 51 EXPLORATORY JEXC 11AT10N D-HOLE ..., .i........................................d.......38 I ry SC-1 PAIN D - SPECIAL CONDITIONS D- 52 INSTALLATION OF WATER F CILME................................................................. 3 52.1 Polyvinyl Chloride (PVC} Water Pis.......................................................................... 39 52.2 Blocldna.............. ......................... ........ ................................................................... 39 525 Type of Casing Dive ............................................... •. ..............., ................ , ...,. 52.4 Tie-ins ....................................................................................................................... 39 ,5 Connection of ExisUn4 Main .. ............................................................................__40 52,6 Valve Cat -Ins ..................................... . •--.................. ...................... , ...... , ... .....40 52.7 Water Services,... .......................................................................................................40 2 8 2-Inch Tompm" Service Lane....... ............................. ....................................... ,...... 4 5 Purging and Sterilization of Water Lincs......................................................................43 5.10 _VorkNear Pressure_Plano Boundaries.... ........................................................ - ......... ZK .11 Water Sample Station..............................................................................................44 52,12 Ductile Iron and Orgy Iran Fittings . ............................................... ............................44 b- 53 SPRINKLING FOR DUST CONTROL.. .... ___ .... ........ ...............................4 - 54 DEWATERINO...........................................................................................................4 D- 15 ff3-ENOH EX CAVAT10N ON DEEP TRENCHES, .........................................................4a 2- 5S TREE PRUNING ................................................................................................ ......4 D- 57 TREE REMOVAL..... ......... ...... _ ...... ............. ...................46 D�58 TEST HOLES .............................................. ...............................................................4f� D- 99 PtJQLI0 NOT IFI ATI0N PRIOR TO BEGINNING CONSTRUCTION A L) NOTIFICATION OF TEMPORARY WATER SERVICE JNTERRUPTION DURING CONSTRUCTION....................................... ....._............. ....... .............................................. ....... D- 60 TRAFFIC BUTTON............................................................... . ..... ..... . . .. ...........47 ,47 I 61 SAN CCARY SEWER SERVICE OLEANOUTS ......................... . ........... .. ............48 57-6-2 TEMPORARY PAVEMENT REPAIR.. D- 3 CONSTRUCTION STAKE.........................................................................................48 D- 64 EA EMENTS AN F) PF. RMrT -............................ ........................................................48 D- PRE-CONSTRLJ TION r EiOHBORHODD MEE nNG .......................... *................... 4 D- 66 WAGE RATES.-....-.-. ---------- ..............................................................................4 Q- 57 REMOVAL AND DISPOSAL OF ASBESTOSCEMENT PIPE.....................................49 --68 STORM WATER POLLUTION! PREVENTION (FOR ]DISTURBED AREAS GREATER THAN'J ACRE ......... ...... .......... ........................ ........... ,.,................,..........................._-...5 D-B8 COORDINATION WITH THE CITY'CITY'S REPRE ENTATI EfOR OPERATIONS OF E ZSTING WATER SYSTEMS_ •-------a .........................................................•--- ....... 0-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................52 D-i EARLY WARNING SYSTEM FOR DON TRUCTIgN.....................................................5 Q-72- AIR POLLUTION WATCH DAYS....... ... ............................................................ ............. 5 F-_7_3 FEE FOR sTREET IC E PERMITS AND RE-INSPECTION.........................................54 1027?V a - PART D - SPECIAL CONDITIONS This Part D - Special Gorttlrtions is complimentary to Part C - General Gonditions and Part G1 - upplementary Corrdltions to Part G of the Contract. Anything oonlained in this Part: D that is additive to any provision in Part C - General Conditions and par# C1 - Supplernentary Cortdltrons to Part C of the Contract are to be read together_ Any conflict between Part C - Genera# Condigons-andPart C 1 - Supplementary Conditlans of the Contract and this Pert D, Part D shall control. FOR: PROJECT DESCRIPTION $" Water Main Ext. Along THE R.O,Wl Contract t Unit 1 & 2 FORT WORTH, TEXAS DOE PROJECT NOs. 3600 & 5191 WATER DEPARTMENT PROJECTS NO, P264-60514QO352U D-1 GENERAL The order or precedence In case of conflicts or discrepancres between various parts of the Gentract Documents subjw.t to the ruling of the Engineer shall generally. but not necessarily, fellow the guadellnes listed below. 1. Plans 2, Contract Documents 1 Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above. The Contractor shall be responsible for defects to this protect due to faulty materials and workmanship, or both, for a period of two () yrears from date of Final acceptance of this protect by tho 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 (heap- causes_ Subject to modifications as herein contained, the Fort Werth 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 Flans. 01ese Special Contract Documents and the rules. regulations, requirements, Instructions, drawings or details referred to by manufacturers narme, or idanhficataan Include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specfflrations and drawings shall be considered cooperative, therefore, work or rnaterial called for by one and nDt. shown or mentioned in the other shall be accomplished or furnished in a faithful mariner as though requlred by all, Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre - qualified wir (h the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General SpecificaUons, which general specifications shall govern performance of all such work, This contract and project, where applicable. may also be governed by the two following published specifications, except as modified by these Special ProVisions; 1, STANDARD SPECIFI CAT10NS FOR STREET AND T R- M DRAIN CON STRUGTI0N - CITY OF FORT WORTH _ STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Ply' D - SPECIAL. CONDITIONS Any conflict between these contract documents and the above 2 pubfications 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, 1DOG Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth. Texas 76102. The specifications applicable to each pay item are indicated by the aall�ut far the pair item by the designer_ If not shown, then applicable published specifications in either of these documents may be followed at the discretion of tt-te CGnlractor, General Provisions shall be those of the Fart Worth document rather than Division 1 oC the Forth Central Texas document. Bidders shalt not separate, detach Or remove any portion, segment or shoots 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�responslve" and rejectin9 bids or voiding contract as appropriate as determined by the 0 Ity Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A_ DELIVERY OF PROPOSAL: No proposal wilt be considered unless it is delivered, accornpanied by its proper Bid Securily. to the Purchasing Manager or his representative at the officiat location and staked time seat forth in tho "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 D1vislon, PO Box 17027, Fort Worth. Texas 76102. 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 lime set for the opening of proposals. After all proposals not requested for non- consIderataon 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- . TELEGRAPHIC MODIFICATION OF PROPOSALS- Any bidder may modify Isis proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Maria er prior to the said proposal opening tirne. and provided further, that the City Manager is satisfied that a written and duty authenticated confirmation of such telegraphic comrnunicatlon over the signature of the bidder was mailed prior to the proposal opening time_ If such confirmation is not received ilhirr forty-eight (48) Fours aftor the proposal opening time, rro further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be rewired to maintain the project on the desired schedule. The con trnrtorshkall be present at ail meetings. D-3 CONTRACTOR COMPLIANCE WITHWORKER'S COMPENSATION LAW A. Definitions: r&27104 SC-4 PART D - SPECIAL CONDITIONS 1. Cert.1fication of coverage C" certificate"). A copy of a certificate of insurance, a certificate of authority to setf-insure issued by the commission, or a coverage agreement (T1 CC-8'I, TWC -8 , TW 83, or TW -84), showing statutory workers' compensation insurance ooverage for the person's or entity's emplayees providing services on a project, for the duration of the project, . Duration of the project - includes the time from the beginning of the work on the project until the contractor'slperson's work on the project has been cornpleted and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.09 )- includes all persons or entities performing all or part of the servtces the contractor has undertaken to perform on the project, regardless of whather that person contracted direetty with the contractor and regardless of whether than person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services' include, without limitation. providing, hauling. or delivering equipment or materials, or providing tabor, transportation, or other services related to a projecl, " ervicee does not Include activities unrelated to the project, such as food/beverage vendors, office supply deliverles, and delivery of portable toilets. D. 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, Suction 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 are the Dontracter"s current certificate of coverage ends during the duration of the protect, the contractor must, prior to the end of the covaVage period. fife a new cerfficate of coverage with the governmental entity showing that coverage has been extended, E, The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certiflcntf) of coverage, prior to that person beginning work on the project, so the governmental dnifty will have on file certif€cates of coverage showing coverage for all persons providing..services on the project, and No later than seven days after receipt by the contractor. a new certifiGate of coverage showing extension of coverage, if the mverage 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 cerlified mail or personall delivery. within ten (10) days after the contractor knew or should have known„ of any change rcVa7 S-5 PAIN D - SPECIAL. CONDITIONS that materially affects the provision of coverage of any person providing services on the: project. H. The contractor shall past on each project site a notice, in the text, form and manner prescribed by the Texas Workeft Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how z� pemon may verify coverage and report tack of coverage. L The contractor shall contractually require each person with whom it oontracts 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 agf-cements, which meets the statutory requirements of Texas Labor Code, Section 441.011(44) for all of its employees providing services on the project, for the duration of the project; _ Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being prcMded for all employees of the person providing services on the project, for the duration of the project, , Provide the Contractor. prior to the- end of the average 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 prnjnc€; 4. Obtain from each other person with wham it contracts, acid provide to the Contractor: a_ j A certificate of coverage, prior to the other person beginning work on the project; and b,) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown oil the cutTent certificate of coverage ends during the duration of the project. 6_ Retain III required cerfifiGales of coverage on file fa-r the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after 113o person knew or should have known, of any change that materially affects the provision of coverage of any person: providing services ort the project; acid 7, Contractually require each parson 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 pro+ridiqg 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 contactor who will provide services on the Project will be covered byworker's cornpi:nsaUcn coverage for the duration of the project, that the coverage will be basal on proper reporting of classiftalion cores and payroll amounts, and that all coverage agreements will be filed wtthr the appropriate insurance carrier or, in the rase of a self - insured, with the commission's Division of Self-Insuranm Regulation_ Providing false or misleading information may subject the contractor to administrative, criminat, civil penalties or other civil actions_ t7,0,r S-6 PART D - SPECIAL. CONDITIONS 9. The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site Informing all persons providing services on the project that they are required to be covered. and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements Imposed by the Texas Worker's Compensation Act or otter 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 tent for the lnoffoes shall be ttto following text. without any additional words or changes - "REQUIRED WORKER'S OMPENSATION COVERAGE The law requires that each person working on this silo or providing services related to 1hls 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 (59 )440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the constructian of this project. It will be necessary to deactivate, for a period of time, existing lines. The Contractor stall be required to coordinate with the Water Department to deteiTnine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water IJne cross es -over a sanitary sewer or sanitary sewer service Nne andlor proposed sewer Ilene crosses over a water Ilne and the dear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sower service. Iine 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 Mass 51 Ductlie Iron Pipe with polyethylene wrapping. The material for sanitary sewer service pines shall be extra strength cast Iron sail pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling A TM -4 5 with series 300 stainless steel compression straps. Back(I'll, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cast of which shall be Included irk the price bid in the Proposal for each bid item. rD- 6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owrier assumes no responsibility for failure to show anyr 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. 7 W 71V 4 SC-7 PART D - SPECIAL CONDITIONS The Contractor shall be responsible for vwifyifi9 the locations of and protecting all existing ritillties, service lines, or other property exposed by his COI}structl[}n operations. Contractor shall make all necessary provisions (a.s approved or authorized by tba applicable 111ilily company) for the support, protection or relocation, and/or temporary relocalion of all utility poles, gas fines, telephone cables. utility services, water mains, sanitaryf sewer luxes, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construcuon_ The Contraclor is liable for all damages dons to such exisling facilities as a result or his operatEons and eny and all ou51 incurred for the protection and/or temporary relocation or such facilities are deemed subsidiary work and the cos[ of same arid shall be included in the cost bid per linear foot of pipe Installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Whem existing utilities or service iini�s are rut, broken or damaged the Contractor shall replace Or repair the utilities or service lines with the same type of original material and r_.onstruct{on, or bettor. unless otherwise Shown or rioted on the plans, at his own cost and expense. The Contractor shall Immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of arty conflicts in grades and alignment. In case if is necessary to change or move the property of any owner of a public utility, such property shall not be moved cr Interfered with until ordered to do a by the Engineer. The 69ht 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 a fent, 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- 0 - 7 CONSTRUCTION TRAFFIC OVER PIPELINES It $s apparent, that certain cons"r-tion vehicles could exceed the land bearing capacity of the pipe under shallow #jury conditions, It will be the responsibility of the Contractor to protect both the new llne and the existing liners from these possibly excessive loads_ Thy Contractor shall not, at any time. cross the existing or new pipe with a truck dealueririg new pipe to the site_ Any dampge to the existing or now pipe will be repaired or repls ed by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not pert-nissible to cross the existing or proposed pipes w1thout additional protection the Cont.ractur may elect to provide additional protection of tho pipes so that more frequent crosstngs of tliu pipes are silo ed. It slill is, however, the responsibility of the Contractor to repair any damage to the existing or proposed linos, if the damage results from any phase of his MnStFUGfiGn Operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work_ As part of the "Street Use Permit" a troffic control {clan is required. The Contractor shall be responsible for providing traffic control during (lie construction of this project consistent with the provisions set forth in the "Latest I=dition Texas Manual on Uniform Traffic Control Devices for Strnats and Highways issued under the authority of the "State of Texas Uniform Act Regulating Traffic can Highways," codified as Article 6701d Vernon's Qvll Stattites, pertinent selotlons being Section No$. 27. 29. 30 and 31, 7fd"�17h74 PART D - SPECIAL CONDITIONS A traffic control plan shall be submitted for review to Mr. Charles R, Burkett flit Traffic En inee at (817) 871-8770, at the pre -construction conference. Although work will not begin until the traffic _con trol plan IIas been reviewed kte Contractor's lime Vill begin in accordance with the lime frame esta llshed in the Notice to the Contractor. — - The Contractor will not remove any regulatory sign, instructional sign, street naive sign or other sign, which has been erected by the City_ If it is €#etemiined that a s€gn must be removed to permit required construction, the Contractor shall contact the Transportalion and Public forks Department, Signs and Markings DIvIsion, (Rhone Number 871-7738) to remove they sign. In the case of regulatory signs, the Contractor must replace the per-marient sign wIlh a Temporary sign meeting the requirements of the above -referenced manual and such t8 mporary sign must be installed prior to the removal of the perinanent sign. If the temporary sign is not installed correctly or if it does not meet the required speclficatlonST the permanent sign shall ha left: in place until the temporary sign requirements are met. When construction work is completed to the extent chat the permanent sign can be reinsial€ed, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall teave his temporary sign in place until such reirEstallation is completed_ Worts shall not be performed on certain locations{streets during "peak traffic periods" as determination by the City Traffic Engineer and In accordance with the applicable provlslon of the `C4 of Fort Worth Traffic Control Handbook for Construction and Mainternance Worts Areas.' The cost of the traffic controi Is Subsidiary work and the cast of same shall be Included in the price bid for plpe complete In plane as bid ire the Proposal, and no olher compensation wi,1€ be allowed. 0-9 DETOURS The a mtractor shal 1 prosecute his work in such a tn=ner as to create a m1nimum of interruption to traffic acid pedestrian facilities wid 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 projedt site and make such examinalions and explorations as may be necessary to determine al conditions, which may affect construction of this projecl. Particular attention should be given to methods of providing ingre,ss 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 candations, wNch 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 camphy+ 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 wl1l furnish water for construction, PART D - SPECIAL CONDITIONS All waste material shall become the property of the Contractor artd shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a rnanner as to present a neat appearance and to not obstruct proper drainage or to cause Injury to strut improvements or to abutting property, D- 94 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contraztoy shall he awam that keeping the project site in a neat and orderly condition is considered nn intebrrol part of the contraetcd work and as such shall be consisleml subsidiary to Ih'-, appropriate bid items, Olean up work- shall be done as di ted by the Enginecr as. fife work progresses or as nee&d. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a dAily basis. Clean up work shall iBcla&, but not be Iirnited to: vweepii ng the strut clean of dirt or debris • Storvig excess material is appropriate and organized manor ■ Keeping trash of any kind off of r idunts' property If the Engineer does not feel that Lho .jobsitc has bean kept in an orderly condition, on the next estimate paymee it (and all subsequent payments until conzplrted) oftho appriypr to bid item(s) will bo reduced by 25%. Final cleanup work shall be done for this project as soon as all constructon has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned sip to the satisfaction of the Engineer. The Contractor shall make a rirral deanup of all parts of ttm work before acDaptance by the pity of Fort Worth or its representative. This cleanup shall include removal of all objectionabia rocks, pieces of asphalt or concrefie and other construction materiats, and in general preparing the site of the work in are orderly manner -and appearance. The City of Fort Worth Department of Engineering shall give final acoeptance of the completed project work. 0-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responslblllty of the. Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion slates, including sufftclent time being allowed for cleanup. The fiontractor shall not commence with water andlor sanitary sower instal latlon .until such time that the survey cut -sheets have been received from the City inspector. 0-16 SAFETY RESTFU ON - WORK NEAR HIGH VOLTAGE LINE 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 piaced inside and outside vehicles such as cranes, derricks, power shovels, driiling figs, 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 LIMES_" I OPJI/V SC-1 0 PART T D - SPECIAL CONDITIONS . Equipment. Owt may be operated within ken feel of high voltage liras shall have insulating cag4a-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 Iines. notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de - energize the dines, or false or lower the lines. The work done by the power company shall not be at the experise of the Cfty of Fort Worth_ The notifying department shall maintain an accurate ioq of all such calls to ONCORE, and shall record action taken ir, each case_ 4, The Contractor is reggfred to male arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense, 5. No person sha11 work +ulth3n six feet of a high voltage line without pmtecflon having been taken as outlined in Paragraph (3). D-17 BID QUANTMES 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 Itern carp 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 last or anticipated profits based upon differences In astirnated quantities versus actual quantlfles. 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- 18 PROJECT DESIGNATION SIGN Protect signs are required at all locations. It shall be in accordance with the attached Figure 39 (dated 9-18-96), The signs may be mounted can skids or posts, The Engineer shall approve (he 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 rehabllltation 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 2accordancb with Figure 30, except thal they shall be 1'-0" by '-0" in size, The information box shall have the following informalion: For Ouestions on this Project Call. (817) 871-83D6 M-F 7,30 am to 4:30 p.m_ car (817')871-8300 Nights and Weekends Any and all cast for the regtAired materials, tabor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no addltional compensation All be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT PART D - SPECIAL CONDITIONS At locations in the project where maims are requirad 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 expanslon joints with 3000 poi concrete with reinforcing steel on a sand cushion in accordance with Oily of Fort Worth TransportahontPubiic Works Department Standard peclflr�tions for Construction, item 504. At €ovations where mains are required to be ptaced under exisling curt 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 Oily of Fort Worth Public Works Department Stetnalard Specification for Construction.. Item 502. Payment for cutting, backF'ill, concrete" farming materials and all other associated appurtenances required, shall be included In the square yard price of the bad 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 shali 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 usod, measured to the nearest one. -tenth unit. Payment for miscegarieowu placement of materlal shall be in accordance with the General Contract Documents regardless of the actual aniount used for the project, D- 22 CRUSHED LIM115-STONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone skull be used for trench backi`ill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208. - Materials and Division 2 Item 2083 - Materials Sources. Trench backfill and compaction shall meet the requirernerits of 117-2 Excavation and Backfiil, Construction pecil•icatioris, General Contract Documents. Payment for crushed limestone backlill 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 Materiai5. Canstructiofr 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 oncrete as base repair. Since this call - out includes the ward "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 backfiiI render parking lots, driveways, gravel surfaced reads, within easements, and wiINn existing or futtare R, 0, W _ shalt be In ac4Cordonce +pith Sections El-2 Dackfili and E-2 Excavation and Backf3ll of the General Contract Documents and pecifacations except as specified herein. 1. TRENCH EXCAVATION. In accordance with Section E -2 Excavation and Backflll, if the stated ma irnuni trench widths are exceeded, either through accident or othemise, and if the Engineer determines I h a I the design loadings of the pipe will be exceeded, the 00rntractor will be requirf-±d to support the pipe with an Improved trench bottom. The expense of such remedial I WV04 C -1 PART D - SPECIAL CONDITIONS measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary consiruction easements. All excavation shall be in Strict compliance with the Trench Safety Systems Special Condition of this document. . TRENCH BACKFILL: Trenches which lie outside of eAStin g ar future pavement shnfl be backf lied above the top of the embedment MaterlaI with Type "C" bacIdIlI material. Excavated material used for Type "C" back fi11 must be mechanically compacted unless the Contr&ctor can furnish the Eingineer with satisfactory evidence that the P.1. of the excavated material is loss than 8. Such evidence shall be a test report from an independent tasting laboratory and must Include representative samples of soils in al Involved areas, with a map showing the location and depth of the various test holes. It excavated mater}at is obviously granufar in nature, contaInIng little or no plastic material, the Encginear may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E -2.11 Trench Ba kfill for additional requirements. When Type "C" back -fill material is not suitable. at the direction of the Engineer, Type,,B,r backfill material shall be used. in general, all backfill material for irenches in existing paved streets shall be in accordance with Figure A. Sand Material specified in Figure A. shall be obtained from are approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall met the fatlowlrtq gradation: * tress than 10% passing the #200 sieve P.1, = 10 or less Additionally. the crushed limestone embedment gradation specifies! In Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and 3 pecificati o ns shall N� replaced with the following: Sieve Size 1 1/2" 3181, #4 98 % Retained 0-10 - 40-7b 55-90 90-100 95-100 All other provisions of lhls section shall remain the same. 3. TENCH CCMPA TION All french beckflI-shall be placed in lifts per B2- .9 Backfi11. Trenches which lie outside existing or future pavementis sf-iall be compacted to a minimum of 90% Standard Proctor Density (A, S.T.M. 13698) by mechanical devices specifically designed for compaction or a corn binatfon of methods subject to approval by the ErigIneer. Trenches which lie under eXistIng or future pavement shall be back rilfed per Figure A with 9511% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the i<ngineer. Backlilf material to be compacted as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line irenches a nd the top eighteen (18} inches of water line may be rollad in with lie avy equipMent tires, provided 11 is placed In lifts approprlate to the material being used and the operation can be performed Mhoul damage to the Installed pipe. The City, at its own expense, will perform trench compaction tests per A. ,T.M. standards on all irench backfill. Any retesting required as a result of failure to compact the backfill material to r71? S#13 PAIN D - SPECIAL CONDITIONS meet the standards will be at the expense of the Contractor and will be billed at the commerual rates as determined by the City. These soil density tests shali be performed at two (2) foot vertical intervals beginrlkly 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 irerich not to exceed 300 iinear feet. Ths Contractor wiN be responsit) le for providing access and trench safety system to the level of trench backliil to be tested_ No extra compensation will he allowed for exposing the backfili 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 backfall will be included In the price bid per linear foot of we ter and sewer pipe. Type "B" backfilI shall be paid for at a pre -bid unit price of $ -I _00 per cubic }card. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUT The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to of supeflor in composifion, thickness, etc., to existing pavement as detailed in the Public Woftcs Department typical sections for Pavernt!n( and Tronch Repair fof Utility Cuts, Figures 2000-1 through 00G-3. The results of the street cores that wore conducted on the project streets, to determine FIMAC depths on existing streets, are provided In these specifications and contract documents, All required paving ctit shad be made Wlh a concrete saw in a true and straighl line on bolh 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 shalt be filled with required matotials as shown on paving detaits, oampacted and level with the finished street surface. This finished grade shall be maintainedio 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 HMAG paverent between the existing gutter and the edge of the trench pavement repair will riot hold up ;f such strip of existing pavement is two (2) feet or less in width. Therefore. at the Iocatlons in the project where the trench wall Is three (3) feet or toss from the lip of the existing gutter, the ontfactor shall be required to remote the existing paving to such gutter. The pavement repair shall then be made from a miniinum distance el twelve (1 ) inches o{aside the trench wall nearest the cc rater of the sir, --%et to the gutter iine_ The pavement shall be replaced within a maximurn of five (5) working days, providing job placement conditions will permit repaviing. If paving conditions are not suitable for repaving, In the opinion of the owner, the repaving shall be done at the earliest possible date_ A permit must be obtained from the Deparinient of Engineering Construction Services Section by the Contractor in conformanoe with Ordinance No. 3449 andior 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 dome under a Performance Bond and inspected by the Departmpt of Engineering. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety fequireinente for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins_ The requirements of this item governs all trenches for mains, manholes, vaults, service lifies, and 7nrx a SC-14 PAIN D - SPECIAL CONDITIONS all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shail be .specific for each water and/or sanitary sewer line included in the project. B_ STANDA RDS, The latest version~ of the U. S, Department of Labor, OccupaticnaI Safety and Health Administration Standards, 29 CFR Part tg $, Sub -Part P - Excavations, are hereby made a part of lhls specification and shall be the minimum governing requirements for trench safety. 0. DEFINITIONS, 1. TRE;NCHE S - A trench is referred to as a narrow excavation made below the surface of the ground in wWch the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feat. . BENCHIN0 SYSTEM - Benching means excavating tha sides of a treys oh to form one or a series of hoda4ntaf leveE or steps, usually Wth ver0caFl or near -vertical surfaces between Wets. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to a$ "trench boxes" or "trench shields". Shield means ak 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 jots-bulIt In accordance with 0SHA standards_ . SHORING SYSTEM - Sharing means a structure such as a metal hydraulic, mechanical cr timber system that supports the sides of a trench and which is designed to prevent cave-ins. Shoring systems are generally ciomprised of cross -braces, vertical rails, (uprights), horizontaI rails (wales) and/or sheelin . D. MEASUREMENT - Trench depth is the vertical measurement from the tap of the existing ground to the bottom of embedment or bottom of excavation. The guantily of trench safety systems shall he fused on the linear root amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, tabor, teals, materlats, 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 rehabilitatlon of sanitary sewer manholes will be required as shown on the ptans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholas shall be In accordance with sections E1-1 4 Mafedals for Sanitary Sewer Manholes, Valve Vau{ts, 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 rnanhale under construction in order to keep debris out of the dry sewer tines. Thy,, plugs shall not be removed until the applicable manhole complete with rove PAIN D - SPECIAL CONDITIONS section has been constructed and the lid installed tv keep out debris as a result of additional ronstrucliori_ 1, CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Fissure 121. _ WATERTIGHT MANHOLE INSERTS, Watertight gasket manhole Inserts shall be Installed in all sanitary seaver manholes_ Inserts shall he constructed in accordance with Fort VVorth Water i epartrnent Standard 1=100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole Inserts shall be requited for all pipe diameters 18" and greater. 3. LIFT HOLES: All i1(l. holds shall be plugged with a precast concrete plug. The lift hole shall be sealed on the outside of 1hi~ manhole with Rain- ek or are approved equal sealant The lift hole shall be sealed an the Inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other Improved lands skull be at an elevation not more than title (1) nor less than one-half (11) inch above the surrounding ground. Backfilk 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 surfa€:es shall be chocked for proper slope and grade by string lining the entire area regarded neat' tho manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown can the drawings or miriimurn 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 anti shall have no larger than 118-Inch gap between The frame and cover. Bearing surfaces shall be machine fi;n}shed, locking manhole lids and frames will be festricted to locations within the 100-year floodplain and areas specifically designnted on the plans. Certain teed Ductile Iran Manhole Lids and Frames are acceptable for use where locking lids are specified_ 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less. All shallow cone manholes shall be built In accoi-dance with Figure 10 5_ All shallow come manholes shall Piave a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7_ MANHOLE STEPS, No manhole steps are to he installed on ariy sanitafy sewer manhole, 8. EXTERIOR SURFACECOATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Biti mastic super Service Black' Tnemec "46- 450 Heavy Tnemecol." or equal to, a minimurn or 14 mils dry rilm thIckuess_ 9. MANI iOLE JOINTSEALING- Ail interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints rising a trapped type performed 0-ring robber gasket shall require Bitomastic joint sealants as per Figure M. 10127�04 S -16 y PART D - SPECIAL LCONDITIONS This sealant shall be pre -formed and Ircwelable Bitumastic as manufactured by Kent - Seal', Rare-Nek, E-Z Stick, or equal. The joint sealer shall be supplied In either extruded pipe form or suitable cross-s cUonal area or flat -tape and shall be sized as recommended by the rna nufactu rar and approved by the Enginneer. 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 fleAble without shrinking, hardening, or oxidizing regardless of the Length of time it is exposed to the element& The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre -formed fiaxible joint sealant cry concrete pipe and manhole sections for a period of at least five years. B, EXECUTION: INSTALLATiON OF JOINT SEALANT: Each grade adjustment ring and manhole frame stall be seated 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 roreign matter. The manufacturer shall apply a primer to all surfaces prior to Installing the joint sealant in accordance with the recommendations. The protective wrapper shall retrain 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 Crept clean_ Install frarnes and cover over manhole opening with the bottom of the rings resting can Biturnasft joint sealer. Frames and grade rings strap rest on two (2) rows {inside and outs [do) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES. Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame €i-um 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 wnstructed of brick, block materials other than pre -oast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre -cast Flattop se0an. Pre -east concrete rings, or a pre -cast concrete flattop section will be the on ly adjustments allowed. In brlck or block manholes, replace the upper portion of the manhole to a point 24 Inches belcw the frame. If the walls or cone section Wow this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Gontractor, shall be replaced at the Contractor's expense. Wire brush manhole frame arld exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved handing agent followed by an application -of quick setting hydraulic cement to provide a smooth working surface. it (lie inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top secl,lon shall be installed, Joint surfaces between the frames, adjustmen( rings. and corie sectlan 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 Iroweiabte material in lieu of pre -farmed gasket material. Position the butt joint of each length of joint material on opposlte sides of the manhole. No steel shims, wood, stones, or any material not rw27;r4 -1 7 PART D - SPECIAL CONDITIONS specifically accepted by the Engineor may be used to obtain final surface elevation of the manhole frame. In paved areas or Iukure paved areas. castings shall be Installed by using a straight edger not less than ten (10) feat 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 118 inch hdinw the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation - EXPOSED EXTERIOR SURFACES. All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy, topper "Bitumastic Super Service Black"; Tnemer "46- 450 Heavy Tnemecol% or equal, to a minimum of 14 mils dry ffl{n thickriess. 4. The exterior surface of all pre -cast seclGon joints shall be thoroughly cleared with a wire brush and Ihen wa(arproofed with a 112-inch think coat of Irowelable biturrfastic joint sealant from B-inches below to 6-inches above the Joint- The coated joint shall then be wrapped with 6 mil plastic to pf-olect the sealant from damage during backfilling- . MEASUREMENT AND PAYMENT: The price bid for new manhole Installations shall include all labor, equipment, and materials rlecessary for conslructiun of the manhole Including, but nol limited to, joint s-ealing, lift hole sealing and exterior surface coating. Payment shall nQt Include pavement replacement, which if requirred. shall be pair! separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of now manhole. inctuding, but not limited to, excavalion, backfill, disposal of materials, joint sealing, lift hole sealing and .exterior surface coating. Payment shall not include pavement reply merit. which if regUired, shall be }paid separately, The price bid for adjusting andtor sealing Of existing manholes shall Include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but riot limited to, join( sealing, IA hale sealing, and exterior surface coating_ Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D428 SANITARY SEWER SERVICE Any reconneotlan, relocation, re-routes, replacement, or new sariltary sewer service shall be required as shown on the plans, andlor as descdbed In these Special Contact Documents In addition to those located in the field and identified by (tic Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manutactured tees. City approved factory manufactured saddle taps m.ny be used. but only as directed by the Engineer- The decision to use saddle taps as apposed to tees shall be made on a case -by -case basis. The Contractor stall be responsible for coordinating the Scheduling of tapping crews with bullding owners and the Engineer in order that the work be performed in an expeditious manner. A minlrnum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section -5,15. D. SEWER SERVICE RECONNECTION. When sewer service reconnection is called for the retractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall cunsist of a maximum bend of 45 degrees- The tap shall be located so as to link up with the service line and avoid lrru-f 5-18 FART D - SPECIAL CONDITIONS any horlaontal adjustment. For open cut applicatlons, all sanitary sewer service tines shall be replaced to the property or easement liner or as directed by the Englneor. Sanitary sewer sewhaes an sewers being rehabilitated using pipe enlargement methods shall be replaced to the properly or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for than installation of any sewer service line Including the incidental four (4) feet of service tine which Is included In the price bid for Sanitary Sewer Taps. Payment for warm ;such as backtill, saddles, tees, fittings incidental four (4) feet of service tine and all other associated appurtanances required shall be Included In the price bid For unitary Sewer Taps. E. SEWER SERVICE REPLACEMENT- All building sewer servicas encountered dur€ng construction shall be adjusted andfor replaced by the Contractor as directed by the Engineer as required for the cannectlon of the sewer service Ilne. If the sewer service line is in such condttion or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shalt determine the length of the reptacement. All sewer services shall be Installed at at minimum of two () 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 tine and grade For the sewer service lines as shown on the project plans. PrJor to tnstailing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de -haling at the Wilding clean -out) the elevations (shown an the p)ans) at the building clears-aut and compare the data with the elevation at the proposed connection point on the sewer main, In order to ensure that the two () percent minimum slope (or as specified by the Engineer} requirement is satisfied. Elevatlans shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service linos that are lostalled without pre -construction de - holing at the affected residences (to verify design elevations) small be removed and replaced as necessary at the Contractor's expertise In the event grade conflicts are brought to light after do -holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be irnmedlately notified in the event that the two (2) percent minimum slope is not satisfied. if the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submi( ail relevant elevation Information for the new alfgnrnent to the inspector and shall be responsible for ensudng that the two (2} percent minimum grade (or as approved b the Engineer) is satisfied, friar to backfldding, the Contractor shall double check the grade of the Installed service line and submit signed documentation ver€fying that the line has been Installed as designed to the Engineer_ 'rho Contractor, at its sole expertise, shall be required to unuover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meat the City code shall be reinstalled at the Contractor's expense. The Contractor shalt ensure that the service line Is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service ilne shA[ be made with appropriate adapter fittings_ The fitting shall be a urethane or neoprene coupling A.S.T,M. -425 wlth series 300 stainless steel compression straps. The Gon tractor shalt remove the existing clean -out and plug the abandoned sewer service ilne. The contractor -shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a IIcentised plumber for al service iine work on private property, Permii(s) must be obtained from the City of Fart Worth Development Department for all service ilne work on private property and all work related to the service lire 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 begiinn€ng work on the sanitary sewer service re-route and proof of final acceptance by the 107,04. S -19 PART D - SPECIAL CONDITIONS Plumbtng Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-roule. Payment for work and materials such as backfill, removal of existing clean -outs, plugging the abandoned sewer service line, double checking the grade of the installed service Tine, pipe fittings, surface restoration can private property (to match existing), and all other assoclated work for service replacements in excess of Few- (4) linear feet shall be included in the linear fW price bid for sanitary sewer service lire replacement on private property of public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service laps- 0 - 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any rernuval, salvaging and(or abandonment of exisling facilities will ner asarily be required as shown on the plans, andlor described in those Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be clone in eccarclan Willi Section E2-1_5 Salvaging of Material and Ew2-2.7 Removing Pipe, of the General Contract Documents and Specifications, runless amended or superseded by requirements of this Special Condition, A. SALVAGE OF EXI TWG WATER METER AND METER BOO Existing water meter and meter box shall be removed and retuned to the Water Department warehouse by the Contractor in accorclanw, with Section E2-1.5 Salvaging of Materials, B, SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vaull lid shall be removed and relurned to the Water Department warehouse by the Contractor in accordance witti Seclion E2-1.5 Salvaging of Materials. The ccncrele vault shall be demolished In plane to a point not less than 18 inches below fine grade. The concrete vault shall then be backfiiled acid compacted in accordance with backfxll method as specif€ed in Section E2-2.9 Backfill, Backfill material shall be suitabie excavated material approved by the Engif eer. Surface restoration shall be compatible Eth existing surrounding surface and grade. O. SALVAGE OF EXISTING FIRE HYDRANTS. Listing fire hydrants stall be removed and returned to the Water Deparlment warehnuse by the Contractor in accordance with Section E=2-1.5 Salvaging of Materials. The void shall be backfllled and compacted if) accordance with backfiil method as specif]ed In Section E2-2.9 Backfill. Backfill material shall be sultable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING ORATE 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 E -1.5 Salvaging of Materials. The void area caused by [lie valve removal shall he backfilled and compacted in accordance with backflil 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 exisling surrounding surface and grade. if the valve is in a concrete vault, the vault shall be demollshad 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 lint closing the valve to the fully closed posIllo i and demolishing the valve box in place to a point not less than 18 Inches below final grade_ Concrete shall then be used as backfili material to match exisling grace, M7704 -20 PART D - SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and Ild removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall than be backfitled and compacted in accordance wilh backf 1 method as specified In Bectlon 172- .9 Backfill. Backfill material shall be suitable excavated material approved by the Fngineer. Surface restoration shall be compatlblo with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manho" to be abandoned in place shall have ail pipes entering or exiting the structure plugged wlth lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, of to point not less than 18 Inches below final grade. The structure shall then be backfiflcd and compacted in accordance With ba dill method as specified its Section E - ,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 backtrlling, plugging of pipe(s) and all other appurtenances required, shall be Included in the aGppropdate 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 fuse sectlon shall be removed. The excavatlon shall theft be backfilled and compacted in acrordanw with back#ilt method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfilf, as approved by the Engineer. Surface restoration stall 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 mainslservices or sanitary sewer inainslservices in order to abandon these Ilnes. Cutting and plugging existing mains anddor services shah 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 regz;lred. J. REMOVAL OF EXISTING PIPE, Where removal of the existing pipe is required, it shalt 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. G. PAYMENT: Payment for all work and material involved in salvaging, abandoning andlar removing existing facililies shall be included in the linear foot bid price of the pipe, except as fellows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of Iocatlort. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is net being replaced In the same trench (I.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEXIER LINES, Where plans call For abandonment of oxisting sewer mains after the construction of a riew sewer maim, the Contractor shall be responsible For TV inspection of 1'00% of the existing sewer main to be abandoned to make a final determination that all existing service donne tions 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. PART D - SPECIAL CONDITIONS D- 30 DETECTABLE WARN ING TAPES Detectable Underground utility warning tapes which can be located from the sur-Face by a pipe detector shall be Installed directly above nor -metallic water and sanitary seWer pipe. The deter -table tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid alurninum fail encased in a {protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents founts in the salt. The minimum overall thickness of the tape shall be 5.5 mils, and I17e width shall not be less than two inches with a minimum unit weight of i 7 poundstl inch11 G0'. The tape shall be color coded and Imprinted with the message as follows; Type of I!!r"rrr<rfttr Color Cade Legends Water Safety Blue Cautionl Furled Water line Reto Sewer Safety Green Cauttonf Burled Sewer line Below Installation of detectable tapes ashail be per manufacturer's recommendations and shall be as close to M8 grade as is practical for optimum proteclion and delectability, Allow a minlrnum of 1a inches betwgr en the tape and the pipe. Payment for work such as backfiil, bedding, blocking, , detectable tapes. and all other associated appurtenances required shall be Included in the unit price bid for the appropriate bid 1tem(s)- D- 31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept dally and kept clean during histallation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage- D- 32 DISPOSAL OF S POIUFILL MATERIAL Prior to the disposing of any spoillfill material, the Contractor shall advise the Director of Englnearfng Department, acting as the City of Fort Worth's Flood Blain Admiriistratur ("Administrator'). of the location of all sites here the or*a,ctor intends to dispose of such material. Contractor shall not dispose of such matedai unlit 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 a3 permit. A Iloodplaain perrn3t can be issue-d upon approval of necessary Englneering studies- No rill 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 Icy a flood Plain fill Permit akitharl7ing fill within the flood plaln. Any expenses associated with obtaining the fill permit, Including any nec, ssary Engineering studies. shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/rill material at a site without a fill panmii# or a letter from the admilnistrator approving the disposal site. upon n0 lficallon by the Director of Engineering Department, Contractor shall remove the spoilfNI material at its expense and dispose of such materiels in accordance withh tine Ordinances of the City and this section. D- 33 MECHANICS AND MATEF IALMEN'S LIEN Thn Contractor shall he required to execute a release of mechanics and material (non's liens upon receipt of payment, PART D - SPECIAL CONDITIONS D- 34 SUBSTITUTIONS The spectfir tions 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 Englneor to fnafce a substitution for the material, which has been specified. Where the corm "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 narne 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 spacifications, lhis 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 [lie proposed substitution is, in Fact, equal, and the Engineer, as the representative of the City, shall be the sale judge of the acceptability of substitutions. The provisions of this sub -section as related to °substitutions° shall be app] ic able to all sections or these -specificafions, D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A, GENERAL. Prior to the mconstructfcn, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same Iocatlon), or rehabilitated (pipe enlargement, cured -in -glace pipe, fold and form pipe, slip -lire, etc,), shall be cleared, 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 clrcult television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be Inflicted by the improper vise of cleaning equipment. t , HIGH VELOCITY JET (HYDROCLEANINO) EQUIPMENT: The high -velocity sewer Ifne 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 1to 45 degrees In al size limes designated to be cleaned. Equipment shall also include a high -velocity gun for washing and scouring manhole wails and floor. The gran shall be capable of producing flows from a fine spray to a solid scream. The equipment shall carry its awn water lank, auxiliary engines, pumps, and hydraulically driven hose reel, Hydraulically Propelled Equipment shall be of a movable darn type and be construeted in such a way Mat a portion Of the darn may be collapsed at any time during the cleaning operation to protect against noodinog of the sewer. The movable dam shall be equal In diameter aroun.d the outer periphery to ensure removal of grease. tf sewer cleaning balls or other equipment, which cannot be collapsed, is used. spacial precautions to prevent flooding of the sewers and publlc or private property shall be taken. The flow of sewage prose nt in the sever IInes shall be uiiiized to provide neopssa ry fluid for hydraulic cleaning devices whenever possible. , CLEANING PROCEDURES, The designated sewer manholes shall be cleaned rising high -velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer fines 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 bluckage exlsts, and the cleaning effort Hx2,r 4SC-23 PAIN D - SPECIAL CONDITIONS shall be abandoned_ When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed In case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shell apply for and receive permission fram 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_ € EBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolld material resulting from the clearing operation shall be removed at the downstream manhole of the section being cleaned, Passing material from manhole section to manhole section, which could cause line stoppages, accumulatlons of sand in wet wells, or damage pumping equipment, shall not be permftted. 4. All solids or semisolid resulting from the cteaning 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 addifionat cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPt=D ONTO STREETS OR INTO DITCHES. CATCH BASINS, STORM DRAIN OR SANiTARY SEWED MANHOLES. 6, TELEVISION INSPE TION EQUIPMENT: The televislan camera used for the -inspection shall be one specifically designed and constructed for such Inspection. Lighting for the camera shall be sultabte 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 otta$r components of the video system shall be capable of producing picture quality to the satisfaclion of the Engineer, and If unsatisfactory, equipment shall be removed and no payment will be made for an unsafWacloiy Inspection, B. EXECUTION - TELEVISION INSPECTION. The carnera 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 g{eater 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 snail be used to move the camera through the sewer Ilne. Wher; manually operated winches are used to pull the television camera through the line, telephones or over suitable means of communications shall be set up between the two rnanhole� of the section being inspected to ensure good communications between members of the crew. The imMrtance of accurate distance measurements _is_haslzed. All televislon inspection videotapes shall have a footage counter. Measurement for location of sewer seMce taps shall be above ground by means of meter device. Marking or 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 walkJng meter, roll-a4ape, or ether suitable device, and the accuracy shall be satisfactory to the Engineer. PART D - SPECIAL CONDITIONS The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to beet the optlon of the Contractor. The cost of retrieving the Televlslon camera, under all circurnstances, when it becomes €odged during inspection, shall be incident@[ to Television inspection. . DOCUMENTATION: Tatevision Inspection Logs: Printed €ocatlan records shall be kept by the Contractor and will clearly show the Location In relation to art adjacent manhole of each sewer service taps observed daring Inspection. In addition, other points of significance such as locatlans of unusual conditfofrs, roots, storm sewer connections, brokers pipe, presence of scale and corroslon, and tither discernible features will be recorded, and a copy of such records will be supplied to the City, 3. PHOTOGRAPHS. Instant developing, 35 MM. or other standard -size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review Immediately upon completion of the television inspection and may be retained a maximufn of 30 caiendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes [a 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 unahle to evaluate the condition of the sewer Ilne or to locate service corinections, the Contractor shall be required to re -televise and provide a good tape of the lino at no add ittonaI cast to the Dity. 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 pa&ant shall he made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera, THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRICK TO ON 'rr UCTION FOR REVIEW AND DETERMINATION OF SAGS_ Upon completion of review of the tapes by'the Engineer, the Contractor will be notified as to which er_ffo rs of [lie sanitary sewer are to be corrected. Tha Engineer will return tapes to the Contractor upon completion of review. All costs assooiated with this work stall be Incidental to unit prices told 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 TelQyi�ion Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tape's df 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 tog aI dump site. TeiQ744 - 5 PAIN D - SPECIAL CONDITIONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primafy purpose of cleaning is for television inspection and rahabilitation, 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 tlhat all of the sanitary sewers to be entered are clear for the passage of a carnera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the casts must be included in the bid price for 7V inspeckions_ The coat of retrieving the TV Camera, under all dre► rns aces, when it becomes lodged during inspection, shall be Incidental to TV Insp cUon, The Ram shall also include all costs of installing and maintaining any bypass pumping required to provide rellable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project, D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. GENERAL. This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECLJTION, 1, TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with alt connectlons 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 braved 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 rnanufacturaft recommendations. A vacuum of ten inches of mercury (10nft shall be drawn and the vacuum pump will be turned off. Wlth 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 C t 2 44--9 : Table I MINIMUM TiME REQUIRED FOR VACUUM DROP OF 1" Ng (10"Mg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. (FT.) Manhole 0-16ch Dia. Manhole 9 to 16' 40 sec. 52 sec, 18' 45 sec. 59 sec. 29' 50 sec. .65 sec. 224 55 sec. 72 sec. 2-4' 59 sec. 78 sec. 26' 64 sec. 85 sec. 8' 69 sec, 91 sec. 1&27W SC- 6 PART D - SPECIAL CONDITIONS 0' 74 sec. 98 sec. For Each 5 sec. B sec. Additional 2' ACCEPTANCE. This manhole shall be considered acceplable, if the drop In the level of vacuum is less than one -inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be €epaired by either pressure grouting through the manhole waft or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with -an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal candition, all temporary plugs shall be removed. all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. ram. PAYMENT. Payment for vacuum testing of sanitary sewer ma€rholes shall be- paid at the contract price per each vacuum test. This phoe shall Include all material, labor, equipment, and all incidentals, including all bypass pumping. required to complete the test as specified herein. The Contractor shall bypass the sewage afound the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existIng upstrearn manhole and pumping the sewage into a downstream manhole or adjawnt system or other method -as may be approved by the Engineer. The pump and bypass linen shall be of adequate capacity and size to handle the flaw without sewage backup occurring to faellitles wrinecfed to the sewer. Provi.sions shad be made at driveways and street cfossin s to permit safe veblcrrisr travel without Interruptkig flow in the bypass system. Under no circurnstancas will the Untractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilfta#ion or replacement of the sewer line. D. 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL. After construction, ALL sections of sanitary sewer Ilnes shall have a television inspection performed by an independent sub -Contractor hired by the prime Contractor. Works 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 proteet the sewer IInes from darnage that might to inflicter/ by the improper use of cleaning equipment, B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be -one specifically designed and constructed for such inspectlan. Lighting for the camera shall be operative In 100% humidity conditions. The camera, lelevislon monitor, and other components of the video syslem shall be capablo of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory Inspect 10n, 1. TELE I iON INSPECTION. The camera shall be moved through the line in either direction at a moderate rate, slopping when necessary to permit proper documentation of PART D - SPECIAL CONDITIONS any sewer service taps. In n0 case wlll the television camera be {gulled at a sped greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the cam -era view or Enterfen, with proper documentation shall be used to move the camera through the sewer Ilne. No more than 000 linear feet of pipe will be televised ak one time for review by the Engineer, When manually operated Winches are used to pull the television camera through the lire. telephones or other suitable means of communications shall be sot up between the two manholes of the section being inspected to ensure good communications between members of the crew. The i ortance of accurate distance measurements is em tlasized. All television fnspectbn video !apes shall have a footage counter. Measurement for For -atria of sewer service taps shalt be abode 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 ureter. roll,a-tape. or other sul table 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 optfan of the Contractor. The oast 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 iow pints. The television inspection must be, done immediately following the lacing of the main with no +eater flow, If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. DOCUMENTATION, Televislon Inspection Logs: Panted location reoords shall be kept by she 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 it. 3. PHOTOGRAPHS, Instant developing, 35 mm, or other standard -size photographs of [lye 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 Cont{actor"s operations, 4. VIDEOTAPE RECORDING& 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 apt 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 r-etafned a maximum of 30 calendar days, Equipment shall be provided to the City by (he Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the EVneer. Tapes shall not he erased without the permission of the Engineer. If the tapes are of sugh poor quality that the En Ineer is unable to evaluate the condition of the sewer tine or to locat,aservice connections, the Contractor shall bD reaulred to re - televise and provide a good tape of the line at no additional cost to the City- If a goad IRz7104 -8 PART D - SPECIAL CONDITIONS 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 net televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST -CON TRUGTION TELEVISION INSPECTION OF SANITARY SERVERS. The cost for post -construction TeleV(sion Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide (lie Engineer with tapes of a quality that the paartfcular piece of sewer can be readily evaluated as to sewer conditions and for providFng appropriate means for review of the tapes by the Englneer. Toleviision inspection shall include necessary cleaning (hydra ullc jet or mechanical cleaner) to provide video Image required for line analysis- The quantity of Tel inspection shall he 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 Televislan Inspection. The Item .shall also Include all costs of installing and maintaaifiing any bypass pumping required to provide reliable, regular sever service to tho area residents, All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY C 0NTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used oo the project, Including as mix design for any asphaltic and/or Portland cernerit concrete to he 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, Thy contractor shall provide manufacturer's tertificaations for all manufactured items to be used in the project and wIll bear any expense relaters thereto. E. Tests of the design mncretle mix shall be made by the contractor's laboratory at least mine days prlar to the placing of concrete using the same aggregate, cement and mortar WhJGh are to be used later in the cancfete. The Contractor shalt provide a ceftified copy of the test results to the City. O. Quality control testing of ire -place material on this project wltl be perfomaed by the city at its awry expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the confraa,ctor aan.d wi11 be billed at cornmer6aal rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to fumish materials and equipment cranform Ing to the requirements of the con(ract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testirig, The Contractor shall provide access and trench safety system (if required) for Ihfe slte to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the jobs rile. The ticket shall specify the name of #17e pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION, This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the I ara.7A�4 S - 9 PART D - SPECIAL CONDITIONS contracl. These control rneasures small 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. crams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubbte ilners, baled -hay mtards, bikes, 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 pollulion-contra[ 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. darns. sediment basins, slope drains and use of temporary mulches, mats, seeding, or oilier control devices or methods directed by the Engineer as necessary to writrol 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 ntrol features, but are not associated with permanent control features on the project, The Engineer will limit the area of preparing right-of-way, cleaning and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress In keeping the finish grading, Mulching, seeding, and other such permanent pollution -control measures current In accordance with the accepted schedule. Should seasonal conditions make such lirnitations unrealistic, temporary measures shall be performed as directed by the Engineer. _ 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 ifordings of live streams will not be permitted; Uierefore, ternporary bridges or other structures shall be used wherever an appreciable number of strearn crossings are necessary_ Unless otherurlse approved in wriking by the Engineer, mechanIzed equipment shall nol be operated In live streams. 4. When work areas or materiel sources are Located in or adjacent to live streams, such areas shall he 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- 6. Contractor shawl take sufficient precautions to prevent pollution or streams, lakes and reservoirs Mai fuels. oils, biturnan, 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. G. MEASUREMENT AND PAYMENT. All work, materials and equipment necessary to provide temporary eroslan control shall be considered subsidiary to the contract and no extra pay will be given for Ihis work. Q- 41 INGRESS AND EGRESWOB TRUCTIGN OF ACCESS TO iDRIVr=S �cvzrrc a -30 PART D - SPECIAL CONDITIONS The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not ire progress and at night. Drives shall he left accessible at night, on weekends, and during holidays_ The Contractor shall conduct his aettvities to rniniml.xe obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prlcr to his driveway being rarnoved andjor 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.8 condition equal to or better than existed prior to start of work. Any trees or other fandscape 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 expe fenced workmen In an approved manner (fro trirraming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger sha11 be thoroughly treated as soort as possible wilh a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rig hts-o1'-Ways and designated alleys. Thhis permit can be obtained by calling the Forestry Office at 671-5738. All tree work shalt be In compfiance with pruning standards for Class 11 Pruning as described by the National Arboriist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Con Ira ctor shall be assessed using the current formula far Shade Tree Evaluation as defined by the Internationat Society of Arboriculture_ Payment for negligent damage to public trees -Sha11 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 WR fungus, all wounds on Live Oak and Red Oak trees shall be inimediately sealed using a commercial pruning paint - No sepsraaW Raymeirtit will be made for any of th.a work involved for tins Item and all costs IRicurred %M be considered a subsidiary cost of the project, D- 43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grads 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 ore -tenth (0.1) of a foot. D- 44 CITY 0 F FORT WORTI4 STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear In the latesl "City of Forl Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fart Worth Standard Product list shall be considered to meet City of 1=orl Worth minimum ter-hnical requirements. D. 45 T'OPS0ILF SODDING, SEEMING & HYDROMULCHIN This Item shall be performed in accordance with the City at Fort Worth Parks and Community Serv.lces Department Specifcatic ns for Topsoil. Sodding and Seeding, 1tr274 -3 1 PART D - SPECIAL CONDITIONS 1. TOPSOIL DE CRIPTiON: This item will consist of fumishinrg and placing a minimum of six (6) inches of topsoil, free frarn rock and fareign material, in all parkways and medians to the lines and grades as established by the Engineer - CONSTRUCTION METHOD& Topsoil will be secured from borrow sources as required to supplermr-nt material secured from street excavation. All excavated materials from streets which is suitable for topsoil will lea 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 paying operations, topsoil shall be plao°d on parkway areas so as to provide a minimum six (6) inches of campact,ed depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will oonslst of furnishing and planting Bermuda, Buffalo or St. Augustine grass In [tie areas between the curbs and walks, on terraces. in median strips, on embankments or cut slopes, or in sum areas as designated on the Drawings arld 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, Wiffalo or St. Augustine grass secured from sources where the sail is ferule, Sock 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 Ihroughoui a two () Fnch minimurn thickness of native soil attached to the rootr. St. Augustine grass sod shall have a healthy. virile root system of dense, thickly matted roots throughout a one (1) Gnch m1nimum thickness of native soil attached to the roots. The sad shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or whi0h might arfect its subsistence or hardiness when transplanted_ Sod to be placed between curb and walk and an terraces scull be the same type grass as adjacent grass or existing lawn. Caro shall be taken at Gil tHes 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 dog until planted_ When so directed by th(� Engineer, the sod existing at the source shall be watered to the extertit 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 OTavuirxgs and as provided for in other items of the contract, sodding of the type specified shaft be performers in accordance with the requirements hereinafter described. Sodding shall be either "spot" or 'Locks; elttfer Bermuda, Buffalo or St. Augustine grass, a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) incites can ceriters or to the dimensions showil on the Drawings, shall be opened on areas to be sodded. In all PART D - SPECIAL CONDITIONS furrows, sod -approximately three (3) inches square shalt be placed on twelve (1 ) Inch centers at proper depth so that the tap of the sad shall not be more than one-half {11} inch below the finished grade. Holes of equivalent depth and spacing may he used Instead of furrows. The soil shalt be firm around each block and then the entire sodded area small be carefully rolled w1th a heavy, hard roller developing Fifteen (15) to twenty-five (2 ) pounds per square inch wmpression. Hand tamping may be required on terraces. b, Block Sodding. At locations an the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas_ The sad shall be so plaosd 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 511rie Niue 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, sufflcjently close to hold the block sod firmly to place. Whe€l necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously prcMded and existing all. the time sodding operatlons were begun_ Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acoeptan ce of the project by the City of Fort Worth_ 3, SEEDING DESCRIPTION, "Seeding" will consist of preparing ground, providing and planting seed Ora mixture of seed of thxe kind specified along and mross such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Tex** Testing Seed label Showing purity and germination, name, type of seed, and that the seed meets all recliilrernents 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 dellvery to the project. Each variety of seed shall be furnished and delivered in separate bogs or containers. A sample of each variety of seed shall be fumished for analysis and tesiing when directed by the Engineer. The spe rfled seed shall equal or exceed the follo*ng percentages of Purity and germination: emman Name Puritk Gerrnjnat�on Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 0% 10127AWSC-33 PART D - SPECIAL CONDITIONS Wiffalo Grass Varlefles Top Gun 95% 00% Cody 95"/a 90% Table 120.2.()a, URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Kure Live Seed (PLS) Mixture. for Clay r i ht Snits Mixture for sandy Soils Dales (Eastern Sections) (Western Sections) All Sections) Feb "II Hermudagrass 40 Buffaiograss 80 Bermudagrass 60 to Butfalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.( )b TEMPORARY COOL -SEASON SEEDING RATE; jib.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall fescue 50 to Westem Wheatgrass 50 May 1 Annual Rye 50 Total. 'I Do NSTRUCTION METHODS: DS: After the designated areas have been completed to the lines, grades, and crass -sections shown can the Drawings and as provided for in other itern� of this Contract, seeding of the type specified shall be perfofined In accordance with the requirements hereinafter described. a, Watering- Beaded 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 shDuiders, slopes, and ditches shall be smoothed afler seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operatlons were begun_ BROADCASTSEEDING,. The seed or seed mixtve In the quantity specified shall be uniformly distributed over the areas shown on the €]rawJngs and where directed. If the sawJng of seed is by hand, rather than by mechanical methods, the seed shall be sown In two directors al right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified unilorm rate of application for both is obtained. "Elnishing" as specified in Section D-45, Construction Methods. is not applicable since no send bad preparation is required. DI CED SEEDING. Soil over the area shown on the Drawings as dlfected 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 nrea shall then be finished to line and grade as specified under "Finishing" in Secflon D-45, Construction Methods, The seed, or seed mixture, specified shall then be ptant,ed at the rate requiresi and the application shall be made uniformly. If the sowing of seed is by hand rather than by f0.12lord -34 PAIN D - SPECIAL CONDITIONS mechanical methods, seed shall be naked or harrowed into the s ll to a depth of approximately one -eight (118) inch. The placated area shall be rolled with a corrugated refer of the " ultipackee' type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The sail over the area shown on the Dmwings, or as directed to be seeded, shall be loosened to the minimum depth of three () inches and all padicles In the seed bet} shall be reduced to less than orie ( t) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as. specified under "Etnishtng" in Section D- 45, Construction Methods. Water shall then be applied to the culklvated area of the seed bed until a minimum depth of six (6) Inches is thoroughly malatened. After the watering, When the ground has become sufficiently dry to be lease and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shalt be sawn in two directions at rtght angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for bolh Is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one -quarter (114) inch. The planted surface area and glving 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 frorn 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 net shown on the Drawings, or if Drawings are riot included, then MS-2 shall be used. Applicatlons 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 oomplete 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 fisted in Table 120. (2)a. The re -seeding will be achieved in the following manner. The coal season species shall be rnowed down to a height of one (1) inch to Insure that alit -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 (stit) In the soil and places the seed in the slit which is then pressed closa vAth a cult packer wheat. [In KIAR NRI6 T,LIN63:1�1:1071JIM93 If hydro mulch seeding is provided, seed mix shad have 5% purity of'Rerrnuda grass and have a germination rate of 90%. Contractor shah ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER 10�z7rN -3 PART D# SPECIAL CONDITIONS DE CRIPTiON, "Fertilizer" will consist of providing and distributing fertilizer over such arias as are designated on the Drawings and In accordance Wth those Specifications. MATERJA LS: All fertilizer used shall I delivered in bags or oontalners clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Ferillizer Law_ A pelleted or granulated fertilizer shall be used w€th an analysis of 16- 0-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the perceni of nitragen, phosphoric acid. and potash nutrients respectively as determined by the mot}iccis of the Association of Official Agricultural Chemists. In the eve n€ i1 is n8cessary to substitute a fertilizer of a different analysis. it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed thait specified for each nutrient CONSTRUCTION METHODS' When an item for ferlJliaer is Included in the DrawIrigs and proposal, polleted or granulated fertllizer shall be applied uniformly over the area specified to be fertilized and ire 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 rejecter#. Distrlbutlor. of fertilizer as a particular item of work shah meet the approvat of the Engineer. Unless otherwise indicated an the Drawings, fertilizer shall be applied uniformly at the average cafe of 1htree hundred (300) pounds per acre for all types of "Sodding" and four hundred (00) pounds per acre for all types of "Seeding" MEASUREMENT- Topsoil secured from barrow sources will be measured by the square yard in place on the project s€(e. Measuremerit will be made only or) topsails secured from borrow sources. Acceptable material for "Seeding" will be measured by the I1near foot, complete in place. Acceptable material for" adding" will be measured by the linear foot. complete in place. Acceptable material for "Fertilizer" shali be subsidiary to the price of sodding or seeding. PAYMENT. All work performed as ordered and measured shalt be subsidiary to the contract unless and othermlse noted In the plans and hid documents to be paid for at the unit price bid for each item of work, its price shall be fall compensation for excayat ng (except as noted WOW), loading, hauling, placing and furnishing all tabor, equipment, tools, supplies, and incidentals necessary to complete work. All labor. equipmcni, tools and incidentals necessary to supply. transport, stockpile and place topsoil or salvage topsoil as specltaed shall be included in "Seeding" or "Sodding" Laid items and wl11 not be paid far directly, "Spot sodding" or "Mock sodding" as €lie rase 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 famishing and placing all sad, for all rolling and tamping; for all watering; tar disposal of all surplus maledals, and for all materials, labor, equipment, toots anti Incidentals necessary to complete the work, ail in accordance with the Drawings and these Specifications. 10477o S -36 PART D 4 SPECIAL CONDITIONS The work performed and materials furnished and measured as provided under "'f easurernent" shall be paid for at the unit price for "Seeding" or "Sodding". of the type specified, as the case may bp, which price shall each be full compansation for furnishing all materials and for performing all operations necessary to complete the work amepted as follows. Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding- D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA reqjirements for all its employees and subcontractofs at all times during construction. All active sewar manholes, regardless of depth, are defined by OSHA, as "permit reclufred confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable [nanholes and maintain an active file for these manholes- The cast of complying with this program shall be subsidiary to the pay items involving work in confined spares. D- 47 SUBSTANTIAL COMPLETION 1NSPECTIONIFINAL INSPECTION 7. Prior to the tonal inspection boing conducted for the project. the contractor shall contaacl the ckty Inspector in wrilling when the enIire project or a designated portion of the project is substantially complete, 8. The inspector along with appropriate City staff and the Oity's consultant Shall make are inspection of [tie substantially completed work and prepare and suhmit to Me contractor a list of items 5eading to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the Items have been completed or corrected- 10. Payment for subst,antiat completion Inspection -as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencles, which are discovered at the time of final Inspection. 11. Final inspection shall be in conformance with general condllion Item "O5-5.1-8 Final lnspedon" of PARS' G - GENERAL ONDITION - D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1- The Contractur shall fie respo risible for hitting measures to minimize demage to tree limbs, tree trunks, and free rains at each work silo, All suds measures shall be oonsidered as incidental work included in the Contract Unil Price bid for applicable pipe or structure installalion exmpt for short tunnelingftree augerirrg. - Any and all trees ?coated within the equipment operating area at each wont 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 anti the construction area. 3- Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that mtgW be damaged by equ[pmerit operations. The Engineer shall be notified fM271r4 SG 37 PART D - SPECIAL CONDITIONS at least 24 hQLjrs prlor to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. NoIhing shall be stored over I h a tree root system within the drip line area of any tree_ , Before excavation (off the roadwa y) within #lie drip Iine area of any tree. the earth shall be sawcut for a miniinurn depth of 2 feel_ 6. At designated legations shown on the drawings, the "short tunnel" method using Class 51 D.I, pipe shall be utllized. 7_ Except in areas when clearing Is allowed, all trees up to B" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree al the mnlractor`s expense. 8_ Contractor shall employ a qualified landscaper fof all (he work required for tree care to ensure utilizatton of the best agricultural practices and procedures_ 9. Shod lunneling shall consist of power augering or hand aex ava#ion, The tunnel diameter shall not be lamer than I - 112 times the outside pipe diameter. Voids remeiniing after pipe installatic)n shall be pressure grouted. D- 48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete enc sisment 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 conrrete erncasemenl. D- 50 CLAY DAM Clair darn construction shall be perlorrnerl in accordance with the Wastewalef Clay Dam Construction. figure in the Drawings in these Spedlications, at locations lndlcated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to mace an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or - 7 concrete_ Payment far work such as forming. placing and firrish[ng shall be subsidiary to the price bid for pipe installation, D- $1 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, conlractor shall wndlucl an exploratory exc.9vatlan (D-Hale), 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 {Marrs or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavatlon {D-Hole} to obtain a safe and proper dfiving surface to ensure the safety of than geTieral public and to meet the ra7J64 SC,38 PART D SPECIAL CONDITIONS approval of the City inspector. The contractor shall he liable for any and all darrEages incurred due to the exploratory excavation (D-Hole). Payment shall nol be made for veriflcatlon of existing utilities per Item D-6. Payment for exploratory excavation (D-Hole), at tocations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, o cavatiorl, surface restoration, field surveys. and all Incidentals necessary to complete the work, shall be the Unit price bid. No payrnent shall be rude for exploratory excavations) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chiorlde Plastic Water Pipe and fittings on this Project shall be In accordance with the material standard contained In the General Contract Documents. Payment for worst such as backfill. bedding, blocking, detestable tapes and ali othef- associated appurtenant required, shall be Included in the linear foot pricy: bill of the appropriate BID ITEM( ). 52.2 Blocking Concrete blocking on this Protect will necessarily be required as shown on the Plans and shall be installed In accordance with the G eneral Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment wlil be made for any of the work involved for the item and all casts incturred will be considered to be included in the linear toot 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 gored or tunneled section shall be AWWA -200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-8 In Material pec rations of General Contract Documents and Specirwcations for Water Department Projccts. The steel casing pipe shall be supplied a 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 specifies! 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- ooncrete pipes when installed in casing. Installailon shall be as recommended by the Manufacturer. . SEWER Boring used on this project shall be in accordance with the material standard EI-15 and anstructlon standard F2-15 as per Fig. 110 of the General Contract Documents, 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout. backfiil, and IncAdental work skull be Included in the unit price bid per font. 52.4 Tie-ins r0127104 - 9 PART D -- SPECIAL CONDITIONS The Conlractor shall be responsible for making Eie-Iris to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing lime tie-ins. And any differences in locations and elevation of existing 11ne tie-ins between the contract drawings and what fray be encountered In the field shall be considered as incidental to construction. The post 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 Exl�ting Mains Tire Contractor shall determine tho exact location. elevation, configuration and angular of existing water or sanitary sewer lines prior to manufacturing of the conrxecling piece. Any differences in locations, elevation, configuration, and or angulatfon of existing lines between the contract drawings and what may be encountered in the said worm shall be considered as inoldental to construction. Whigre it is required to shut dawn existing mains in order to make proposed connections, such dowry 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 dawn an existing rnain, the Contractor shall notify the Manager, Construction Servioes, Phone 871-7813, al least 48-hours prior to the required shut down time. The ontractaes attention is directed to Paragraph 5-5.15 INTERRUPTION OF SERVICE, Page C5-5( ), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor snail notify the customer both personally and in writing as to the location, time, and zcf�edule of the service interruption. The cost of removing any pxisting concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot prim bid for the appropriate pipe size. 52.6 Valve Gut4ns it may be necessary to cut -in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valved [he work must be expedited to the utmost and all such cut -ins must be coordinated with the engineer in charge of Inspection. Ail consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment f6r work such as bac.Mill, bedding, fittings, blocking and all other associated appurtenants required, shall be Included In the price of the appropriate laid items. .7 Water Services The r$location, replacement. or reconnection of water.services will be required as shown on tte plans, andlor as described In these Special Cantracl 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 lap saddles (when required) and corporation stops, type K copper water tubing, curb stems with lock wings, meter bones, 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, 1427104 -40 PART D w SPECIAL CONDITIONS All existing 14-Inch water service limes which are to be replaced shall be replaced wlfh f - 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 he installed with the servEce mein 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 C 5-5.15 1NTERRUPTION OF SERVI CE. Ali water servtcle 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 cent{actor shall install the ureter. The meter box shall be reset as necessary to be Rush with a isling ground or as otherwise directed by the Engineer. All such work an the outlet side of the service meter shall be performed by a Iloensed plurnber. 1. WASTER SERVICE REPLACEMENTS., Water service replacement or relocation is required when the existing servloe is lead or is trio shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line wlth Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfiq, finings, type K copper tubing, curb stop with lack wings. service line adjustment, and any rolocatioo of up to 1-inches from center Ifne existing meter location to mntar line proposed meter location shad be Included in the Linear Foot price btd for Copper Service Line from Main to five () feet behind Meter. Any vertical adjustment of custorner service line within the 5 foot area shall be subsidiary to the service installation. Payment for all uvork and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bill for Service Taps to Main. WATER SERVICE RECONNECTION'. Water service recannection Is required when the exsting service is copper and at adequate depth to avoid breakage during street recanstruction. The contractor shall adjust the exisfing water service Ifne as required for recannection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected pEus for any copper service line used In excess of five (15) feet from Main to five () feet behind the Meter. , 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 ilia twelVe (1 ) inches, as measured from the center line of -the exist]ng meter to location to the center Ifne of the proposed meter location, separate payment will be allowed for the relocation of service motor and meter box, Centerlille is defined by a ilne extended from the service tap through the ureter. Only relacatlons made perpendicular to this centerline will be paid for separately. relocations made along the centerline will be paid of in feet of capper service lira, When relocation of service meter and meter box Is required, payment for all work and materials such as backfill, fittings, five () feel of type K copper service and all materials, 7&27104 S -41 PART D - SPECIAL CONDITIONS labor, and equipment used by and for the 4cerised plumber shall be included in the price bld for the service meter relocation. All other costs will be included in other appropriate bid items). This item will also be used to pay for all service meter and meter box relocations as required by the knginei�!f when (he service line Is not being replaced. Adjustment of only the meter boat and customer service line within 5 Peet di9tanc:e behind they meter will not justify separate payment at any time. Locations with multiple service branches wall be paid for as one service rneter and melar box reluc ation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper sorvic:e line, curb stop with lode Wings, and meter box. Reinforced plastic fne ter boxes with cast iron lid shall be provided for atl inch water ureters or smaller. The reinforce plastic water meter bakes shall comply with section E1-1BA -- Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfrll. fittings. type K copper tubing, and curb step with lock wings shall be included in the Linear Foot price bid for Service Une from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle. oorperelinn sups, and Fittings shall be included in the piece bad for Service Taps to Matns. Payment for all work and materials such as Cumishing and setting new meter box shall be included in the price bid for furnish and set muter box, 1. MULT$PLE SERVICE BRANCHES-. When mulfiple 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 anly and all other cost will be included in other appropriate bid It,em(s), . MULTIPLE STREET SERVICE E LINES TO SINGLE SERWCE METER- Any multiple service limes with taps servicing a single service meter encountered during construction shad be replacer) with one service line lhat is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made al the unit bid price in the approprlate bid itern(s). 52.8 -Inch Temporary Service line A. The -inch lernporary+ service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily bey reguirod to have severed wafer service durng said work. The contractor shall be res ponsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in ardor that the work be performed in an expeditlous manner. Severed water service must be reconnected wi(hin 2 hours of discontinuance of service. A -inch tapping saddles and -inch corporation stop or 2-Inch gate vaive with an appropriate fife hydrant adaptor lilting shall be required at the tern porary service point a connection to the City water supply. The -inch temporary service main and 314-inch servace lines shall be installed in aCe:ardanee to the attached figures 1, 2 and 3. " temporary service tine shall be cleaned and sterilized by using chlorine gas or chfarinated lime (HTIA) prior to installation. a; SC,42 PART D - SPECIAL CONDITIONS The out -of -service meters shall be removed, taggad and collected by the Contractor for deliverer to the flatter Department Meter Shop for reconditioning or replacement. Upon restoring permanent servios, the Contractor shall re -Install the meters at the correct location. The meter box shall be reset as necessary to he lush with the existing ground or as atharwise directed by Ilse 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 cdterla shalt be used by the Contractor to determine the length of ternporary service allowed, number of service taps and number of faed points. When the temporary service is required for more than one location the -Inch temporary service pipes, 314-inch service lines and the -Inch ureter stall be moved to the next successive project locatlan. Payment for work such as fittings, 3/4--inch service llnes, asphalt, barricades, all service conneclions, removal of temporary services and all other a soclated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amunt of water used .during construction, the Contractor will install a fire hydrant rnbter for all temporary service lines. Water used during constructiaTi for flushing new males that cannot be metered from a hydrant will be estimated as accurately as possible- At the pre-construcllon conference the contractor will advise- the Inspector of the number of meters that will be needed along wlth ilia locations where they will be used. The Inspector wIll dellver the hydrant meters to the locations. After Installat>on, the contractor will take full responsibility for the meters untll 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 aretum and if repairs are needed the oontraactor will recelve 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 as separate hydrant meter obtalned by the Contractor. at its cast, from the Water Department, 52.9 Pugging and Star] lizaation of Water tines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with - 4 of the General Contract Documents and peclflcaations except as modified herein. The City will provide all water far INITIAL. cleaning and sterilization of water lines. All materials for construction of the project, Including appropriately sized "pipe cleaning pigs", .chlorine gas or a Iorinated time (HTH) shall be furnished by the Contractor. Chlorinated Ilme (HTH) shall be tised In sufficient quantities to provide a chlorine residual of fifty (50) PPM_ The residual of free chlorine shall he measured after 24 hours and shall not be less than 10 parts per million of Free chlorine. Chlorinated water shall be disposed of in than sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-ahloriinated" prior to disposal. The line may not be placed in service untll two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilizet Gn of the water Ilnes shall be considered as inddental to the project and all costs incurred will be considered to be included in the linear fool bid price of the p[pe. �rrrr -4 PAIN D - SPECIAL CONDITIONS- - 5.10 Work Near Pressure Plane Boundaries Contractor shall tale note (hat the water line to be replaced under lhis contract may cross or may be in close proximity to art existing pressure plane boundary_ Care shall be taken to ensure all "pmssurie 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 requi{ed in large Water meter vaults as per Figure 3 3 unless otlie r-wise directed by the Engineer_ The appropriate water sampling staflon will be Cumished to the Guntrnc:tor frees of charge; however, the Contractor wilt be required to pick up this item at the Field Operations WarelIcUSe_ PAYMENT FOR FIGURE E 34 INSTALLATIONS. Payment for all work and materials necessary for the installation of the 3I4-inch type } copper service line will to small be included in the price bid for capper Service tine 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 stator?, concrete support block. curb stop, fittings, and an incidental -feet of type K copper service line which are required to provide a complete and functional water sampling station shall be Included in (he price bid for Water Sample Statians. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary For the installation tap saddle, gate valve, and fittings shall he 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 sa rnpling station shall be included In the price bid to Water Sample Stations. 52.12 Ductile Iran and Gray Iron Fittings Reference Part E2 Conslruction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E -7.11 Cast Iron Fittinga_ E -7.11 DUCTiLE-IRON AND GRAY -IRON FITTINGS: All ductile -iron and gray -iron fittings shall be iumished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be paayrnent in fu11 fior al fittings, joirit accessories, polyethylene wrapping, horizontal concrete blocking. vertical lie -down concrete blocking, and concrete cradle necessary for construction as designed. All ductile -iron and gt'ay-iron flifings, valves and specials shall be wrapped wilh polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E -13_ Wrapping shall precede horizontal concrete blocking, vertical tie - down Wncrete blocking. and concrete cradle. Payment For the polyethylene wrapping, MP27)04 SC-4-4 PART D - SPECIAL CONDITIONS horizontal concrete 06cking, vertical lie -down concrete blorking, and concrete cradle shall be included In bid items for vales and fittings and na other payments will be allowed. D- $3 SPRINKLING FOR DUST CONTROL Al applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no d1rect payment will be made for this item and if shah be considered to #iris Contract. D- 54 DEWATERING The Contractor skull be resportsfblfl-� for determining the melhod of dewatering operation For the water or sewage flows from tl-le existing rnaiDs and ground water. The Cantractor snail 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 he discharged into sanitary $ewers_ De aterin+g shale be considered as Incidental to a constrUctiorl and all costs incurred will he considered to be included In lhE� pr0j1--ct price. D- 55 TRENCH r=X AVATION ON DEEP TRENCHES Contractor to prevent any water flowing Into open trench during construction. Oonlractor shall not leave exQavated trench open overnight. Contractor shall fill any trench the same day of Pxcavati on. No extra payment stall bo allowed for this special condition. D- 56 TREE PRUNING A. RE FERENCES- NafionaI Arborist Association's "Pruning Standards for Shade Tel!". B_ ROOT PRUNING EQUIPMENT 1. Vibratory KnIte . Vermeer-1550RC root Pruner G. NATURAL RESOURCES PROTECTION FENCE 3, Steel "T" 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 Iluorescenl grange .or red color. 6_ Cornbfnation Fence_ Comrnemially manufactured comb inati on soil separator fabric on wire rnesh backing as shown on the Drawings. D, ROOT PRUNING 1, Survey and stake location of rool pruning trenches as shown on drawings. r 0.2ZA7d SC-45 - - PAIN D - SPECIAL CONDITIONS 8. Using the approvers specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backf III and compact the trench immediately after trenchirig- 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 ill ush with ground and backfRlI any exposed roots des to construction activity- Cover with wood chips of mulch in order to equalim soil temperature and minlmlze water loss glue to evaporation. 1 Z tamit any grading work within conservation areas io 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless c;ut by hand or cut by specified methods, equlpr enk and protection- E- MULCHING- Apply -inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered substdiary to the project contract price- D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, Including slump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities Moth ovorhead 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 cast to the Owner. All costs for trae removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. U- 58 TEST HOLr:: The malter 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 perforce this subsurface exploration jointly or independently, and whether they make such determination by the use of test hales or other means. shall t 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 E nglneer guarantees the accuracy for the information or that the material encountered in excavations is the sauce, elther in character, location, or elevation, as shown on the baring logs. It shall be the responsibillty of the Kidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated, The Contractor assumes all respo5s1b1ll1y for Interpretation of these records and for making and main (a01ng the required excavation and of doing other work affected by the geology of the site. The cast of all rack removal and other associated appurtenanms, if required, shall be Included In the linear toot bits price of the pipe. torrr�o4 -46 PART D - SPECIAL CONDITIONS D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORMY WATER S F_RVICE INTERRUPTION OURilNG CONSTRUCTION Prior to beginning oonsiruction on any block in- the project, the contractor shall, on a block b 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 natltication notice or flyer shall be posted sevan (7) days prior to beginning any construction activity on each block In the project area. The flyer shall be prepared on the ontractar's letterhead and shall include the following information: Nave of Project, DOE No., Scope of Project. (i,e. type of construction activity), actual construction duration within the block, the name of the contractar`s foreman and his phone number, the naive of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notiflcation' flyer is attached. The contractor shall submit a schedule showing the construction start and f nish time for each block of the project to the Inspector. In addition, a copy of they 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 al residents of the blockC In the event it becomes necessary to temporarily shut down water service to residents or businesses during oonstruction, the contractor shall prepare and deliver a notice or flyer of the pending interruption tG the front door of each affected resident. The notice shall be prepared as follows: The notificatlon or flyer shall be posted twenty-four (4) prior to the temporary interruption. The flyer shall be prepared on the oontractoes 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 forei nan 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 temporarjr 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. l=lectronic versions of the sample. flyers can be obtained from the Construction office of (517) 871-8306, All work involved with the notification flyers shall be considered subsidiary to the contract price and no additionaI cornpansadon shall be made. D- 60 TRAFFIC BUTTON The removal and replacement of traffic buttons is the responsibility of the Contractor and shall be considered a subsidiary item. In tho event that the contractor prefers for the Signals, Signs and Mark! ngs DMslon (S D) of the Transportation/Public W orks Department to instant the markings, the contractor shall con lact SS I ID at (817) 871-8770 and shall reimburse SSM D for all costs incurred, bottle labar and material. No additicnaI compensation shall be mane to the c ntractorfor this reimbursement. 101_� MA - 7 PART D - SPECIAL CONDITIONS D- 8't SANITARY SEWER SERVICE GLEANOUT Whenever a sanitary sower sorvice line is installed or replaced, tho Contractor shall install a twcj- way Service cleanaut as shown in the aEltached detail. Cleanouts are to be installed out of high traffic areas such as d6vo ays, slree[s, 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 installatlan of the two-way service claanout which are required to provide a complete and functional sanitary sewer cleanout shall be included In the price hid for Sanii[aryf Sewer S ervIre CleanoUts. D• 62 TEMPORARY PAVEMENT REPAIR The Contractor shalt provide a temporary paverraerat repair immediately after trench backtill and compaction using a minimum of -inches of hot mix asphalt over a mhnlmum 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 smoothy transifhon between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavemx ant repair pay item, The eontrastor shall be rfsponsible for malri[aining the temporary pavement until the paving contractor has mobilized. The paving contractor shall assume rnaintenance r"ponsibil€ty upon such mobilization. No add](ional compensalion shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found Consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be scat sufficiently in advance to avoid delay whenever practic.al. One set of stances shall be set for ail ulHity cons trcaction (water, sanitary sewer, drainage etc_), and one set of excavationlor stabilization stakes, and one sot of stakes for curd and gutterlor paving. It shall be the sale responsibility of the Gonllra4atar to preserve, maintair7, transfer. etc, all stakes furnished until completion of the constructiun phase of the project for which they were fumished. It [lye City or its -agent determines that a sufficient nurnbet of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper preseic;ution and control of Ilse work contracted for in the Conlract Documents, it shall be the Contractor's responsibility, at the Contractor's sale expense, to have such stales replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of rep larcernenI of cc) nstmotion stakes will be accepted, and Iime will con to be Charged In accordance with the Contract Dincumen [s. D- 64 EASEMENTS AND PERMITS The performance of this contract requires certaln temporary c❑nstructian, right -of -entry agreements, andiar permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-enti-y agreements for properties where con struclion activity is necessary on City owned facilities, such as sewer Itnes or manholes. For locations where the City was unable to ablain the easement or rfghl-of-entry, it r02274 SC-48 PART D - SPECIAL CONDITIONS shall be the Contractor's resparnsibality to obtain the agreerhent prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the Oily has obtained, are avallable to the Contractor for review by contacting the plaits desk al the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to cbtaln written permission from property owners to perform such work- as cleanout repair and sower service replacement on private property. Contractor shall adhere to all requirements of Paragraph 6-6,14 of the General Contract €?ocurnents, The Contractor's attention is directed to the agreement terms along wlth 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 additropal work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written Permission from the property owners involved for khe use of additional property required. No additional payment will be allowed for this [tee. The City has obtained the necessary documen Iatlon for railroad and/or highway/ permits required for construction of this project, The Contractor shall be respenslble for complying with ail provfsfons of such permits, including obtaining the requisite insurance, and shall pays any and all costs associated with or required by [lie permit(&). 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 raiiroadlagency right -of -wary. For raflroad permits, any and all oasts associated with compliance with the permit(s) Including payment for flagman shall be subsidiary to the bid item price for boring under the railroad. No additional payment wlll be allowed for this item. D- 65 PRE-C ONSTRUCTION NEI GHBORHO0D NIEETIN After the pre-constructlon conference has been held but before construction} is allowed to Begin on this project a public meeting will be heat/ at a locatlon to be determined by the Engineer. The contractor, inspector, and project manager shall meek with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood rneetfng within the two. weeks follo fng the pre -construction conference but In no vase will construction he allowed to begin until this meeting is held. D- 66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in -accordance with statutory requirements, as being the prevailing classificatlons and rates that shall govern on all work perforated by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid, (Attached) D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos Nabonal Emissions Standards for Hazardous Air Pollutants (NE HAP) found at 40 CFI Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACFI) In cornpliance with NESHAR Nothing in this specification shall be construed to void any provision of a f W27A7a -49 PART D -- SPECIAL CONDITIONS contracl cw other laver, ordinance. reguiatinn or policy whose requirements are more stringent. B. ACP is defined under NE S HAP as a C a tegury Il, non friable material In its intact state bui Which may become friable upon removal, dcrn0tion and/or disposal. Consequently, if I.he removal/ disposat process readers the ACP friable, It is regulated under the c kpusal requirements of 40 CFR 61.150, A NESHAP natircation must be filed with the Texas Dopartrment of Health. The notification must be filed at least ten rays prior to removal of the material. If it regains In its non - triable state, as defined by the NESHAP, it can be disposed as a conventlonal construction waste, The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled. pulverized or reduc.ed to powder by hand pressures. G_ The Generator of the hazardous material Is responsible for the identification and proper handling, transgartation, 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 Fors Worth that all ACP shall be remove In, such careful and prudent manner that it rernains intact and dues not became firEabEe. The Excavator is responsible to employ those means, methods_ tecbniquos and sequences to ensure this result. I- Qormpilancn with all aspects of worker safety and health regulations including but not Elmited 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 Fxoavator. (Copy of forms attached) F. The re. moval and disposal of ACP shall be subsidiary to the cost of install Iing the new pipe unless otherwise staked or indicated on the project plans or contract da uuments. 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 Systarn (TPOE=S) General Construction Permit is required for al construction activities that result in the disturbance of one to five acres (Smalil Construction Activity) n{ five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by stater regulations and is required to obtain a permit_ Information concerning the permit Can be Obtained through the IFite Met at hftp;Ywww.Inrco_state. Lx.ustpermitting/water permNJ ,Nperm/construct_hirnl. Soil stabilization and structural practices have been selected and designer! in accordance with Nod Central Texas Council of Governments Best Management Practices and Erosion Conlrol Manual for Construction Activitles (BMP Manual). This manual can be obtained through the Internet at ww _df stormwatnr_(.oi rtrunaff.htmE_ Not all at [lie structural corbels discussed in the BIVIP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, it properly utilized, can minlmize the need for physical controls and possible reduce costs. The methods of control shall result in rrlinfrnum sediment retention of net less than TO . PART D - SPECIAL CONDITIONS NOTICE OF INTENT NOI : If the project will result in a total land disturbanm equal to or greater than 5 acres, the contractor shall signs at the pro -construction meet lrig a 'rCEQ Notice of Int nt (NO1) form prepared by the engineer, It serves as a notification to the T EQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water d€scharges fmm construction acbvtties and that measures will be taken to Implement and malntain storm water pollution pncwention at the site. The NOt shall be submitted to the T EQ at least 48 hours prior to the contractor moving on site and shalt include the requires $400 application fee. The NQI shall be mailed to: Texas Oor min ssfon on Environmental Quality Storm Water & General Permits Team: M#3 P.Q. Box 13057 Austin, TX 78711-3087 A copy of the NO shall be. sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERM INATtO1NOTI: For ail sites that qual€fy as Large Construction Activity, the contractor shad sign, prior to final payment, a TOEQ Notice of Termination (NOT) Form prepared by the engineer. It serves as a notice that the site Is no longer subject to .the requiremerd of the permit, The NOT should be marled to: Texas Commission on Environmental Quality Storm Water & General Permits Team', M 28 P.O. Box 13087 Ausfin, TX 78711- 087 STORM WATER POLLUTION PREVENTM_PLA_I SVVR PPP)- 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 avail able for view]ng at the plans desk of the Department of Eragineering. The selected Contractor shad be provided with Three copies of the S PPP after award of contract, atong with unbounded copies of all forms to be submitted to the Texas omrnission on Environmental (duality. LARGE CON STRUCT ION A Ti111TY -- D€STURSED AREA EQUAL TO OIL GREATER THAN ACRE: A Notice of Intent (NO#) Form shall be completed and submitted to the TOEQ inciudIng payment of the TDEQ required fee. A SWPPP that meets a1I TC EQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the corn mencemen( of construction actiivities. The S PPP shMl be incorporated into In the contract documents. The contractor shaft submit a schedule for implement:atlon of the SWPPP. Deviatlons from the plan must be submitted to (he eng[nee r for approval. The SW PPP is not warren ted io meet all the conditions of the permit since the actual construction activities may very from those anficlpated during the preparation of the WPPP- Modifications may be required to fully conforms to the requirements of the Permit. The contractor must steep a cagy of ilia most currerst SW PPP at the construction site. Any alterations to the SWPPP proposed by the conlractor must be prepared and submilited by the contractor to the engineer for review and approval. A Notice of Terminalion Iur27104 -51 PART D SPECIAL CONDITIONS (NOT) farm shall be submittayd vulthin 3 0 flays after final stabilization #gas bean achieved can 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 final€y stabilized, SMALL CONSTRUCTION ACTIVITY - 1)IS1URBE1) AREA EQUAL TO 0R GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submisston of a NOI form is riot required. However, a TOEQ Sits Notice form must be completed acid posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Envircmmentai Management at the address lisled above. A SVVPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities, The S PPP most include descriptions of ooritrol measures necessary to prevent and control wil erosion, sedimentailan and water pollution and will be included in the contract documents. The control measures shall be Installed and maintained throughout the constructicii to assure effective and nnnUnuo4js water pollution control. The controls may include, but not be limited to, silt fences, straw gale d€kes, rock herms. diversion dikes, interceptor swales. sedirprant traps and basins. pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, Soil retention blankets., or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as deliried by IhE� NCTCOG "E MI" Manual." Deviations from the proposed control measures must be submitted to the engineer for approval, PAYMENT FOR SWPPP IMPLENI NTATION: Payment shall be made per lump sQrri as shown on the proposal as full compensalion for all items contained in the project SWPPP, FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE APPLICABLE. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water Ilne system with the City's representative. The Contractor may obtain a hydran water meter from the 1Naler Department for rise duririg the Iile of nafried proje0, In the event the Contractor requires thai a water valve on an existing live system be turned off and an to accommodate the constructfori of the project, the Contractor must coordinate this activlly through the appropriate City represLntativo, The c>ntrar:tor shall not operate orator lime valves of existing water system, Failure to comply€ will render [lie Cci-ttractor in violation of Texas Penal Cade Title 7. Chiapter 28,03 (Criminal Mischief) acid the Contractor will be prosecuted to the f J I oxt nt of the law, to addition, the Ccntractor will assume% a I I liabilities and responsib€1€t'ies as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The CJtyr re -serves this right to require any pre-q ua lified contractor who is the aapparenI low bidder(s) for a project to subrnii such additional information as the City, in sole discretion may requ€re, including but not limited to manpo er and equipment records. information about key personnel to be assigned to the project, and construction schedule, to assist the City to evaluating and assessing floe ability of the apparent tc�w bidders) to deliver a quality product and sUccessfLlIly complete prajects for the amminI bid vviIhin 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 1W2;F1r4 -52 PART D - SPECIAL CONDITIONS may be grounds for rejecting the apparent low bldder as neon -responsive. Affected contractors will be notified in writing of a repornMendation to the City Council. D-71 FAMILY WARNING SYSTEM FOR CONSTRUCTION Time Is of the essence in the completion of this contract. In order to Insure that (lie contractor is responsive when notified of unsatisfactory performance andlor of failure to maln(aln the contract schedule, time following process shall be appticabte: 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 pefc6ntage of time charged to the contract. If the amount of work performed by the contractor Is less than the percentage of time aflowed by 0% or more (exarnpto: 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 maited to the contractor by certified mail, return receipt requested demanding that, within 90 days frorn the date that the letter is recnived, It provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor recelves such a letter, the contractor shall provide to the City an updated schedule showing how the project -wilI be completed within the contract time. The Project Managm- and the Directors of the Department of Engineering, Water Department, and DepartmenI of Transportation and public Works will be made aware of the situation, if necessary, the C Ity Manager's Office and the appropriate cUy council members may also be informed. 3. Any notice that May, in the Oity's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public - In Forma tion Officer, 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notifed. The Engineering Department's Publie Infomtiation Officer will, if necessary, then forward updated notIcas to the interested individuals. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the comp#etion 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 goIdelines relating to working on Cityr construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May t, through OCTOBER 31, with 6:00 a-m. - 10.00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BATE IN THE HOT ATM 0 PI1ERE 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.tn. on the afternoon prior to the ATOM day. On designated Air Pollution V1latch Days, the Ccntractor shall bear the ror27 C-53 PART D - SPECIAL CONDITIONS responsibility of being aware thaI such days lave been designated Air Poli4jtion Watch Days and as such shall not begin work until 10.00 a.fn. 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 rmutodzed equiprmen# is less than 1 #your. cr if equiprnant is new and certified by EPA as 'Low Emitting", or equipment burns Ultra Low Sulfur Diesel (UL D), diesei e[ itilalons, or alternative fuels such as ONG. If the Contractor is unable to perform continuous work for a priad of at least seven hours bets+ en the hours of 7.00 a.m. - 6-00 p.rn., on a designated Air Poi lution Watch Day, that day wilt be considered as a weather day and added onto the allowable weathef days of a given manih. D-73 FEE FOR STREET USE PERMITS A140 RE -IN IPEOTION$ A fee for Weef use Permits is In effect. 1n addition, a separate fee for re -inspections for parkway construction, such as driveways, sidewalks, etc will he required. The fees ere as follows: 1. The street permit fee is $50.00 per permit wfth payment due at the tirne of penMit application. . A re -inspection fen of 5.00 will be assessed When work for which an Inspection called for is incomplete. Payment is due }prior to tree City performing re -inspection. Payment by the contractor for all street use permits and re -Inspections shad be considered subsidiary to the contfact cost and no additional compensation shall be made. (To be printivi oil Contractor's L.crterhitad) DOE No. PROJECT NAME: MA-PS{:MA-PSCO LOOAVON; LIMITS OF CON T.: THIS IS TO INFORM YOU THAT UNDIR A. CONTRACT WITH THE CITY OF FORT WOWrHt OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION ILL BCGIN APPROXIMATELY EVEN DAYS F THE DATE F THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURtTY, SAFETY OR ANY OTHE, R ISSUE,I FLEA E CALL: Mr. <CONTRACTOR' SUPER INTENDENT T i'ELEPHONE NO.> R Mr. <CITY INSPE TO � AT 'ELEPHO E NO.> AFTER 4:30 PM OR ON WEEKENDS, , PLEASE FALL 71-770 pLEASE KEEP THIS FLYERHANDY ff .#�`.�E1 YOU CALL. PART D - SPECIAL CONDITIONS City of For �-iirfftWay (fll aity) -evailing Wage imL- - - - c1malilaetlom Hrty Rls Afr Tool Operalor $10-06 Asphalt Faker otell Shoralar Asphall❑lstribulorOpmralor -- $13.99 Asphpll Pautng MKWrts Uperatur $12-78 Belching Vlant Weigher Broom or SweaMr Corator $14.14 Saba Ekokk aroperator $13-22 Csrponler {Rm} $12$4 Cansrata Frlrrisher- Paring WAS Ito- Flalshe+r tuDbges $13.27 Concmia Paving Curbing Mach. ter. $12,00 [ auto PavJrQ Finlshing MIed1. Opw. Vska Canrreto Laving Jalnt Seater Oyer, $12.50 nwte Pa%ing SuwOper. M56 Canna* Pav" Spreader Open. $14,50 Cenomla Rubbar sla.81 Crane. C amihell, Baekhoe. Derdck, Draom. shuvel $14.12 Slechldan $19,12 FlagWr 59.43 Warm 8m4dur- Stmduras $11.03 Form Setter- Paving & DAG $11,$3 FounduCuri ON" Operator, CraMer Maunled $13.67 Foundation Dnil Operokar, rrurtk Mounted $16.3g Rant End Fier $12.02 Labmr- Cmrrioa Labarm- E16%0 $9.10 $10.65 mschgntr, sl&R7 Mliiing Machine Operator. Flnn Gmda Mixer Operator ` � $11A $i 1.58 Mobw Grador 4g$rator (Fine GMda) $15.24 Mow �, -ader OperaW. Rough (Afar S14-50 rainier, Struotutes $13.17 Pavement Msrkrrog Machine Oper. S10.104 Wpa Layer $11,04 Dollar, S6eal Wheal Sam- Mix Pavements $11.28 Rollar, Steel Wheal 01her natwheai or Tamping S M92 Railer, Pmumak, Self-Pmpotled Ssrapor 311A? PAdordng Stwi Saar (Paving) 14 A4 R(2Infordng Steel Salter ($1ruclues) Sl 2g 17" C-5 + J rtes For 200 -- Ciassrfica#1o�xs Hrly Rlrf Soraper Operator $i 1,42 Selvkm $i 2.3'2 Slip Ftwm WOhu ❑paratnr $12.33 Spreader Mx C4oralor $10.92 -Tradm operator, Cmwfer Type $12.50� Tr&=openaior, Iinaurm aUn: $1Z91 Tmvel3na Mixer C porabr ;12-{l3 Trunk Ddvor� fiNfe Age it UM) $10'st TAW* DNves Single Axle 04SOVA $11.47 u Tautt driver -Tandem Axle Seml-TmHer $11.75 7rugc Driver- Law";FkW $14,93 -Truck Ortver- Travail Mix $12.08 Wagm 0111, HarkQ Mas`i,lne, Post Foie ❑� fllyr • 4VeJder $14-QO $1 9.57 VifG1€ zlr60 awicadi Saivicxm FORT WORTH as: DOE NO. 1 XXX proram: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOIFR NEIGHBORHOOD, YOUR WA` IFRSERVIC'E iu,BEjLNTE,RRUPTEIIO BETWEEN THE FLOURS Or AND - IF YOU 14AVE QUESTIONS ABOUT THIS SilIJT-0 UT, PLEASE CALLt MR. AT (C ONT[ ACTORS SUPERINTEN1)FNT) (TELEPHONE NUMBER) MR� AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCON ENIENCE WILL BE AS SHORl' AS P 088 1BLE. THANK YOU, , CONTR.AcTOR PART D - SPECIAL CONDITIONS TVAG CEPARTMEJNT OIF HEALTH � DEMOLITION P RENOVA4'rioN f NOTIFICATION FORM NOT F-1 t,lRCLE ITEMS THAT ARE .r €Nr�Eo 7 1) " h1071FICA'rI0449 1 j Ahmtamml Csxaieglor TDH limrr&p il,Turnba r Address_ Law. ,___` _ Flp: Offina3.Phans Nurxabbrt _ ,lab Slit Phony mornlyar: $j V_SL" v sUq' -W" klcm"p IIurrabmr SAa ailper*ar` _,TDA Um se-Numbur: rr.,jinhd'Dn-5Rv N WHAP ifxl uak; 1",cAscilow tet ❑ornolltIDA cant rltr. Offlra J'Frorte NurntHaq — - Address: 1314yl� fe:f j f'ra&l C:aresulianf or Qj)WEtior' TD F� Li ltsa� l4urrr15er__ HMrtij idres:5: {rlty: _ Stat1A'__73ly-y Offlce FlKme 1Fau11Hy der. Mu t rr: MEOIVgQ AodfeSR., city- _ _ stale; Zip: OWner Pihona NLM;hrhft_11�_. „ "Nato: Tha Invoice for Ifs r)DII15callan foe- wfll ba &01311n if t nwr04r of 01V Wullding ArH$ thh 3`hIrIA b&Fft4 khrIha Tr1wjTae will be ahkalnrd fmrn tho Informt6dip IhA Js pwuWdgd In Wr. s>ociilva. 4} nescrlplbm or Faakj+ Nnr„e_ Flmi" J4ddress, _ O1ouniyr. —city, -,ZIP: FacllnY PhDneJhlumbafL-1__ FacHy❑ootaut Person: Darcriptloin of AmaMom ryu mber _ Prue We; Ftitura 41sa. Aw ai Dli 0n4FalaN1y,, _ : Number nr Flawa- Schppl {K - 1$}: (-. YES ❑ N $} Typo of Work; Cl iyamolifien rT Rwvvaliaan jAbatoment) 0 AranwiT Cannohdalad Work will be during: a Day ❑ EvanIng it hllghi t= ( aslid PLIDIsf I pe5crip3koli ui mrlk schedLaip,— _-- - — 6} It If r a Pubfic Building? 4 YES p No Feaeral Faxckllfy? o YJ=S _, No Indusirw 9nn? it YI<S tI NO NESI -O4ly Easily#. u YW ❑ NO l6 t; IdMDfFarilitY D=L4platf7 :'3 YES n NO iJ Ng*cM1vp'TVVe Ck4MK ONLY ONE ❑ Odgirini (10 Warking Omer.) J Cancellikklorl L Amu ❑ f:rrlergoneyfOrelrra:d If1&orb arnmdrrr9nt.whiopFrt,mdmojl11unberPAthis2(6sWaid-a0py of arig.1nal "d1a r lb r.1 arn ki ra Iinerw) If Uri vmvNencY, Who slid you talk WM a1 WH?. Dale and Holir of Frwger�e (HH"t.'llrAa'YY)- b6ar�tIMWM Of Iixasudden, unexpealej even] v O expIW;-Snn M bovi lhi4 OV611i causod urisartr rnndi:lirns nr Woudtf fjol a mjuipment dalnege (f.VrMU4W1, Machinery, etc S) DowipUon N rim mt (tries fix ba Fuilowad In the event ftl unexpecW intbostoi; to found ur pi "ouwly nOtl0fiable aWWzI;Qs rnaterknl becGmes oromblra=d, puNafi od, or recivued is RQWder, A) WSji Er+A�.;be9ias 91rrveypt lft 11aMrf7 U YES t-t MD f}21e'- ! f Mtl IrapAjetix Iacense No Arielybe;rl W"', K" r,1 TEM Q A 11mad IfDH ulbnrutaay Lkv-gW No. - (For TAMPA ({3OKC builklino} pray nn assumption MNit be made-4 a TDFI Lie.nns:Dd dnsIsntor) 101 D05.OPFOR of pJann d damollki n er fentmilan worm typr-L or r iLuial, and meMo is) to W used: I i) C amarlpNon of tvark.pr.=lk sand englneedrifl atff� In ]mused to proant amis+sio" 0aisba ak* A i1,m dL,MQh iorJFeTi0VFLTiorr:, SC-68 PART D - SPECIAL. CONDITIONS 12) ALL appkablc Imms In Ih;r folluwing table mull fx9 caniptat-0; IF NO ASBEMS PREC$E NY 0"UCK HERE Ar.ibedas4:nn#alhing Hu-M-mg MatolrieI T_VPeF Approximate AfrpOWnl Of Ashestoa Check unit of mcasllramont f'Flraa Ssjrraea Area Ln f1 Ln M SO FL 14 del r Cu F11 m F AC41 la be uarniuyed J R Cb1 NOT Ff3M*Md Inturtcx Catio o t rian-frfahte re laved l xr�rioo R~�b� 5� I non-Fdabfu omo Cis ! #fable Mp rclnnw�e! 4AMor Wegory rI +ion-friablo romoved ExIC11WCal!U ar I1rt4n-Frl9rb1erernpv Cete I naa�-irl^hle1�34'i` rerrl�'rs[t "Crb! Off -Fad fily Component 13) 1+`45to Trimpaller Nwna: TIMI LicCr4? Nrrfnban Afte G ty kete: ZIP:-__ _ _ [:W00,1 Derr, Fhbrl; Nambar L xd) ulWaata Mp4mP Silo Name- Stele' zip, Td phone; f. } THRCC Pormit Number_ 15j For blluutwaUy ungound faclNes, attbch i) copy ad E1400 cd Won ardor Prat lidlmnW Govem limn tal RI Wal beyh": k R Iekrsklon ND: - — Tltla' _ Vmtk-- I�r ordw (M n+i+DafVY } 1 1 ix$le iwder to txu4ra kfu MOD `j t 1 rts) SvhadOed DakEs of Asbestos AhMUnenl (MWDDNY} Sialt [:ompl1de'' 1 1 17) .5^I:I1mrluraef D41as 13mfAllionlRen.ovalior4 (MltirlpbeyVj Slim I,. ! r C005plela: J. 1 " Moto; If 1h a btw dale on Vft notiflantlon a 3n nqA W mall, I Im TDH Rogional or Loral Pmu mr alfice HuFF1 ba conto clad by Iaht�i�a �rJnr [u tton alert datiu, Fa�lruru eo du ars la a YIukgkte�at Ili abooreWneit tO TAHPA, SOCLIQft 2IIIb M, J boTiyby wrilfy ftl all klform Wn I Mve praWded Is corr om completa. and Inca to thn tv.M of mar kFwMedge, i aoknovdudge milt I am s POW.itrle faP all aspAbls at the noi3l udiorf Form. E-rol 4g. W1 nol IlmlqFay. ountiprlt and sVhrn1t;sk at delta. The. rnaxkmum penroky ks S Q,D40 per dW PET vialOft1, f 1 (SIVm1ura of &ulldIng Owned Opemtor (PInted p# a) (i)alo) {,!!Vo ,honej or Delegated f (Fax Niim� ar) MAUL T[7 ASS ESTOS NOTIFICATION SECT.{DN TOXIC -SUBSTANGES<CWWII. DMSIDN TEXAS DErARSMENT OF f PC-ALTJ I 'Paxos art Fier OsCGP] Qd' k'O BOX 143539 'avxcs aarc not acccptcdf' AUSTIN. 7X 78714-3538 F'I+612-8-tFHIIa, 1•8W-L'i7?-555 r8 Firm ATOM diged 07I2-M R?Pleues TOM how OfOd VI f i, For assistnnno in ca mpfOnrg farm, Pad 1-50.57 - 5 it 1 vv 113C-5q Part - Additional Special Conditions PART D - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 5 DA-2 PIPEL IE RE, HARIL1TAIRON CURE D-lN—PLAC E P IPE (0 KITTED)............... 5 DA-3 PIPE ENLARGEMENT SYSTEM(OMIT-rEll)......................................................... 5 DA4 PPOLD AND FORM PIPE (OMITTED)........aaa.................a..........................,..,............. 5 DA-5 SLIPLl1+ING(051ITTED).......................a.....................aa...........,..,..,.,...,,,,.......,.....a..... 5 DA-6 PIPE INSTALLED BBC OT I� THAN OPEN CUT .................................................. 5 DA-7 TYPE OF CASING PLPE.................................................a....,........,..a,.,,,.,.,.....,.,,.......,.,. 8 DA-8 SERVICE LINE P01NT WE PAIR 1 CLEANOUT REPAIR (OMITTED) ................ 9 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION' {ON[FrTED)......................a............a...a......a....,a...,a....a................,,,.,.,.,..,,,,....... ,.,... ,,.,,. DA-10 MANff0LE REHABfLiTATION (OMITTED) a ......................................................... 9 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (ONUTTED)9 DA-12 INTERIOR MANHOLE COATING - AUCRO MICATE MORTAR SYSTEM (OMITTED) ..................................................................................................................................... 9 DA-13 INTF IOR MAN[IOLE COATING — I UADEX '1 4 M ( MD'I-MD)................ 9 DA-14 INTERIOR MANHOLE COATING — SPRAT' WALL SYSTEM (OA [YffED)....... 9 DA-15 INTERIOR MANHOLE COATING — RAVEN LINING SYSTEM (OMUTED) ... 9 DA-16 VG 9[VRIOR MANHOLE COXfING: PERMAiCAST SYSTEM WI.T11 EPDXY LINER (OMITTED) ......... ...... . ............................ ... .......................................................... 9 DA-17 INTERIOR MANHOLE OATFN —STRONG—SEAL-S STEM (OMITTED) ...... 9 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ........................................ 9 DA-19 PVC LINED CO NC FETE WALL RECONSTRUCTION (OMITTED) ....... I ....... ,..'9 DA-20 PRESSURE GROUTING (OMITTED) . . .................... . ................................... 9 DAi-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) ............. 10 DA-22 FIBERGLASS MANHOLES (OMITTED)... ... .............................. 10 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 10 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER.........— ............... 10 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAY (OMITTED)...... ............. f 1 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE................................a...a I [ DA-27 GRADED CRUSHED STONES ................... ............... ....... ...... ........................... I-- ... 1 [ DA-28 KEDGE MILLING 2" TO0" DEPTH 5.0' WIDE(OMITTED) ............................ 12 DA-29 BUTT JOINTS — MILLED(OMITTED) ....................................................................12 DA-30 2" 11.M.A.C:. SURFACE COURSE (TYPE "D" MIX) ....... ...... .... .... ...... ...... — ...... ..., 12 DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTl'ER (0M TTED) ............ 12 DA 2 NEW'7" CONCRETE VALLEY GUTTER (OMITTED) ... ....aa ............................... 12 DA-33 NEW 4" STANDARD WIiEELCiIA.IR RAMP (OMITTE, D) .................................. 12 CIA-34 8" PAVEMENT PUL ERI A"TION(OMITTLD)....a...a.....................:..................... 1 DA-35 [ EINFO CED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (ONW rFED)................................................................................................................................... 12 DA-36 RAISED PAVEMENT MARKERS (OMITTED)...................................................... 1 DA-37 POTENTIALLY PETROLEUM CONTAMiNATFD MATER AL HANDMG. 12 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL 17 DA 9 ROCK RIPRAP — GROUT — MLTER FABRIC ......................................................... 17 4 MOW A C-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA40 CONCRETE RWRAP(O1141WED)..,,t....,,...,t....................tiY.....t............................... 21 DA41 CONCRETE CYtINDIER PIPE AIYD 1i'I'TTINUS..................................................... 21 DA42 CONC"BETE PIPE F1TTII CS AND SPECIAL, ...... t+,.....t....,..:............................... 21 DA43 UNCLASSIFIED STREET EXCAVATION (OMITTED),......t.............................. 22 DA-44 C" PERFORATED PIPS: SUBDRAIN (O14fI ED)...,.......Y..aY..t ............................... 22 DA45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMIT -FED) ....................... 22 DA46 RECOMMENDED SEQUENCE OFCONSTRUCTION .t..tt..tt....t.Y..ttaa..a...aaaa......., 22 DA-47 PAVEMENT REPAIR IN PARKLNG AREA (O ITTED).tt.,t ............................... 23 DA48 EASEMENTS AND PERMITS .a.Y......aYYYY.Ya.YY.a.Y.......Y........,,t.,.....t..........................:..... 23 DA49 MGHWAY REQUIREMENTS-- ... ...... ............ — ........ . t . , „ ..... ......t..... 23 DA-50 CONCRETE ENCASEMENT .........Y....Y...,.Y........Y.a.Y.Y.a...Y............................................ 23 DA 1 CONNECTION TO EXISTING STRUCTURES.. .... — ........... -- ............................... 24 DA 2 TURBO METER WYM VAULT AND BYPASS INSTALLATION] (OHtITED) 24 DA 3 OPEN FIRE LIKE INSTALLA77ONS (OMITTED).Y..............................................24 DA-S4 WATER SAMPLESTATION (O CI"IED)..............Y.....,.....�p.':"Al.",........... ................ 24 D 55 CURB ON CONCRETE P E111EN'1'....YY....Y...Y...Y.Ya.YY...........................Y................. 4 DA-56 SHOP ]DRAWINGS ,tt.........................................................t...,...,............,..................... 24 D —57 COST BRE.AI{DOWN.....................t,..,,tt...,.......,t,..,....Y.,tt.Y..Y.....,.................,............. 25 DA-58 STANDARD STREET SPECIFICATIONS H-M-A-C OVERLAY ......................... 25 D —59 H M-4.C. MORE THAN 9 INCHES DEEP. ........ ..................... t t. „.... tt ............— 25 DA 4 ASPII.AG'I' DRIVEWAY REPAIR............................................................................... 25 D61 TOP SOIL ..Y,....YY...Y..aYY...........Y.............................................—............................ „ , ttt 26 DA-62 WATER METER A" N4E'tKR BOX RELOCATION AND ADJUSTMkNT (O [TTED),.,.,t,.,,+,,,,,tt.,.,t+.,......,.1,,....-.......... ....... .,,,,t.Y........,,,.i...,.....,.....t.................................. 26 DA— 3 BID QUANTITIES ....t...,,taY..,t.........tY....t.,..tt...t...,...,,.Y....t.....t....................................... 26 DA-64 WORK IN HIGHWAY RIGHT OF WAY....... „ ,t ,,,,,,,.... „ .. .......... ... ..... .... 26 DA-65 CRUSHED IJMF-STONE (FLEX —BASE) a....,..t,..,..,,,,tt,...,,..,t................................... 26 DA-66 OPTION TO RENEW (ONUTTED)..... . . ........... . t . ................................ ....... 27 DA-67 NON—EXCLUSIVE CONTRACT(OM ITrTED)..,..,,,,,..5.......tt,..Y...............................27 DA-68 CONCRETE VALLEY GUTTER (OMITTED) .................... ............. 27 DA 9 TRAFFIC BUTTONS(ONUTTED).............................. i,..,..#.4++,.a5............................... 27 DA-70 PAVEMENT STRIPING (OMITTED) .....................................i.27 DA-71 =rM.A. • ■ E TI PROCEDURES....aY...................... ......... ++—.,.t+y DA-72 SPECH4CAT1.ON REi+ERENC:ES...aY....a......Y....Y.a.YY.a.YYY........a..a.YY........;.....................27 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PRE ENTER ONi'I'ROL VALVE AND BOX (011rHi `l%DD)—........... ..................... ......... ...... 27 DA-74 RESILIENT -SEATED GATE VALVESt..,..,..,,..t....................................................... 27 IAA-75' EMERGENCY SITUATION, JOB MOVE —IN (ODD) .................................... 28 DA--7 I Y-s" & 2" COPPER SERVICES(OMITTED)..... .............................. .......... 28 DAY-77 SCOPE OF WORK ([J'IM, CUT)(0NWrrED),,,,,,,,,,,,,,tt....,Y....... YY..,aYYY....... YY.......... 28 DA- 78 CONTRACTOR'S RESPONSI.BILTY (UTIL# CUT)(OlViITTED)....Y...a................ 28 DA- 79 CONTRACT" TIME (UTIL, CUT) (OMITTED) ...................... ..................... , , , t 28 DA-SO REQUIEtED CREW PERSONNEL &, EQUIPMENT (UT L+ C tJT) (OMITTED) 28 DA-81 TIME ALLOWED FOR UTILITY CUTS TIt. CUT) (OMITTED),,,,,t.............28 1 VOW4 ASC— PART DA - ADDITIONAL SPECIAL CONDITIONS DA- 2 LIQUIDATED DAMAGES (UTIL. CUI) (G11+ji TED)... ,.,.t,,.t..........+.............a+..i., 8 D -83 PAVING REPAIR EDGES (UTIL, CUT) (OMITTED)...,tt...t+................................. 28 Del TRENCH BAC 'IL€, UTIL. CUT)(OMITTED) ..............t,.,t................a.+.............. 28 DA-S5 CLEAN-UP (UTIL. CUT) (ONUTTEII)............ . tt .....-.. t.............................. — ...... . 28 ..... DA-86 PROPERTY ACCESS LrM. CUT OM1TTED ............+.....+.....a....... 28 D -87 SUBMISSION OF RID (UTIL„ CUT) (OMITTED) t..........,+...,t.............+...+.....+.+.... 28 DA-88 STANDARD BASE RC PAIR FOR UNIT I (U rIL, CUT) (OMITTED) 28 LEA-89 CONCRETE BASE REPAIR FOR UNIT Ii BSc UNIT III (ILJTIL. CUT) (OMITTED)..,.....,trr..,,tt,,......t,..+,....a.++..a5..a..................+,,,.t.,t..t+...,,....,........+..a,,,.,.,,.,,......,..---,.,...ttt 28 DA-90 2" TO 9" EI,h+ .&C, PAVEMENT(UTIL. CUT) (OMITTED) ...... ..+t.,,.,.+..+.i............ 23 DA-91 ADJUST WATER VALVE BOXES, MANHOLES; AND VAULTS (UTIL. CUT) ( .I'fTFD),+..............................t..,.,,,,.,...........+.....++++..+.a++..... ... '.... 28 DA-92 . a ..a a - MAINTENANCE BOND (UTH,. CUT) (OMITTED) ..+a55. ++5.'- , „Jti, ,, ,,,,,,,,,, ... 28 DA-93 BRICK PAVEMENT (UTIL. CUT (OMITTED)., ......... 28 DA-94 LIME STABILIZED SUB RADE (UTIL. CUT) (OMITTED) ......+........................ 28 D -95 CL+ MENT STAB]LIZL4'D SU10GRADE (UTI-L. CENT) (OMITTED) a+.......a.............. 28 DA-96 REPAID OF STORM DBAINI STRUCTURE (UITLL CUT) (OMITTED).......... 28 DA.-97 "QUICK —SET" CONCRETE (UTIL. CUT)(OMITTED)r..tt+..............+.+............,.... 29 DA-98 I.fTILITY ADJUSTW T (UTIL. CUT) (OMITTED) - I - I... I I .... I ..... ................... ..aa.. 29 DA-" STANDARD CONCRETE SMEWAL K AND WHEELCH IR RAMPS (UTIL, CUT) (O14 IT'TLD),...+.............r.....r,.........+,t..III tt.+.,,tt.t..t..,.....,......... ..a+...a+...a....... ........... .... ........... 29 DA-100 LIMITS OF CONCRETE PAVEMENT R.EPAD2 (UTIL. CUT) (OMITTED).. 29 DA-101 CONCRETE CURB AND GUTTER (iJTiL. CUT) (OMIT'1'ED)............... ,a.-.... 29 DA-102 PA II;NT (ML. CUT) (OMITTED) .t,t,+,...tt.....t.t.+..t+........................................ 2 DA-103 DEHOLES (MISC, EXT.) (OMITTED) ... ................. ........................................ �.— 29 DA-104 CONSTRUCTION LIl4IIr TIONS (MISC. EXT.) (O II']'1ED)........+............... 29 Doi 105 PRESSURE CLEANING AND TESTING (MISC. I' T.) (OMITTED) ............. 29 DA-106 BID QUANT ES (MISC. EXT.) (OMITTED).... 9 DA-107 LIFE OF CONTRACT (MISC. E {r.) (OMITTED) ,......r..................................... 29 DA-108 FL WALBLE FILL 4nSC. Err.) (OA rT)ED)................................................... 29 DA-109 BRICK PAVEMENT REPAIR (MISC, REPL.) (01411'1"I`EH) .....................ttr,,,.. 29 DA.-110 DETERMINATION AND ]VITIATION OF WORK (NBC. REPL.) (OMITTED),,,,,,,,,,,,,,,,,+.++..+..,,......,,.....,t..,...,.tt.,.,t+.....,t„t..,,..,.,,.....tt................+t+....++...... ....+. 29 D -111 WORD ORDER C P1fET1ON TIME USC, IIEPL.) (ONHTI`ED).............. 29 DA-112 MOVE IN CHARGES (MISC. REPL.) (OMIT-FED)..................t.,..,t,....,.............29 DA-113 P1IDJECI' SIGNS............................................I — .........................., .. , ...............1 29 D 114 LIQUIDATED DAAL&GES (MISC, REPL.) (OMITTED).., ... ........... -- ............ 29 DA-I15 'TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) OMrT ED)........i...... 2 DA.-116 FIELD OFMCE (OMITTED)........t...,.,tt,t...,.,,.t,...,,,..,,.t.......,,,t++++......,.t.....t+.......... 2 DA-117 TRAFFIC CON7`R L PLAN .... ................................................. .............................a 30 DA-1 18 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS. 30 DA-119 PIPELINE CROSSIFKG HIGHI A S, STREETS AND RAILROADS BY BORING TUNNELING OR OPEN CUT +.....+++...+ +............... . . .........................................a 30 DA-120 RAILROAD REQUIRE, TS................................................................................ 37 PART DA - ADDITIONAL SPECIAL CONDITIONS shall be provided at no additional cost and shall be subsidiary to the cost bid for insta€lation By Other thai1 0p f1 Cu c- Bore and jack In accordance with paragraph C.3. above. d. Short length or sewer consisting of a single pipe !�edion may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe stialt he pressure grouted. 6. Tunneling, Where the characteristics of the soil, the size of the proposed pipe, or the use of monollthic sewer would matte the use of tunneling morn satisfactory than jacking or boring, of when shown on the plans, a tunneling method may be used, with the approval of tho Engineer or railroadlhighway offidols- a- When tunneling is perMittedr the lining of the tunnel shall be at sufficient strength of support the overburden, The Contractor shell submit the proposed liner methad to the Engineer for approval. The tunnel liner design shall bear Elio seal at a ficignsed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility, fer the adequacy of the liner meIhod, b- The space bct eev the tunnel liner and the limits of excavation shall be pressure grouted or mod-jacked- c- Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT- Installation of pipe by other than open cut will be measured by the linear fool of pipe, complete in place. Such measurement will be made between the ands of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bad per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans- The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidenlals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included to the Contract Unit Price as shown in the Bid proposal. Payment shall not include pavement replacement. which If required, shall be paid separately- DA-7 TYPE~ OF CASING PIPE 1- WATER, The nosing pipe for opan cut and bared or tunneled section sha11 be AVVWA C- 00 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15. E1-6 and E1-g 1n Maieda1 Specifications of General Contract Docuimnts and Specifications far Water Department Projects. The steel casing pipe shall be supplied as follows. a 1.102AO4 AS—8 PART DA - ADDITIONAL SPECIAL CONDITIONS A. For the Inside and outside of casing pipe, coal -tar preteclive seat€rig in accordance with the requirements of Sec. 2.2 and related sections in AW1+VA C-203_ B. Touch-up after field welds shall provide coating equal to those specified above- . Minimum thickness for casing pipe used shall be 0.375 inch. Casing .spacers {centering style} such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems. Inc., or an approved equal hadl be used on all non - concrete pipes when Installed in causing. Installation shall be as recommended by the manufacturer, 2, SEWER: Boring used on this Project shall be In accordance with the material starldord E1-15 and COMM Fuclion standard E2-15 as per Fig. 110 of the GaTIeral Contract Documents_ 3_ PAYMENT, Payment for all materials, labor, equipment, excavation, concrete grant, back1j", and incidental work shall be included in the unit price bld per foot, DA-13 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR (OMITTED} DA-9 PROTECTIVE MANHOLE COATING FOR C0RRO SIDN PROTEOTI0N (OMITTED) DA-10 MANHOLE REHABUTATION (OMITTED) DA-1 I S U R FAC E PREPARATI0K FOR MANHOLE REHAUILITAT10N (Oh+MED) D -'12 INTERIOR MANH0LE COATING - M IC I OSIL.ICATE MORTAR 3 YSTEM (OMITTED) DA-13 INTERIOR MANH0L.E C GATING - 0UADEX SYSTEM (0MI'ITED) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMITTED) DA45 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM {OMITTED) DA-16 INTERIOR MAN 110LE COATl14G: I'1wRMA AST SYSTEM WITH E P 0 XY UNER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STR0NC-SEAL-SYSTEM (OM ITTED) DA-18 RIG IU FIBERGLASS MANHOLE LINER (0MITTED) DA-19 PVC LINED CONCRETE WALL RE ONSTRUCTION {OMITTED} DA- 0 PRESSURE GROUTING (OMITTED) � 1102104 A-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) DA-22 FIBERGLASS MANHOLE (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previous IV exposed rnanholes any# water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the ConstTuction Engineer (if he is available) in the abservation and marking activity. In any event a street shall be completely marked a minimum of two () working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure_ It shall be the Contractors responsitMity to Notify the uiiiity+ 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 r1ext one i;n order for the utill#ies to adjust facilities accordingly. The following are utility contact persons: Conipan Telephone Number Contact Person Southwestern Bell Telephone 33" 75 "Hot line" Texas U1.11ifies 336-9411 fir. Ray Kruger Ext. 2121 Lone Star 336-8381 Mr. Jim BennQft ExL 698 City of Fort Wor(h, 871-8100 Mr. JIm [dot) Wakefield Street Light and Signal Of course, under the terms of this contract, the r:entractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing (he laying of prnpost�d H-M_A,C. overlay adjacent to said facilities, Any d6 iation from the above procedure and allalted 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 accrtrate job and all costs to the contractor shall he figured subsidiary to this contract, DA-24 REPLACEMENT OF CONCRETE CURB AND GU7rER These provisiorss require the contraclor to rernuve all failed existing curb and gutter, as designated by the Construction Engineer, and replace w1th standard concrete curt} and gutter, laydown cuf-b and gutter, or in like kind, as governed by the standard CJty Specifications, Item No. 104 "Removing Old Concrete", Item No. 50 "Concrete Curb and Gutter", and Drawing Nos. -S through S- 4. Pay limits for laydown curb and gutter are shown in Drawing No. S- 5 of the Standard Spec ifiCatlorts. Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsldiary to INS Lin It price, w111 be the required sawcut ex%-,jjvatiari, PART DA - ADDITIONAL. SPECIAL CONDITIONS as per specification Item No. 106 "Unclassified Street Excavation", into the street to ald in the constfuction of the curb and gutter. The pair limit will be g" out from the gutter Ifp, with same [fay haul -off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.G "Type D," ni[x as par sped fIca tion No, 300 "Asphalts, 01is and Emulsions", Item Nu, 304 "Prime Coat" and Item No. a12 "Flat Mix Asphaltic OonGrete" and compacted to standard City densities and top soil as per specificatian item No. 11 'Top So[I", if needed, shaft the added and leveled to grade behind the curb. Existing improvements wiffiln the parkway such as water meters, sprinkler system,, etc, damaged daring construction shall be replaced with same or better at no cost to the City, Backfi11 for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion, It the contractor fails to complete the worm within fourteen (14) calendar clays, a 1 g0 dollar liquidated damage will be assessed per black per day. The unit price bid per linear foot shatl be full compensation for -a11 materlaIs, labor+ equipment and incidentals necessary [a complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS 10MITTED) DA-26 REPLACEMENT OF H.M.A. . PAVEMENT AND BASE The cantractor shall reircive M a +sting d6formed F-f.M.A. _ 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 wfli begln work. The failed area shall be saw cut, or other similar means, out of the existing pavement In square or rectangular fashion. The side faces shall be cut vertically and all tailed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth suifffofent to obtain stable sub -base. The total depth of excavation could range from a coupte of Inches to incfude the surface -base -some sub -rase removaI for which the Cngfneef w111 select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill' material_ All excavated nTaterial shall be Mauled off sate, the 83me day as excavated, to a su[t8ble dump site. After sabsfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type W surface mix. This item will always be used even 4 no base improvements are required. The proposed H.M,A,O, 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.fvl.A.O, pavarrient thickness will not exceed 6". Before the patch layers are applled, any loose material, mud and/or water shall be removed. A liquld asphalt tack coat shall be appiied to all exposed surfaces. Placement of the surface mix lifts shalt 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, trade in preparation to accept the recycling process. All applicable provisions of Standard Specificatfon Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prune coar. and 31 "Hot -Mix AsphalticConcrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials. labor, equipment and incidentals necessary to complete the work. pA-27 GRADED CRUSHED STONES 11102104 A C-111 PART DA - ADDITIONAL SPECIAL CONDITIONS ThIs item shall be used to repair the falled base malarial in areas exceed 8" beep 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 a I I materials, labor, equipment and incidentals necessary to complete -the work. DA-28 WED E MILLING 2" TO 0" DEPTH 5.0" IVIDE (OlI MED) DA-29 MUTT JOINTS ^ MILLED (OMITTED) DA-30 2 " H.M.A.C. SURFAE COUR E (TYPE "D" MIX) All applicable provisions of Standard Specifications, Item Nos. 312 "Hot -Mix Asphaltic Concrete", 300 "Asphalts, oils and kruk-icns4. 304 'Prime Coat', and 31 "Central Plant Recycling -Asphalt Concrete' shall apply to the construction mettiods for this portion of the project_ Standard Specification 312.5 (1) shall be ravIsed as follows. The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the alf temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial Deal. Asphaltic material shall also not be Placed when the wlnd conditions are unsuitable in the opinion of the Engineer. The contractor shall furnlsh batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the #-I_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 piaca, shall be full compensation for all labor, materials. equipment. tools, and inctdentaIs necessary to complete the work. DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) DA 3 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (OMITTED) DAUB RAISED PAVEMENT MARKER (OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL. Where known by the design engineer, the locations of potentially petruleurn contaminate material (soil) that may be encountered during excavallon end/or construction activities will 1 f1vi;)rM -1 PART D - ADDITI NAL SPECIAL CONDITI N be shown on they plans_ For all locations where material is excavated and suspected of being oontarninated with petroleum products, whether known or not, these special conditions are to be followed. The contractor is also to follow all applicable Foderral. State and Local regulations when handling known or suspect contaminated materials (sells). 1. WORK INCLUDED a, Excavation. stockpitfng and tasting of Potentially Petroleum Conlaminated Material, b, Removal. testing, and disposal of petroleum roritaminated groundwater. c. Obtalning and paring for required permits, d. Hiring of qualified environmen#al professional consultant(s). Contractor will be re~quimd to submit the environmental consultant's experience and qua€ifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hlring of guallfed environmental sampling professionals Nit vMl collect and submit samples to the applicabla City of Fort Worth testing laboratory, The City of Port Worth's Department of Environmental Management for coard€natlan of laboratory testing. . REFERENCE a. All applicable OSHA regulatory requirements. b. All app€icable Environmental Protection Agency {EPA} regulatory requirements. c. All applic ble State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatary requirements, e. All applicable NIO H standards. f. All applicable TNRCC requirements. 3. SUBMITTALS a_ The contractor shall prepare and submit to the City's Department of Environmental Management, Sew€ear Specialisl in Compliance, Maras for handling Potentially Petroleum Conlerninated Material (PPCM) not less than 30 days pranr to commencing excavation. b. The Contractor shall take~ necessary precautions while perfomling this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing wlth PPCM is reviewed by the City and () the plans (I,e., drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City () and acceptable stockpile area is 1den(ified by they Contractor. c. Contractor shall submit the name of his proposed quailfied environmental professional consultant(s) and proposed PPCM Handling Plan to the Cily. The PPCM Handling Plan shali include the detalled sequ"ce of construction inc€udim r 1r620% A -1 PART DA - ADDITIONAL SPECIAL CONDITIONS proposed excavation and handling rnethiads, proposed carriers for contaminated materials, waste disposal site. and a list of any permits that may be required for F'POM handling or contaminated materials disposal. The above data must be compiled and arranged In a format 1hal Is acoeptable to the Texas Natural Resource Conservalian Commission (I-NRCC). d_ Contractor shall submlr actual limits of PPCM excavation, as prepared by his qualified environnient l c:onsultarit(s) and testing lab_ e. Contractor shall submit for review Me proposed carrier pipe malerial to be used wlth Ihte actual limits of PPCIVI excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS: 1. PIPE GASKET MATERIAL Malerhals used within the actual limits of PPCIVI excavation, in aiding pipe gaskets, shall be resistant to petrole Urn hyd racarbon deterloraticn. C. EXECUTION: 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petraleurn contaminated rtmatedal (soils) are shown In oil the engineering drawings. b. In areas other than th me rioted on the plans and where potentially petroleum ritaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should he notified immediately and the work should proceed In accorda nee with this section. _ S C RE E IN I NG POTENTIALLY Pr,=TROLEUM C0NTAMINATED AREAS a. Care should be taken during all excavation and dewatering activities to identify areas potentially contaminated by petroleum. b_ When a petroleum odor is encountered during excavation or when there is visual evidencr`% of potentially petroleum Wnta.rninaled soil, the Contractor shall notify the Engineer without delay. c. The Contran-tor shall have retained the services of an envircnmental consultant who shall be present at time slte to screen suspect soil' with a photo-lonizatlan detector (PID) or a flame ionization detector (FID). A reading of 20 pprn above ambient conditions or greater on RID or FID tested soil sample will he considered potentially petroleum contaminated. The soul sample should be a recent sample from the excavallon face. The sample should be stand in a laboratory supplied glass jar with a teflon gasket lined lid. The City of Fort WOFth Department of Environmental Managsment will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The P I D or FID tests should be performed In 11M=4 SC-14 PART D - ADDITIONAL SPECIAL CONDITIONS a confined location. Boils producing a reading of loss than 20 pprn above ambient will not be considered potentially petroleum conlamirtated, The PID or FID shall be calibrated aocnrding to manufactures instructions. d. Water encountered during excavation OF dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjauent soil that appears visually io be -contaminated by hydrocarbons or at any limo the Contractor has reason to believe that hydrocarbon contamination may have owurmd. The on(raclor shall immediately notify the pity and the T R D whenever contaminated water is encountered. a. The CahtrAdl.or shall contac€ the City whenever contaminatlon from any source is suspected. 3_ HANDU NG POTENTIALLY PETROLEUM CONTAty INATED SOIL {PPC ) a. Contractor skull coordinate with the City to determine a suitable location for the stoctCpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site- 1. Provide a diked enclosure large enough to ho[d a1I material and prevent runoff. . The diked area shall be lar d with 20-80 rail plastic tp prevent seepage into the existing soil. 3. At the and of each work day, Conlractor shall completely corer stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contamInated materials clue to rain or wind. 4. Sampling and evaluation of materials 111 be performed at the Contractor's expense. (The City of Fort North will provide laboratory services) b_ PPCS shall be handled, tested, observing all' standard chain -of -custody procedures and samplIng preservation and analyses shalt conform to published and recogn�zed standards. c. The stockpiled PPOS shall be sampled and Tested every 50 cubic yards for Tdtal Petroleum Hydrocarbons (TPH) (TX1005) and Benzerie, Toulene, Ethylbenzene -and ylene (BTEX� (EPA 80 0)_ All test results will be forwarded to the City of Fort Worth Department of Emironmentail Managemant d. Contaminated soli identified by test results will be disposed of accmrding to DA-38, Loading, Transportation, and Disposal of Contaminated Soll. e. If Is the latent of the City of Fort Worth that uncontaminated soils be utilized as bac fidl material, if the soils also meet the Type Car B backfill classifications. 4_ HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped krom the excavation or from dewatering activilies that has -an' ally sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered laptontially petroleum contarnInated, PART DA - ADDITIONAL SPECIAL CONDITIONS b. PPCVV $ball tie handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PP W shall be tested no lamer than 15 days prior to extraction. PP W shall, If necessary, be treated In an appropriately sized oil/water separator, air stripper or GAO ca nist4E�rs. Contractor shall have his testing laboratory determine that the cWwater separator treated dk-cdiarge Is w1thin the limits established by the TNR C's requiations before being allowed to discharge (discharge to sanitary sewer)_ R: mtrader shall be responsible for furnishing the effluent test reports to the City. c. Alternatively. the Contractor may dispose of contaminated water, after appropriate preireatrnent. Into the sanitary sewer collectlen system. It shall he the responsibility of the ormfractor to obtain (lie necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division, d. ► ll treated water shall be discharged Into a Contractor supptied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that Is recovered shall be disposed of in accordance with all applicable regulations_ Any phase separate product recovered front the oit�water separator and air strlpperr shall be transported in accordance with Department of Transportatlon rules and regulations for flare mabie products. When transporting product for disposal, transportation shall also be performed by a Iicensed carrier. The ontratrtor is responsible for proper man ifesting of the material from tfhc site to the waste disposal facility_ Completed Manifests shall be returned to the City Depadment of Envirofi me n tal Management within 9D days of shipment, b, HANDLING VAPOR CONCENTRATIONS a_ In order to maintain safe working conditions, (lie vapor concentralions should not exceed 20 percent of time tower Explosive L.Imit (LEL). Dufing construction, rrreasures should be taken to maintain LEI* levels below 20 percent in ail working areas_ b_ To monitor vapor levels and oxygen levels a conmbustible gas indicator (CGI) with a LEU& meter should continuously opefate In the working area. The CGI should be property cailbrated and should have an alarm that sounds if 20 percent LEL is reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local haafth and safety agencies require more stringent monitodng, the local regulations must be implemented. Payment for handling PPC , PPCW and Vapor Concentrations, ob€aiding and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), envfronmontal issues, stockpiling and all issues included afid incidental to this sectlon will be fall compensatlon for all labor, equipment, maierialq, and supervision. Measurement and PF)yrnent for this seclion will be per line8r font of trench excavateri where 11 ZW AS -16 PART DA - ADDITIONAL SPECIAL CONDITIONS the excavated material is handled as a contaminated material. No separate payment will be rude for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc_ DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL. This item has been established for the loading, transportation and disposal of rontarninated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established In the proposal for the proper teading, transportation and disposal of the material to a designated site and the quantity established is the engineers hest estimate of the quant]ly that may be removed. This quantity may vary depending upon actual conditions and testing results, The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed In the bid proposal, results in a unit cost reduction for disposal_ B_ WASTE MANIFESTS., Any and all non -hazardous liquid and petroleur'n substance waste removed from the site of generation and transported for treatment andlor disposal must be accompanied by a waste shipment recordimanifest detailing required generator. transported, destination and waste descrlptlon Inforfmalion. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment mrord utilised shall be the TNRCC PETROLEUM -SUBSTANCE WASTE AFFIOAVIT (Form TWO-033 ), The Cmtractar shall be responsible for obtaining, originating and malntaining manifests in accordance with federal and state Iaw;. The Contractor shall sign the ntarufests forms as Independent Gonlractor to the Owner_ AUTHORVATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT ! DISPOSAL OF WASTES fN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site ark received by the treatment/disposal facility_ The Contractor shall Immedkately restive any manifest discreparicles, Completed Manifests shall be returned to the City Department of Environmental Management withIn 90 days of shipment: C. MEASUREMENT AND PAYMENT: Pa men( for this item shall be made per In place cubic yard of contaminated soils that are loaded, transported and disposed of In an approved special disposal site, No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; those oasts considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittol and approved by the City of Fort Worth Department of Environmental Management prinr to contract award. Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization_ DA-3J ROCK RIPRAP - GROUT - FILTER FABRIC {1r04 -1 7 PART DA - ADDITIONAL SPECIAL CORDITIONS B GENERAL. 1. General Conditions, Supplemental Conditions, applicable requirements of Division I - eneral Requirements and the North Central Texas Counrrl of Governments (NCTCO ) Standard Specifications, are hereby made a part of this section. . This item shall govern for the installation of rack riprap of (tie vadmis sizes shown on the plans. [19M,LCIE14MIAMI0 1, The toe of the riprap revetment shall be en(renched in s€able channel botloms. If the. channel bottom is nol stable, the design shall incorporate other requirements needed to stabilize the revetment toe. , The tunnel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4, Riprap shall extend +gyp the Bank to an elevation where vegetation will provide adequate protection. See cross sections. 1, RIPRAP MATERIAL Stone for riprap shall be durable and of a suitable quality to insure perrn2nence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be Feasonebly well graded between the following prescribed limits: Sieve Size (Sguaro Mesh) Percent Passing 4" 24 Inch 100 Riprop 18 inch 80-90 12 inch 45-5 6Irtch 0- 0 Sieve Size f sguare Mesh) Percent_ Passing 18M 18 inch 1 GO Rlprap 12 inch 80-85 8 inch 15-45 8 inch 0-15 2, RIPRAP WEIGHT- Weight of rock shall be one hundred fifty five pounds per solid cubic feat (min,) calculated from the bulk specific gravity (saturated surface dry). 1110ZV4 A-18 PART D - ADDITIONAL SPECIAL CONDITIONS Approved Manufacturer. 4_ RIPRAwP GROUTING • upac - Heavy Grade 8NP (UV) T'revira 0111280 •Amoco 455.E • or Equal Heavy Grade a. FINE AGGREGATE: Fine aggregate for grouting mix shall consFst of natural sand, manufaoWred sand, or a combination of natural and manufactured sands. The grading and uniformity of the Fine aggregate shall conform to ft. following requirements as del Ivered to the mbRrs: Sieve Designation, U'S. Standard Square Mesh 318 in. (9.5 mm) No, 4 (4,75 mrn) o. 8 (..35 mm) No. 16 (1. IS mm) No. 30 (600 um) No_ 50 (00 urn) No. 100 (150 urn) D. EXECUTION: 1- CONSTRUCTIOM Perrnissibfe Umlts F"grc.pnt y.Welight, Passing 100 95 - 100 80 - 9a 55 - 75 30-50 12-30 2- 10 a The channel sane slope and the toe excavation shalt be prepared to the required fines and grades. b. Filter fabric and r1prop shall be placed in succession to the required thianessa°s and elevatlons. F iprap shall be hand placed around structures to prsvent damage to the structures. INSTALLATION OF THE FILTER FABRIC (13EOTE TILE), The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of installat[on, the gootextife shall be rejected if 11 has defects, rips, holes, flaws, deterioration or damage Incurred during manufacture, transportation or storage. The surface to r.aceive 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 geotextlle 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 4-inches of overlap for each joint. Temporary pinning of the textile to help hold it In place until the rock riprap is placed. The temporary pins shall be removed as the riprap Is placed to relieve high tensile stress which may occur during placement of material on the geotextile. The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotex#Ile used based on inifia3l installation experience_ The 17102o&W A -19 PAIN DA - ADDITIONAL SPECIAL CONDITIONS geatextife shall be protected at all times during construction from contamination by surface runoff and any geotextile so conlaminated shall he removed and replaced with uncontaminated geatexttle. Any geotexxlle damaged during its Installation or during placement of rlprap shall be replaced by the Contractor at no cost to the Owner. The work shall be scheduled so that the covering of the- geatextite with a layer of the specified material is accornpfishad within seven (7) calendar days after placament of the geotextile. Failure to comply shall require replacement of geotextife. The geotextile shall be protected from damage prior to and during the placement of rock rlprap. 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 geolextile, 3, RIPRAP PLACEMENT: Stone for rlprap shall be placed on the. filter fabric blanket -in such a manner as to produce a reasonably well graded mass of rock with the mintmum practicable percentage of voids and shall be constructed -withJn the specified tolerance tb 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 sax inches above grade. l iprap shall t placed to its full course thickness at one operation and in such a manner as to avoid displacing ft fabric. The Larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified herelnbefore. The finished rlprap shall be free from objectionable packets of small stones and clusters of larger stones. The desired distrlbutlon of the various sues 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 distributlon of stone specified aWV0. The Contractor shall maintain the rlprap protection until accepted. Any material displaced by -any cause shall be replaced at his erosion to the lines and grades shown on the Drawings, 4. GROUT PLACEMENT: Grout shall be composed of cement, water and alr-entraining admixture and sand mbced In the proportions of i part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture. and that amount of adrnlxture which will entrain sufficient air to produm durable grout, as determined by the ENGINEER. Sand fear grouting shall conform to the requlrernent;s of paragraph. FINE AGGREGATE. The grout shall be nixed 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 Mbdure having a consistency such as to permit gravity flow into the interstices of the rlprap Wth the help of limited spading and brooming. The grout shall be used in lI work within a period of one (1) hour after mixing. Reternp6Fing of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees R unless approved by the ENGINEER in Mdng; nor when the grout, without special protection, is Ilkeiy to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of fiprap stall be wetted_ The rlprap shall be grouted in successive longitudinal strlps, approximately 10 fit in width, commencing at the ioWest strip and working up the slope. Grout shall be brought to the place of fiflal deposit by approved means, and In no case will grout be permitted to 0ow on the rlprapped surface a distance in exoess of 10 feat_ Immediately 1 W2104 A - 0 PART D -ADDITIONAL SPECIAL CONDITIONS after dumping the batch of grout, it shall be distributed Dver the surface of 1ho strip b the use of brooms and the grout worked into place between stones with suIt@ble spades, trowels, or vibrating equipment_ As a final operation, the gnaut shall be removed from the top surfaces of the upper stones and from pockets and depressions In the surface of the stone protection, After oompletian of any strip as specified, no workman or any load shall be permitted on the grouted surface for a perlod of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechnnical injury. The surfam of all grouted riprap shall he cured by keeping the surface continuously wet for a period of not less than 7 days. E_ MEASUREMENT AND PAYMENT 1. FILTER FABRIC- Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in -place. complete. . STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for f1prap will be made at the contract unit price per cubic yard which includes all pfarit, labor, material, and installation costs in -place, complete. 3, GROUT. Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price Per square yard which includes all plant, labor. material, and Installation costs in -place, cornpieto_ DA-40 GONCRETE RilPRAP (OMITTED) DA-41 CONCRETE CYLENDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backfill, bedding, blocking, a cavallon and all other .assoclated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings In the appropriate BID ITEAr1(S). DA-42 CONCRETE PIPE FM INNS AND SPECIALS Bidders shall sub mlt the following for C-303 prate nsioned concrete cylinder pipe to be installed on this project:, 1. A complete list of Wings and specials upon which the Iurnp sum is bid. , Provide a unit prlcre indicating the cost for furnishing and Installing earh of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of Ilie project as designed, Payment for the instal latiDn of the pipe fittings, specials, and random lengths shall be included. Should ttte Engineer approve any changes to the fittings, specials or random pipe lenglhs listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or Prrr} 4 A - 1 PART DA - ADDITIONAL SPECIAL CONDITIONS decrease in the value of the lump sum of the Proposal, and the Contractor small be paid on the. basis of this adjusted value under that bid Item. DA-43 UNCLASSIFIED STREET IEXCAVA-1710N (OMITTED) D -44 6" PI RFORATED PIPE sUBDRAIN (OMITTED) DA45 REPLACEMENT OF 4" CONCRETE Slt)EWAL.R (OMITTED) DA4RECOMMENDED SEQUENCE OF CGINISTRUCTION It is recommended that the proposed water Improvemen I.s. be conducted with a rigid schedule to meet the contract duration. Below is the recommended sequence of construovbn for operations at 36" water main beginning at Station 1 4 +10_fi1. Plans Mate that the proposed 36" outer main shall be connected into the existing "roster main via a connection at the existing plug, The existing gate valve at station 14 +06 shall be dosed p of to connection and no interruption of service to a existing 244nch water line extending to the north along FM 157 is to occur, After the work start date has bean established, the contractor shall he required to submit the beginning and ending dates for al major work areas (Including pavement repair on each of the affected streets as applicable)_ 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 major work item has been submitted to the City The critical elements of the construction sequence are called out in the plans. The contractor shall coordinate construction activities w1th Fort Worth Field Operations and Water Production to minimize potential water supply and/or pressure reductions to the Centerpert Industrial Park area. 1. Cut In connection fittings to the existing 1 yinch water main in Pipeline Road and -separate 16-Inch tap to the existing 4-Inch water main In Trinity Boulevard shalt be made during the first month of construction. it Is rommmended to start this actiulty ire the winter. WstaIlatIon in April or later wl11 likely hinderwater delivery due to seasonal increases in system} water demand. . The Contractor shall notify the Field Operations 1 week prior to starting construction activities. 3. The Contractor shall determine existing conditions of the existing 36" water n1aIn including but not lirnited to pipe, gate Valves, fittings (Including plug at station 142+10), connecting mains, blow -off valves, air release valves and limits of existing blacking_ Care shall be given to excavating or removing material near the existing water mains. existing pipes shall be blocked at all times. Contact Field Operations when valves need to be opened or closed for oonslruction activities, 4. Only the existing 16-inch water main In Pipeline Road is is be Interrupted for any length of time during the construction prograrn. After the Contractor contacts Field Operations that construction is ready to start, the Field Operations will review tank levels and current operations to determine a time the system will t e shut down for installation of the cut -In tee and valves. Field Operations will operate existing IIM/0e A O-22 PART D - ADDITIONAL SPECIAL CONDITIONS valves. The Contractor is expected to dawater the water pipes between the shutoff valves prior to construction. The loca tions of the a lsGng 16"shutoff valves that are adjacent to the proposed connection are noted in the plans. A map of the location of gate valves, blow cuff vaIves and air valves is on sheet 2 of the plans_ b. The Contractor sha11 install the connection. valves and blocking. 6, The new 36 -In ch and 16-Inch water ma Ens shall be filled and tested prior to making connection to the existing 4-Inch and 1 -Inch mains noted in item 1 above. The source for filling and pressurization of the new Tines shall be the oonnectlon to the existing 36-inch main at sin tion 142+1 ?, 7. The Contractor shall contract Field Operations to close and open valves. Rapid closure of system valves will damage the vw.ate r system. 8. The Contractor shall clean up area of construction to pre-existing conditions or. better. DA47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements andfor permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work Is to be done in areas requiring easements andlor permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permlt requlr)aments, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property. the easements and construction areas are shown can the pfans. The easements shall be cleaned up after use and restufed to their original conditions or better. In the event additional work room or access is required by the Contractor, it ShalI be the Contractor's responsibility to obtain written permission from the property owners involved for the use of adMilo nal property required- No additional payment will be allowed for this Item. II-7-M ilIEel WIWAZIM U0. ifI:[ 111-I-9 The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of Ihese spedfIcat lcns. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 pst) concrete and for sewer IIne ericasemen 15 shall conforni to Flg. 113, for water Ilne encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such ericasernent are specified In Sections EI-20 and E2- 0 of the General Contract Documents. Payment for work such as forming, planing, and finishing including all labor. tools, equipment and material necessary to cgrnpfete the work shall be included in the linear foal price hid for Concrete Encasement. I MOZV4 ASC- 3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-51 CONNECTION TO EXISTING STRUCTURES All connections, between proposed and existing facilities shali consist of a watertight seal, Concrete used in the connection scull be Class A (3000 psi) concrete and meet the requirements of Section EI-20 and E -20 of the General Contract 0ocurnents. Prier to concrete play rh$ht, as gasket. RANI-Nek or approved ecttaal shall be Installed around penetrating pipe, Payment for such walk as connecting to existing facilities including all labor, tools, equipment, and materiai necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED) DA•53 OPEN FIRE LINE INSTALLATIONS (OMITTED) DA-54 WATER SAMPLE STATION (OMITTED) DA-55 CURB ON CONCRETE PAVEMENT 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 slake and of the same concrete as the slab. The concrete for the Curb Shall lie deposited not more than thirty (30) minutes after the concrete In the slat_ SUPERIMPOSED CURB' Concrete shall have a minimurn compressive strength of three thousand (3,000) pounds per square inch at twenty-eight ( 8) days_ The quantity of mixing water shall not exceed seven (7) US. gallons per sack (94 lhs.) 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 cur0s and patters required in this Project under the appropriate bid Item and shall be in compliance with Pubilc Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS t. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedaales as may be required by the Engineer for his review. S ubmittaIs 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 genefai confOM14nCe with the design concept of the project and general compliance with Information aglven in the General Contract Document.5, Indicated actions b the Erigin"r, which may resell 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 submitfals are not change orders_ The purpose of sLrbrnittals by the Contfactor is to demonstfate that the Contractor understands the design Wncept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and Install, send by detailing the fabrication and installation methods he intends to use. It deviations, discrepancies or conflicts a IMM4 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 dimenslons which are to be confirmed and correlated at the job site. fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify afl 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 sullabJe for the application. Any deviation fr0rn the specified criteria skull be expressly started in writing In the submittal. Three () copies of the approved submittals shall be retained by the antfact4r until oomplelion of the project and presented to the City in bound farm. . Shop drawfngs shall be submitted Far the following items prior to instaIlation; -Shop drawing for all water main pipe material -Steel casing pipe -Trench safety system Additional shop drawJng regUirernents are described in some, of the material specifications. . Address for Submittals - The submittals shall be addressed to the Project Manager, Rakesh Chaubey, P.E. Project Manager City of Fort Worth 1000 Throckmorton Fort Worth, TX 7£102 IAA-57 COST BREAKDOWN In order to establish a basis upon which partial payrnenls to the Contractor may be authorized, Immedlately 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.D, OVERLAY All work Involving paving andlor drainage shall ounform to the two fallowing published specifications, excep(as modified herein - STANDARD RD SPEC)FICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH STANDARD SPEC IFI ATlON S FOR PU13LI C WOR S CONSTR. U CTI0N NORTH CENTRAL TEXAS DA-59 H.M.A.C. MORE T14AN 9 1NCPIES 0 E E P Wham H,M.A.C. greater than 9 inc;hes In depth is encountered, It shall be replaced Wth a combination of H.M.A, , and 2.27 concrete base, as determined by the Engineer, to achieve the requkred thickness of pavement. DA-60 ASPHALT DRIVEWAY REPAIR 110qr2rar•r A - 5 PART D - ADDITIONAL SPECIAL CONDITIONS At locations where KIVI.A.C. driveways are encountered, such driveways shall be completely replaced far the full extent of utility cut with H.KA,C. equal to nr better than the existing driveway- DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in acoardance with the City of Fort Worth Transportation} and Public Works Department's Standard Specifications for Street and torm Drain Construction, Item 116, except as follows: All labor, equiprment, tools and incidentals shall be included in the square yard bid prig for the lop soil. DA-62 WATER METER AND METER BOX RELOCATION FIND ADJU TItiIENT (0MITTED) DA-63 BID QUANTITIES Bid quo ntMe$ of the varlaus items In the proposal are far comparison only and may not reflect the actual quantities. There is no limit to which a bits 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 G4-4,3 convicts with this provision, this provision controls. No claim will be considered for lost or ariticlpated profits based upon differences In estimated quuritities vorsus actual quantities. In particu€ar, the Contractor shall be aware that it is the City's intention that the quantities in Unit be used an an "emergency" basis only, Total quantities given in the bid proposal may not reflect actual quantities, however. they are given for the p4Jrpase of bidding and awarding the oontract_ A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based an actual measured quantities and the unit price bid in this proposal. Moreover, there €s to he not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated In this contract is that which is designated by the City hit will In riot case exwed $ 00,000 (see Options to Renew) including all change orders. DA-64 WORK Its! HIGHWAY RLGHT OF WAIF When the Engineer directs the Contractor to perforce work In the right-of-ways which is under the jurisdiction of the Texas Department of Transportalion ffex-loot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencling any work therein. All work perforated in the Tex -Dot right-of-way shall he performed in compliance with and subject to approval from the Texas Depariment of Transportation and Itern E -29.1 "Construction WKhin Highway Fight -cif -Way" of the General Contract Documertts and Specifications. effective Julys 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX -BASF-) � rel,'KIM A - 6 PART D - ADDITIONAL SPECIAL CONDITIONS Crusted limestone required for use as a flexible base rnator#al shall conform to Spectfication Item No. 208 of the Standard Specifications for Street and Starm Drain Construction for the CIty of Fart Worth Transportation and Public iNorks Department. DA-66 OPTION TO RENEW (OMITTED) DA-67 N0N�E,XCLUSIVE CONTRACT (OMITTED) DA-68 CONCRETE VALLEY GUTTER (OMITTED) DA-69 TRAFFIC BUTTONS JOMITTED) DA-70 PAVEMENT STRIPING (OMITTED) DA-71 H.M.A.C. TE STING PROCEDURES The contractor is required to submit a Mix Design for math Type "B" and "rD",asphalt that will be used for each project. This should be submitted at the Pre -Construction Conference. This design shall no( be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not b(!en previoLisly calculated, "for the use during density testing. For typo '13" asphalt a maximum of 20% rap may be used_ No Rap may be used in type 49DIP Upon approval of an asphalt mix dbsign 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 edvanoe of the asphalt ptacement to schedule a technician to assist in the monlitoring of the number of passes by a roller to estabfish a rolling pattern that will provide the requfred densities. The required Density for Type "B" and For Type "D" asphalt will be 9 1 % of the calculated i'1+1arshai (pmtbr), .A Troxler Thin -Layer Gauge will be used for all asphalt testing. After a rolling pattern is estabfis hod. densiIfes should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densilles on type "B" trust 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 appiica[ion of Type "D„ asphalt additional cotes must be taken to determine the appt}ed thickness. DA-72 SPECIFICATION REFERENCES When reference is made In these specifications to a particular ASTM, AVVWA, ANSI or other specification, It shall be undefstood that the latest revision of such specification, prior to the date of these general specifications or revisians lhereol', shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENT'ERICONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT -SEATED GATE VALVES � W�9+# A 27 PART DA -ADDITIONAL PECIAL CONDITIONS Arty resilient -seated gate veIves supplied for this contract shalI conform to Material Standard EI-26, STANDARD SPECIFICATIONS FOR RESILIENT -SEATED GATE VALVES. dh the exception of size requirements In sections I=-26.1. All resilient -seated ga#e valves shall be rnechanicaI joints and he approved on the City of Fors Worth Standard Product List. DA-75 EMERGENCY SITUATION; JOB MOVE4N (OMITTED) DA-76 1 f/2 " & 2 COPPER SERVICES (OMITTED) DA-77 SCOPE OF WORK (UTIL.. CUT) (OMITTED) DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED) DA-79 CONTRACTTIME (UTIL. CUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 T1ME ALLOWED FOR UTILITY CUTS (UTIL. CUT) {OMITTED} DA-82 LIQUIDATED DAMAGES (UTIL. RUT) (OMITTED) DA-83 PAVING REPAIR EDGES (LITIL. CUT) (OMITTED) DA-84 TRENCH BACKFILL (UTIL. OUT) (OMITTED) DA-85 CLEAN-UP (UTIL.. CUT) (OMITTED) DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED) DA-87 SUBMISSION OF BID (UTIL. CUT} (OMITTED) DA-88 STANDARD BASE REPAID FOR UNIT I (UTIL.. CUT) (OMITTED) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (O rrrED) DA-90 " TO S" H.M.A.C. PAVEMENT (UTIL. OUT) (OMITTED) DA-91 ADJUST WATER VALVE BOXES. MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) DA-92 MAINTENANCE 8014D (UTIL. CLII) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) DA-94 LIME STABILIZED SUBORADE (UTIL. CUT) (OMITTED) DA-95 CEMENT STA81L.I ED SUSG RADE (UTIL. CUT) (0MI71'ED) DA-96 REPAIR OF STORM DRAW STRUCTURES (UTIL. CUT) (OMITTED) fbAS -28 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-97 "QUICK- rr f" ONCRETE (UTIL. CUT) (OMITTED) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL, CUT) {OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) {OMITTED) DA-102 PAYMENT (LITIL. CUT} (OMITTED) DA-103 DEHOLE (MISC. EXT.) (OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (OMITTED) DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.) (0MMED) DA-108 FLOWABLE FELL (MISC. EXT.) (0MITT ED) DA-109 ERICK 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 MOUE IN CHARGES (MISC. REPL.) (OMITTED) DA-113 PROJECT SIGNS Project Signs are required at all locations which wfli be under construction for more than thirty (30) calertdar days as indicated in Pad B Proposal_ Project Signs Shall be in accordance with Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on sklft or on pasts. The exact locations and methods of mounting shall be approved by the eng[n er. Any and all costs for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional c.arnportsation will be allowed. DAB-114 LIQUIDATED DAMAGES (MISC. REPL.) (OM177ED) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC, REPL.) (OMITTED) DA-116 FIELD OFFICE (OMITTED) .1 Q)24U $ A - 9 PART D - ADDITIONAL SPECIAL CONDITIONS DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance wk h item D-8 of the Special Carid1tions with the exceptlon of the Contractor providing the traffic onntrol plan. All requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shalt coordinate his work with the work of other contractors an remaining units of this pro]'act. 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 wkth a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line w1th the adjoining unit In lieu cif installation of a plug. Contractor wall be paid for "connection" to existing IIrxe or installation of blind Ilainges based on the unit price bid for the water or sawef main. DA-119 PIPELINE CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING TUNNELING OR OPEN CUB' 1.00 GENERAL 1,01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to In pipe casings or tunnel liners by boring, tunneling or open cut as specified. This section sets faith the requirements for utility lines crossing roadways or railroads using bore, tunneling, or open Gut. 1.0 QUALITY ASSIJRAN C E A. I]ESI N CRITERIA I. TUNNEL LINER PLATE The tunnel liner plate shall be designed by the Manufacturer In ac rdance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges. Section 16. Sail parameters shall ba determined by the Tunnel Liner Plata Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3%. The thickness of the tunnel liner plate specified harein is the minimum acceptable and shall be Increased as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. 2. CASING INSULATORS Casing insulators shall be designed by the Manufacturer to adequately support and electrically isolate the carver pipe within the casing pipe under all conditions, Number and location of spwft insulators shall be determined by the Manufacturer to protect carrier pipe from damages. One insulator shall be placed within 7 of ends of easing. 71007104 AS - 0 PART D - ADDITIONAL SPECIAL CONDITIONS Installation shall be by a compatent, experienced contractor or sub--corltractor, The installatlon contractor shall have a satisfackiry experience record of at least five (5) years engaged in similar work of equal scopo- C- PERFORMANCE REQUIREMENTS Lateral or vertical variation in the final posiflon of the pipe casing or tun n-1 liner Irom the line and grade established by the erigineer shall be parmitted only to the extent of I" in 10', provided that such variation shall be regular and only in (lie direction that wl11 not detfimental [y afrect the function of the carrier pipe, iK11CI'i11:1&I100—rT l Submittals shall iriclude� A. Shop drawings of the tunnel liner plaln� and fasteners from the tunnel liner plate manufacturer. Shop drawings shale include calculations for the design of the tunnel liner pla to. B- Provide shop drawings of casing insulators ificluding slcetches of insulators with rnaterlal components and dirnerisions and proposed locations of insulalors. 1.04 STANDARDS AVV VA C-20 "Field Welding of Stool Water Pipe" AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water pipelines" AASHTO M-190 "Bituminous Coated Corru�3ated Metal Culvert Pipe and Pipe ,Arches" AA HTO Standard SpeclficaIions for Highway Bridges, 1989. ASTM A- 6 "Structural Steel" A TM A-123 "Zinc (liot Dipped alvaiiixed) Coatings on Iron and Steel products" ASTM A-135 "Electric — Resistance — Welded Steel Pipe" ASTM A-139 "Electric -- Fusion (kc) —Welded Steel Pipe" As,rm A-i5a "Zinc Coating (Hot Dip) on Iron and Steel Hardware` ASTM A-307 "Carbon Steel 130tis and Studs, 60,000 PSi Tenslie" ASTM A-449 "Quenched and Tempered Steel Bolts and Studs" ASTM A-5 "Steel, Carbon, Hot -Robed Sheet and Strip, Commerclal Qualify" ASTM A- 70 "I-Iol Railed Carbon SteeI Sheet and Strip, Structural aUality" ASTIVI C-7B "Relnrorced Concrete Culvert, Starm Drairi, and Sewer Pjpe„ ASTM 0-4.254 "Test Methods for Minimum Index Density of Solis and Calculation of Relative Density" 1-05 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Where the work is in the public; right-of-way or railroad company right-of-way, the Ou+o r will secure the appmprlate permits or easemen(-,. The Contractor shall r 11dV104 AS - 1 PART D - ADDITIONAL SPECIAL CONDITIONS observe riegulatians and instructions of the dghl-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotialinns and coordination with the rightW-way Owner shall be carried on by the Contractor, not less than five (b) days prior to the time of his intentions to begin work on the right-of-way. 13, Comply with the requirements of the permit andlor easement, a copy of which is included in the Appendix, Tile work within the Texas Department of Transportation (Tx Dot) light -of -Way shall romply +th TxDot specifica[ions, If required by the Right - of -Way Owner. obtain Protective liability Insurance in the amount required by the particular company or olher insurance as is specified in the permit at no cost to the Owner. ALquiro a permit, agreement, or work order fi'en-i [he rkghl-of-way Owner as is required. G. Construction Tong roads and railroads shall be performed in such manner that the excavated material be kept off ttie roads and railroads at all times, as well as, all operating equiprr cni- Construction shall not interfere with the operations of the roads and railroads. D. Barricades, waming signs, and flagmen, when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Existing pipelines are to be protected. Tho 00FIlracJor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verificatlan of location of existing utilities shall bp the complete responsibility Gf the Contractor_ 1.06 OPTIONS A. CASING MATERIAL Unless specified otherwise, the Contractor may use steal pipe or tunnel liner plate here bore andlor tunnel is specified Unless specified otherwise, the Contractor shall use steel pipe whore open cut casing is specified. The material specification for casing pipe and tunnel Iiner are the miniMUrn acceptable. The GonIra ctor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. 9, BORE AND TUNNEL METHODS Unless specified otherwise, the Contractor may use boring, jacking, tunneling For the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protectioli of workers. pipe, property, and the public. Provide a finislied product as required, .00 PRODUCTS .01 MATERIAL 111021M ASC-92 PART DA - ADDITIONAL I-ECIAL CONDITIONS A. STEEL PIP& Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing sha11 meet A TLAS A-3 , AST( -570, ASTM -135, A TM A-139, or approved equal, Pipe shall be coated and lined in accordance with AVV A - 10 or approved equal. Pipe joints shall be welded in accordance with AVYWA► O- 06. After pipe is welded, coating and lining shall be repaired. Unless specrMed otherwise, the minimum wall thlckne s- af steel casing pipe shall be as follows, Ca 4i d bi m E Wall Thickness 4" - 2411 0.37Y 25�'- 4 "' 0,375" 43" - 60" 150" 7 " 0.6 5„ B. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized and asphalt coated; made from -steel sheets conforming to the requirements of A TM A-569, Material to be galvanized shall be zinc coated in accordance with ASS` A-123. except that the zinc shall he applied at a rate of 2,0 oz. per square foot on each side. Asphalt coating shall comply wit# AAS HTO M-190, Tunnel liner plates and fasteners shall comply with the requirements of AA HTO Standard Specifications for Highway Bridges, 11989. Liner plates shall be punched for bolting on lath longitudinal and cireumferentlal seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to conform to A TM. Where groundwater is encountered, gaasketed liner plates shall be used. A-153, Plates shall be of uniform fabricatiorG and those Intended for one size funnel shall be inlerchon eable. Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be now, unused, and sultable for the purpose Intended. Workmanship shall be first class to every respect. Minimum thickness of tunnel liner plate shall be as follows: Tunnel Diameter M(`!L.m . � t&!e s 60" & 72" - 2 Flanged 0.179" _..� 60" & 72" - 4 Flanged 0.250" 2.02 MIXES A. CEMENT MORTAR. Oonsisling of one (1) part cement to two () parts clears sand with sufficient water to make a thick Workable mix. B. PRESSURE GROUT O : Comprised of 1 cubic root of cement and 3.5 cubic feet of clean Area sand with sufficient water added to provide a free flowing trick slurry. If desired to maintain solids In the mixture In suspension, one cubic foot of commercial grade bentonite flnay be added to each 12 to 15 cubic feel of the slurry. O. CELLULAR GROUT MIX, The cellular grout shall be a low -density, non -shrink grout composed of Type 11 Portland cernent, water, and a preformed foam. The cellular grout shall have the following chara eristics: 1. Minimum 28-day Compressive Strength;-- 1(100 psi PART DA - ADDITIONAL SPECIAL CONDITION , Slurry (Wet) Density ='95 to 105 pcf 3. Cement = Type 1€, per ASTM 0150 4. Water = Potable 5. Foam = Per ASTM C869 6- WaterICernent Ratio = 0-50 to 0- 55 ,03 MANUFACTURED PRODUCTS A. TUNNEL LINER. Manufactured by Armco Steel Corp., Commercial Shearing, Inc-, or approved equal. B. CASING INSULATORS, Use casing Insulators for any lype of carder pipe. Insulators shall consist of pre-manufac(ured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the crarrier pipe ball and the casing pipe. Fasteners for insulators shall be stainless steel or c:admiurrt-plated- Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and lnsulators, Incorporated or Perry Equipment orporation- C- MORTAR BANDS, Conorete cylinder pipe and mortar coated steet pipe may have thif*ened outside mortar bands €n lieu of casing insulators. Mortar hands shall be propedy position the pipe within the casing or tunnel liner. 3.00 EXECUTION .01 GENERAL CONSTRUCTION PROCEDURES 1-1102104 A- EXCAVATION AND BA KFILL OF ACCESS PITS I- Do not allow excavation over the limits of the tore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public:, structures, roadways, and other improvements. . Excavations within the fight -of -way and not under surfacing shall be backfilled, with type B back0l, and consolidated by tamping In 6" horizontal layers to 95% of maximum density as treasured - by ASTM D-6198. Surplus material shalI be removed from the right-of-way and the excavation Finished to original grades- Backfill pits immediately after the in stall stion of the carrier pipe is compietcd. If carrier pipe is not installed immediately after casing pipe installation, the light -of - Way Owner may require the access pits be temporarily backfilled unt€I installation of carrier pipe. B, INSTALLING CARRIER PIPE IN CASINGS Pipe to be Installed Within [lie casing or lunnal liner shall meet the requirements for this type of pipe as specified. Where indicaled. place, align, and anchor guide rails andlor casing Insulators inside the casing. If guide rails are used, place cement mortar on both sides of tho rails- ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS . full or skid pipe Into place inside the casing. Lubricants such as flak soap or drilling mud may be used to ease pipe installation. Do not use petroleum products, off or grease for this purpose. if gulde rails are used, Install pipe and hold down jacks after installation of carrier pipe, 3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. Verify electrical discontinuity bet een the carrier pipe and tunnel liner. If contInuity exists, remedy the short prior to applying cellular grout. 4. After carrier pipe installation fs complete, if hold down jacks or casing spacers are used, seal or plug the ends of the casing. S. Auer carrier pipe installation fs complete, if hold dawn jacks or casing spacers are not used, the annular space between the carrier pipe and tunnel liner or casing shall be completely filled with cellular grout. The Conlractor shall take precaut€ores to prevent flotation of the carrier pipe are not regWred to be mortared if flex-prote �s used. Exterior joint coating (heat shrink sleeves) is required for pofyurethape coated pipe. Provide necessary bulkheads as recommended by the cellular grout suppfivr, If pressure is used to apply grout, ver€fy the maximum allowable pressure with the carver pipe manufacturer, and do not exceed this pressure. C. FREE -AIR SYSTEM If r"uired by OSHA standards, free -air systems shall be Installed and maintained- D. INSTALLATION OF PRESSURE GROUP` MI 1. install pressure grout mix in the void space between the outside of the casing pipe or tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completfan of setting casing pipe. For tunnel liner plate, install pressure grout mix at the end of each work clay or more often as conditions warrant_ . Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48" In diameter or larger. Grout fittings shall be fabricated In(o casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove and plug grout fittings after pressure grouting. . install pressure grout from the low end for all crossings where grout fittings are not used. Seal the law end and pressure grout until grout is extruded from the opposite end. _02 CROSSINGS INSTALLED BY BORING A. Perform the boring from the law or downstrearn end unless specified otherwise. Bore the holes mechanically and Lase a pilot hole. By this method, an approAmate 1' pilot hole shall' be bored the -entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of matey€al' as required. The use of water or other fluids In connection With the boring aperatlon will be permitted only to than extent to lubricate cuttings. Jetting shall not be permitted. B. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of al least 10% of nigh grade carefully processed bentonite, may be used to rvb4 ASC-35 PART DA - ADDITIONAL SPECIAL CONDITIONS consolidate cuttings of the bit, seal the walls of the We, and furnish lubrication for subsequent removal of cuttings and installation of the p]pe-irnmediately thereafter. D. to I=ations where the soli formatlan is other than consolidated rock, insert the casing pipe simultaneously wlth the boring operation. This requirement applies to all bored holes of 18" or greater in diareter. Far smaller diameter bored holds, it is desirable that the casing be installed ag the boring progresses, but because of diffemnces in soil formations. the time for inserting the casing shall be the Contractor's responsibility, In the event that caving sand or water bearing materiats are encountered, Insert the casing pipe simultaneously with the boring operation regardless of the diameter of the gored hole. In all cases, the security and integrity of the roadway is the primary concern. The Contractor shall be held fully responsible for the continued iMeg rity of- the structure of the roadway being crossed, whethe{ or not a casing pipe is inserled simultaneously with the boring operation- 3.03 CROSSINGS INSTALLED 13Y TUNNELING AND JACKING A, Jack the pipe from t# a low or downstream end. unless speciFed otherwise. Provide heavy duty Jacks suitable for to€sing the pipe through the embankment. to operating Jacks, apply even pressure to the jacks used. Provide .a sutt.6ble jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe_ Provide a suitable jacking frarne or back stop_ Set the pipe tr be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper tine and grade. Place the whole jacking assembly so as to line rip with the direction and grade of the pipe. In general, excavate embankment material just ahead of the pipe and material removed through the pipe, Force the pipe through the embankment with jacks into the space pra ided, 1l. The excavation for the underside of the pipe, for at least 113 of the cirr-umferenw of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more khan " for ke upper half of the pipe. P)is clearance shall be tapered off to zero at the point where the excavation conforms to the contour of the pipe. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed t in any case. Decrease the -distance if the chara.oter of the material being excavated makes it desirable to keep the advance excavation cfaser to the end of the pipe. D. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of [tie pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. D. When Jacking of pipe has begun, carry on the operation w1thout interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe darnaged in the Jacking operations. The Contractor shall absorb the entire expense, 3.04 CROSSINGS INSTILLED WITH TUNNEL LINER PLATE A. Install the tunnel liner plates to the limits indicated and as specified In AA HTO Standards Specifications for Highway Bridges, Sectlan 11- 6. Construction Tunnels I JruM4 AS-6 PART D - ADDITIONAL SPECIAL. CONDITIONS Using Steel Tunnel Liner Plates. Assemble steel liner plates into cir+cumfereriUal rings. Liner plates shall he of the type to permit segments to be Installed completely from Inside the tunnel or bore. B. Accurately maintain the face of the excavation Inside the tunnel so as to allow the absolute minimum of void span outsfcie the liner plate. Maintain a maxilmum of 1f „ toterence between Ilia outside of the liner plate and the excavation wherever possible. The tunnel diameter shill not be greater than " larger than the Iiner Q, D. C. Liner plate installation shalt proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6' ahead of the requited space to install an individual tunnel liner plate. Use breast pales, poling hoards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect verticaIIV during. installation. &05 CROSSINGS WITH CASING INSTALLED BY OPEN CLOT This article covers the requirements for the construction of crossings where pipe casing Is required for Installation} by the open cut maftd. Excavat[on, back#fll, and embedment of casing pipe shall be as specified in Section 02202, PIPELINE EXCAVATION AND BA KFtLL. All other requirements shall he as specified herein. DA-120 RAILROAD REQUIREMENT The Contractor is required to Install temporary fencing ' from (lie centerline of track. This fencing is to be installer) prior to any construction within railroad right-of-way, the cast for the fence shall be subsidiary to the contract amount. It is estlmated that a flagman will be required no more than 2 days per unit, any ardditlonst time wilt be at the expense of the contractor_ No egtilpment or person shall enter railroad right-of-way without a flagman approved by the railroad. If equipment or a person enter the right-of-way, then al railroad irequlrernents apply. The cost of a flagman Is set by the railroad at a price of 800,00 a day. DA-121 E PLORITORY D-I10LE This specifications clarifies d-holes as Indicated In the plans and Part B Proposal. The Contractor thall d-hole prior to constructfon unless approved otherv4se by the City Representative. The d- hole ftem includes all activities related to uncovering existing utilit es by non destructive excavation, obtaining coordinates and dimensions cf existing ut[lity, coordination, providing coordinates to the City Representative and backfi ing exravatlans With either native material or Plowable grout. Care shalt be taken to not disturb exlsting utilitle& Utility owners shall be notifled of d-hole activities. Coordination with utility owners is required. I IjV=4 - 7 Certificate of Insurance CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 5508 and City of Fort Worth Project Number P264-605140035283 William J.Schultz Inc. dba Circle "C'r Construction Companv CONTRA TOR � By: � Title Z -/,S-07 Date STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared G�,�/�G/a) known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of William J.Schultz, Inc.,dba Circle "C" Construction Company the putpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /15day of l , 1) .2007 otaryPublic in and for the State of Texas � 4 r PERFORMANCE BO1�II➢ ]Qom,, ; 70 64 35 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we, (1) WMiaan J. Schultz, Inc., dba Circle "CS3 Construction Co pAoy, as Principal herein, and (2) Insurmice Company —of -the WesVInde-yenden" Casual -ed rr�ety Co np xv, a corporation organized under the laws of the State of (3) Califox a/ Texas, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of . illion.$_.nndred Iilm Seven `i housand. Five I gadred TnTpty Tryo and No/104*Dollars ($*1,397422.00*� for the payment of which sum we bind ourselves, our hehs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the day of FEB 0 6 2007, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of 36" ' Inter° Maim Uxtension Rlo _' �rini Itaile sav_lEx r�ess LO.` I; room IFIdI -lei a 'I"ar an Fain — Centvact 2, Unit 3 — WateF P oiect l o. P 64 �0 1�340 2$ ' iD.O.F. Teo, S fl€3; City Project_ t No. _00352.ua_the Cim-of Fort Vlocth, Texas. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2233 of the Texas Government Code, as amended, and all liabilities on this bond shah be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length hemin. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this f ATT - (Principal) ecretary Witness as to Principal ATTEST: Secretary (SE ) Witness as to Surety, oh A. Miller FES 0 6 ai day of 32007. William J. Schultz. Inc.. dba Circle "C" Construction Company PRINCIPAL By: Name: William J. SchuItz Address: P. O. Box 40328 Fort Worth. TX 76140 Insurance Comppy of the West/ Independence (Ikualty and Sure By: Name: Sheryl A. KinI , Attorney -in -Fact Address: 11455 El Camino Real San Dieao. CA 92130-2045 Telephone Number: 1-858-350-2400 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and. Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR., JOHN A. MILLER, It SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and.any related documents. in witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. k. r,' r r' rt INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY i,ntR`;r �a INDEPENDENCE CASUALTY AND SURETY COMPANY taw" Jeffrey D. Sweeney, Assistant Secretary John L. Hannum, Executive Vice President State of California County of San Diego ss. On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the. entity upon behalf of which the persons acted, executed the instrument. 1 MARYCON COMM. IMMOP11399 lM11 WrlmiSelon M �5 10,6 RESOLUTIONS Witness my hand and official seal. 0 Mary Cobb, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with.facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seat of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been re,au ate U i above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. r.. j i, IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-11 I 1 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. PAYEE, NT 130N D Bond No. 220 64 35 `€FiE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARR. NT § That we, (1) William J. ��l�ul �.=--dba . irct . "C"_ oo�t ctlon o�n»any, as Principal herein, and (2) Yn§�rce Cornroa��v ofeestllndpeder��ea$ual� and Surrety Co 7pjMy, a corporation organized and existing under the laws of the State of (3) CaaFfon-darreps, as surety, are held and firmly bound unto the City of Fora Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the mount of YTwo. Ind lion,, AiP,ht Hundred Nin�Sky Seven Thousand, Fide HnndreC Twew Two and No/100* Dollars ($*2,89L52-00*) for the payment whereof, the said Principal and Surety bind themselves and their hems, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the dayof t F H i i tj Z11111 2007, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: 36" Water Main F teHsion €tlo© '1' tv Bailrwa eess_R.D.W. from FM _15 to Tarrant ,]Main —+Contract 2, UnR 3 e Water Fro'ect. i o... C4m6051400352a3� D.O.E. No. g�08.-_ CAty p'rolecg Lo.OQ352 in the City of Fort Worth. Texas NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be detennined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITLESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this day of FER 0 6 807 , 2007. I ATTEST: 1 (Principal) e etary Witness as to Principal ATTEST: Secretary (SEAL Witness as to Surety, Jab . Miller William J. Schultz, Inc., dba Circle "C" Construction Company PRINCIPAL By:� Name: William J. Schultz, President Address: P. O. Box 40328 Fort Worth, TX 76140 Insurance Camp of the West/ Independeneq C alty and Sure SURETY By: V [X/ Name: Sheryl A. Klutts, Attorney -in -Fact Address: 11455 El Camino Real San Diego, CA 42130-2045 Telephone Number: 1-858-350-2400 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition., an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. J ICW GROUP No. 00473$ J Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a. Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint JOHN A. MILLER, SR.r JOHN A. MILLER, II, SHERYL A. KLUTTS, K. R. HARVEY, JOHN R. STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this I st day of November, 2005. �oy+wr4 g11p,Ll �' 4 .,;f:. INSURANCE COMPANY OF THE WEST 3 . SEAL , r k EXPLORER INSURANCE COMPANY i , w" •. iF ,• y,�� ` INDEPENDENCE CASUALTY AND SURETY COMPANY rj�lf�pr Jeffrey D. Sweeney, Assistant Secretary State of California SS. County of San Diego John L. Hannum, Executive Vice President On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal. y col COMM. *M081390 _10to & 4ARY1�ihLI01�iai M y ernM143s1Dn E1sp4W* SEPIMMOE i,20, M9 Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations ofthose signatures and scals, and such facsimile representations shall have the same force and -effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not begin eynked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of �r wo Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. L_ MAINTENANCE BOND Bond No. 220 64 35 THE STATE OF TEXAS § COUNTY OF TAR.RANT § -KNOW ALL BY THESE PRESENTS: That William J. Sehull& Inc.. dba Circle "C" Construction Company, ("Contractor"), as principal, and )Ensurmnce Company of the WeAlgepyaudence Casualty and Surety_GomoanL a corporation organized under the laws of the State of CallferglgiTexas, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of *Two _Millionit Hundred Ninety- Oeveki Thousand, Five Hundred Twenty -Two and No1100*Dollars (M.39`4522.001"), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the oFEB 0 6 1 2007, a copy of which is hereto attached and made a part hereof, for the perfonnance of the following described public improvements: 36".. Water Main Extension along, Trinf Railway Express R.G.W. from FM 157 to Tar rnut Main - Contract _2 Unit 3 the same being referred to herein and in said contract as the Work and being designated as Project Number(s): Water Proi*eet No. P264-60514003:52 31, R, ] ..I?IQ._ os9._ itY Project No._ 00352 and said -contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a pant hereof-, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two 0. years after the date of the final acceptance of the work by the City; and. WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of 9�wo U_Year��; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each of which shall be deemed an original, this day of FEB O 5 2007 , A.D. 2007, ATTEST: William J. Schultz, Inc., dba (SEAL) Circle "C" Construction Company Contractor By: Secretary Name: William J. Schultz Title: President Address: P. O. Box 40328 Fort Worth, TX 76140 A`'" as to Surety: Insurance Comp of the West/ Inde endencf Qq)(ualty and Sure (SEle) Surety Name: Sheryl A. Mutts Title: Attorney -in -Fact 11455 El Camino Real San Diego, CA 92130-2045 Address No. 004738 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies'), do hereby appoint JOHN A. MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLU TS, IC R. HARVEY, JOHN R. STOCKTON their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005. LiTr ►ue.r ¢' c **'.+ + INSURANCE COMPANY OF THE WEST o r SEAL _ 9 �. EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY '9 fMw�k IN, �* ...- E Jeffrey D. Sweeney, Assistant Secretary State of California ss. County of San Diego John L. Hannum, Executive Vice President On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hammin and Jeffrey D. Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. MIRY COBB C I7A+im. 4l 60090 � V+IfSTAFVYPII�F.IC•Cilll�l�, SAN 1DI i000UINTY I o comAssion PkAfts 3JEFTEMHEIR2D.20W RESOLUTIONS Witness my hand and official seal. Mary Cobb, Notary Public This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer hwira. a �rr�tppany. and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been reJ'fb :Iflf�i.lhat.I`iF above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. ��7l IN WITNESS WHEREOF, I have set my hand this day of FER L! Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-977-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. PART G - CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into day of , 2007 by and between the City of Fort Worth, a home -rule municipal corporation located in Tarrant County, Texas, acting through its City Manager there -unto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and William J. Schultz, Inc., dba Circle "C" Construction Company of the City of Fort Worth, County of Tarrant and State of Texas, Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH: That for and in consideration of 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: 36" Water Main Extension along Trinity Railway Express R.O.W. from FM 157 to Tarrant Main — Contract 2, Unit 3 — Water Project No. P264-605140035283; D.O.E. No. 5508; City Project No. 00352 in the City of Fort Worth, Texas 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, superintendence, labor, bonds, insurance, and other accessories and services necessary to compete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the Parties of these presents have executed this Contract in LS counterparts in the year and day first above written. CITY OF FORT WORTH. TEXAS (Owner Party of First Part By: f Ma A. O t, As stant it Manager CONTRACTOR: William J. Schultz, Inc., dba Circle "C" Construction Company P. O. Box 40328 ATTEST: N\&—t�gdt� City Secret (SEAL) Tttc -' Con ac Authori$aio WITNESS: Date Fort Worth, TX 76140 By: Willia J. Schultz Title: President APPROVED: Douglas Rademaker, P.E., Director Asst. Department of Engineering AS TO FORM AND LEGALITY: -r� �1 ' a�VV�D C1 a �71 ; jj Appendix . Standard D crawl"g 41 ` 011 Emm LO LO co t1 1 - o" co - I - --L = Cal CV CAI CV 2t_Q1r I1I' iA "r- 'a co 0 � � O C3 M 'T' r N W d co tt� r. in rd v t� CID co cs CV t D H �G Q4 J r r� r � y y. O J "a cl - O c3 0 110 LIM Un rrT z C) LU 0 0 co 1 `7 � o � U O za m oQ- o Zw of Ozo c��< cn LJ C4 zc�s Quo Q z-Z Ddi —F-Q xL'i -- \� w w Dfy �V) \\ ¢ m zQQo �� ♦\\ w� w 2 0 'J- U \ , ¢ F— U z N Li Q O Q 6L o Nf O �Uc� `X W� `LI LLJ o o a caW 0 LLI\ n Fj R m cm Z U Q of\�\ c�Q � o o a. w p 3 W \\\y \ x z w 0 o \ \// //\//\/� LDLLJ -• �'• .Sisk•• CrR,i Ld —Mwcy 1z ~ of 'z a ~ z \\ tLi X z z W _ T: Si \ LLI Q = Q Q �! Y" `.y Q 4- Q 1YLLI .\,may /� //j ///\� Z ME\. \ LLJ V' o J F- O za ¢ �z��� pr UJ IDQ < Q Z LLI i)r z 0-mi�ww (A O haw U1ii Zw� \ Z N ZZ (A L) of \ w 2 N Q D w \ _ Cr� Cr --- R \� � N 00 (h(ALj V)Zw t, L, w � Z Q co \ O O LLJ � Of _j Y J Z_ Z J Q Z Q Q U w w QF-E <�• !, U U Z Y CL Y Z C7 Q < pUO(U cndS L,omviL�m x Ll N r`7 4! O z I ED a- o n N Qz In LLJ x:. c o .. w Q Ed ott LL SL. U V) F- LA . Uj �r m Z:0 z °° o a. °- rr- o J cl a ?l . to cr3 C� - w 3 m: - Ldcn r E�' . Pry La ie. 'Q _ <.Lo Z. c1 D <w [ re7 L 0, cl [L � 14 aV)6 ACF�� i�F Q urz c� o0 G�- u� t3:�- CL to fnio 2t 0 z + [V 1 MINIMUM 6' INIT SACKFILL COVER MINIMUM . EMBEDME TYPE 'C" BACKFILL SEE SPEC. E1--24 G.C.D. SAND MATERIAL EMBEDMENT tc INITIAL BACKFI" SEE SPEC. E1-2.3 G.C.D. WATER: SIZES UP TO AND INCLUDING 12" 11-ill-1 En i i I Ii. �ESPEC BEi1i4 MINIMUM INITIAL BACKFILL COVER: —_ `-:; � '� ;•},:' � �" G.G.D. WATER = B" _ SEWER 12' CRUSHED STONE OR SAND STORM DRAIN — 12' MATERIAL INITIAL BACKFILL 1 i i SEE SPEC. E1-2.4{b) OR il�-n u • a- ° E1-2.3 G.C.D. MINIMUM 6r� _— a c- • d e.6 °•aa EMBEDMENT —j i I= � , = � ��;, - CRL1s1iED STONE 1 I-iSEE SPEC. E1-2..3 tl I I --[I 1=111--11 I,---1I I - f I I-- = G.C.D. WATER: SIZES 16" AND LARGER SEWER: ALL SIZES STORM DRAIN: ALL SIZES MATERIAL SPECIFICATIONS SAND GRADATION ALESS THAN 10% PASSING #200 SIEVE a P.1. A 10 OR LESS CRUSHED STONE GRADATION SIEVE SIZE RETAINED -1 a 0--•10 t %2" 40-75 55-90 # 90—loo THE EMBEDMENT AND BACKFILL DETAILS PROVIDED ON THIS SHEET SHALL REPLACE APPROPRIATE PROVISIONS OF BOTH THE EI--24{b) AND E1-2.3 OF THE G.C.D. AND STD. SPEC. ITS 402 OF THE TPW STANDARD SPECIFICATIONS FOR STREET' & STORM DRAIN CONSTRUCTION. All OTHER PROVISIONS OF THESE ITEMS SHALL. APPLY - WATER, SEWER & STORM DRAIN EMBEDMENT AND BACKFILL DETAILS CITY OF FORT WORTH --CONSTRUCTION STANDARD FIGURE A I DATE:Z 9---02 CN r SECTION A - A (48' R.C.C.P. RISERS err. r . .AN SECT70N 8 -- B 4" COMBINA110N AIR AND VACUUM MATERIALS 10 24' TD S. MANHOLE COVER EQUAL TO McKINLEY I.W. NO. A24AM. WITH 'WATER" CAST IN LID. SHAPE MORTAR TO SLAG EDGE. i �3 GRADE ADJUSTMENT, 8" IN ST R.O.W. OR UNDER PVMT. TOP & BOTTOM SLABS, 40001 CONCRETE W/#6 ST. BARS SPACED 6' C/C EACH WAY. STEEL BAR COVER 2 1/2" + 1/2" FROM BOTTOM OF EACH SLAB. POLYURETHANE CUSHION PAD AS SUPPLIED BY TEXAS PLASTICS MATERIALS. SUPPLY CO. FT. WORTH, TEXAS, OR EQUAL. WATER MAIN WITH FLANGE ACCESS AS APPLICABLE. �7 4" COMBINATION AIR & VACUUM RELEASE VALVE W/ FLANGED OUTLET (AS SPECIFIED). I�8 4' DIA STAINLESS STEEL PIPE W/180' RETURN. 1 9� STAINLESS STEEL VENT SCREEN AND STAINLESS STEEL CLAMP. r 1 Q PIPE AIR RELEASE DISCHARGE TO 4' CAV VENT PIPE. 11 I 2' AIR RELEASE VALVE (AS SPECIFIED). 12 7' GATE VALVE do 1' ELL. �' 13 4" HANGED GATE VALVE W/ WHEEL GEAR. i I4 4" FLANGED OUTLET 15 CEMENT MORTAR 76 24' FLANGED OUTLET ONA AIR AND VACUUM RELEASE VALVE SHALL BE PRESSURE RATED FOR 300 PSI. Appendix Miscellaneous S e i #Y n #' y\ SECTION 02221 TRENC} L NG, BACKFILLING AND COMPACTION PART 1 GENERAL 1.01 SCOPE.OF WORK A. Furnish all labor, materials, equipment and incidentals required and perform all trenching for pipelines and appurtenances, including drainage, filling,,baclaling, disposal of surplus material and restoration of trench surfaces and. easements. B. Excavation shall extend to the width and depth shown on the Drawings or as specified herein and shall provide suitable room for installing pipe, structures and appurtenances. C. Furnish and place all sheeting, bracing and supports and shall remove from the excavation all materials, which the Engineer may deem unsuitable for backfiIl.iug. The bottom of the excavation shall be firm, dry and in all respects, acceptable. if conditions warrant, deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause Whatever. The length of open trench shall be relatedclosely to the rate of pipe laying. All excavation shall be made im open trenches. D. All excavation, trenching and related sheeting, bracing, etc., shall comply with the requirements Of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and the H.S. 1569 of the 71' Regular Legislative Session. E. Wherever the requirement for 95 percent compaction is referred to herein it shall mean "at least 9$ percent of maximum density as determined by ASTM D 1557, Method D". F. Prior to the start of work submit the proposed method of back iiling and cornpaction to the - Engineer for review. PART 2 PRODUCTS 2.01 MATERIALS A- CONCRETE EMBEDMENT,CAP,BL0CL0NG AND ENCASEMENT Where, concrete ainbedment, cap, blocking or encasement is indicated or requested by the Engineer, it shall be 2,000 psi unless otherwise indicated. B. Gg.ANULAR EMBEDMENT Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay and organic material_ Embedment material shall be a soil classification of GW, GP, SW or SP as determ ned by ASTM D2487. The embedment material shall be such that -when wet, the fine material shall not form mud or muck or be dispersive. The embedment 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 02221-1 _ not acceptable for granular embedment Material used for granular embediranent shall have a resistivity ofns than 5000 ohmslcm as measured by ASTM G57. Material used for granular embedment shall have an LA Abrasion percent of wear no greater than 35% as measured by ASTM C 131. 1_ GRANULAR. EMBEDMENT: This shah be cohesionless Material meeting one of the following gradation requirements and shall be unitized in place of D-24: Grad Amount Sieve Size . O enin s Passin Percent by Wei ht 1/2" 100 31g" 85 -100 No.4 10-30 No.8 0-10 No. 16 0-5 Sieve Size S . O enin s Amount PassingPercent b W 1" 90 - 100 .1/2" - 25 - 60 318" 10 - 45 No. 4 0 -10 No. 8 0-5 2. P1PE CLASs]FICATION a. For the purpose of this specification, "rigid pipe' shall be defned as the following. i All diameters Pre -stressed Concrete Pressure Pipe (AWWA C301j. ii. Twenty-four inch (24") and smaller diameters Bar Wrapped Concrete Cylinder Pipe (AWWA C303). iii. All diameters Ductile Iron Pipe (AWWA C151)- b. For the purpose of this specif.cation, "semi -rigid pipe" shall be defined as the following: i_ Twenty-seven inch. (2T') and larger diameters bar -Wrapped concrete Cylinder Pipe (AWWA C303). All diameters Steel Water Pipe (AWWA C200). PART 3 EXECMON 3.01 TRENCH EXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered. Pavement shall be out with a saw, wbeel or pneumatic chisel along straight lines before excavating. B, Strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, I topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal duality. 02221-2 G C. While excavating and backfillutg is in progress, traffic shall ba maintained, and all utilities and other property protected as provided in the General Conditions and General Requirements. D. Trenches small be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottoin of the excavations shall be, fain and dry and in all respects acceptable to the Engineer. Trench width shall be Practical. minimum. E. Excavation and dewatering shall be accomplished by methods, which preserve the undisturbed state of subgrade soils. The trench may be, excavated by machinery to, ar just behove the designated subgrade, provided that material remaining in the bottom of the trench is no more than Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory slightly disturbed as a result of inadequate excavation, dewatering or other construction methods shall be removed and replaced by screened gravel fill as required by the Engineer at the Cont"ractor*s expense. F. Clay and organic silt soils are particularly susceptible to disturbance due to construction operations. When exdavation is to'end in such soils, use a smooth -edge bucket to excavate the last 1-ft of depth. G. Where pipe is to be laid in screened gravel bedding, the trench may be excavated by machinery to the normal depth of the pipe provided that the material remaining in the bottom of the trench is no more than slightly disturbed. a Where pipe is to be. laid directly on the trench bottom, final excavation at the bottom of the trench a fiat bottom true to grade upon undisturbed material. shall be performed manually, Providing Bell holes shall be trade as required• 3.02 DISPOSAL OF MATERIALS A. Excavated maierW shall be stacked without excessive surcharge on the trench bank or obstruatiug free access to hydrants and gate valves. Inconvenience to traffic and abutters shall be avoided as mach as possible. Excavated material shall be segregated for use in backFtlling as specified below. $. It is expressly understood that no excavated material shall be removed from the site of the work or disposed o% except as directed by the Engineer. When removal of surplus materials has been approved by the Engineer, dispose of such surplus material in approved designated areas. C. Should conditions maize it impracticable or unsafe to stack material adjacent to the trench, the material shall be hauled and stored at a location designated by the Owner. When required, it shall be re -handled and used in backhlling the trench. 3.03 SHEETING AND BRACING place and maintain sheeting and bracing required by Federal, State or local safety A. Furnish, put in requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel, damage or delay the work or endanger adjacent structures. If the Bagirieer is ' of the opinion that at any point sufficient or proper supports have not been provided, he/she may order additional supports placed at the expense of the Contractor. Compliance with such order shah not relieve the Contractor from his/her responsibility for the sufficiency of such supports. 02221-3 Care shall be take11 to prevent voids outside of the sbeeting, but if voids are formed, they shall be immediately filled and rammed- $. Where sheeting and bracing is required to support the sides of trenches, engage a professional engineer, registered in the State of Texas, to design the sheeting and bracing. The sheeting and bracing ineWIDd shall be in conformity with the design and certification of this shall be provided by the professional engineer. C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the screened gravel ba-ckfitll. L. When installing rigid pipe, any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to instaIl the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box 2. When installing semi -rigid pipe trench boxes, moveable sheeting, shoring or plates shall not be. allowed to extend below mid -diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, screened gravel shall be placed to fill any voids created and the screened gravel and ba-cldill shall be recompacted to provide uniform side support for the pipe. D. perrnissiD-n will be given to use steel sheeting in lieu of Food sheeting for the entire job wherever the use of sh,:ethng is necessary. The cast for use of sheeting will be included in the bid items for pipe and shall, include full compensation for driving, bracing and later removal of sheeting. E- All sheeting and bracing shall be carefully removed in such manner as not to endanger the - consfructian of other structures, utilities, or property, whoiher public or private. All voids left after withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that propose, by watering or otherwise as directed. F. No payment will be given for sheeting, bracing, etc., during the progress of the work. No payment will be, given for sheeting, which has actually been left in the trench for the convenieace of the Contractor. G. Sheeting driven below mid, -diameter of any pipe shall remain in place from the driven elevation. to at least l-ft above the top of the pipe. 3.04 TEST PITS A. Excavation of test pits maybe be required for the purpose of locating underground utilities. or structures as an aid in establishing the precise location of new work. B. Test pits shall be backfilled as soon as the desired information has beeri obtained_ The. backElled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified. 02221-4 i t 3.05 EXCAVATION BELDW GRADE AND REFILL A_ Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B _ if the Contractor excavates below grade through error or for the Contractor's Dorn convenience, or through failure to properly dewater the trench, or disturbs the sabgrade before dewatering is sufficiently complete, he/she may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his/her own expense. G If the material at the level of trench bottom consists -of fine sand, sand and silt or soft earth which may work into the screened gravel notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6-in layer of coarse sand, or a mixture graded from coarse sand to the fine peastone, as approved by the Engineer, to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the Engineer prior to placement Gravel bacldlI shall thfm be placed in 6-in layers thoroughly compacted up to the normal grade of the pipe. D. GeotexdIe filter fabric may be substituted for filter layer if approved by the Engineer. Filter fabric shall be, Mimfi 140N; Supac equivalent, or equal. 3.06 BACIU L IKO ' A. As soon as practicable after the pipe has been laid and jointed, bacldillig shaIl begin and thereafter be prosecuted expeditiously. Bedding gravel, as specified for the type of pipe installed, shall be placed up to 1-ft over the pipe. B. Where the pipes are laid in the yard, the remainder of the trench shall be Mod with common fill material in layers not to exceed 3-ft and mounded 6-in above the existing grade or as directed Where a loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be, necessary to remove excess material during the clean-up process, so that the ground may be restored to its original Ievel and condition. C. Where the pipes am laid in paved areas, the remainder of th6 trench tip to a depth of 1-ft below the bottom of the specified permanent paving shall be backfiiled with common fill material in layers not to exceed 1-ft and thoroughly compacted. The subbase layer for paving shall be of bank -run gravel thoroughly compacted in 6. in Layers. D. To prevent longitudinal movement of the pipe, dumping backf ll material into the trench and then i spreading will not be permitted until selected material or screened gravel has been placed and { compacted to a level 1-ft over the pipe. E. Backfill shall be, brought up evenly on all sides. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment } or hand tamping, to 95 percent compaction. If rolling is employed, it shall be by use of a suitable } ` roller or tractor, being careful to compact the fill throughout the full width of the trench_ I- 02221-5 F. Compaction shall be by use of Band or pneumatic ramming with tools weighing at least 20 lbs. The, material being spread and compacted in layers not over 8-in loose thiclt. If necessary, sprinkling shall be employed in conjunction with rolling or rang. G. Subject to the approval of the Engineer, fragments of ledge and boulders smauar than 6-in may be used in trench backfill providing that the quantity in the opinion of the Engineer, is not excessive. Rock fragments shall not be placed until the pipe has at least 2-ft of earth cover. Small stones and rocks shall be placed in thin layers alternating with earth to ensure tliat all voids are. completely filled_ Fill shall not be dropped into the trench in a manner to endanger the pipe. H. Bituminous paving shall not be placed in backfdIing unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. I. Water jetting will not be accepted as a means of cousolidating/cornpacting backfill. J. All road surfaces shall be broomed and hose -cleaned immediately after bacicfilliag. Dust control measures shall be employed at all tines. 3.07 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved streets, ni shoulders, sidewalks, or in cross --country areas, thoroughly consolidate the backh.Il and shall maintain the surface as the work progresses. If settlement takes place, immediately deposit additional fill to restore the level of the ground- B. The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved road shall be restored to a condition at least equal to that existing before work began. C. In sections where the trench passes through grassed areas, and at the Contractor's own, expense, loam and seed the. surface to the satisfaction of the Owner/Ragineer. END OF SECTION. 02221-6 SECTION 02613 BURIED CONCRETE PRESSURE PIPE AND FITTINGS PART is GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, tools, equipment and incidentals necessary to install, ready for operation and test buried concrete pressure pipe and fittings, rubber gaskets, mortar for inside joints as shown on the Drawings and as specified herein. B. Concrete pressure pipe used on this project shall be Bar -wrapped concrete pressure pipe (AWWA C303). C. Where the word "pipe' is used, it shall refer to pipe, fittings, or appurtenances unless otherwise noted- D. Cathodic protection details and spacing requirements are shown on the drawings and Division. 15 of the specifications. 1.02.1 RELATED WORK The following items are included in the Fort Worth Water Department's Cycaeral Contract Documents and General Specifications, Special Conditions and Additional Special. Conditions. A. Trenching, backtlliri& compaction and granular fill materials. B. Sedimentation and Erosion Control. C. Testing of Pipelines. D. Defection of potable water facilities. E. Tren-ch Safety Requirements. F. jusb Ration by other than open cut. 1.03 SUBM[7,TAr S A. Preliminary Shop drawings shall be submitted -by the apparent low bidder within -14 calendar days of mbmission of bid. Except for areas designated for exploratory investigations to determine field location and depth of existing utilities. After the Contractor has determined the location and depth of the existing utilities, shop drawings can be prepared. B. Subunit seven. (7) shop drawings to the Engineer according to the Special Conditions of all details of reinforcement, concrete and joint dimensions for all pipe and fittings. Submit a tabulated laying schedule which references stationing and invert elevations as shown on the Drawings as well as all fittings, bevels, restrained joints, outlets, tees, bends, adapters, closures and specials, along with the maauf'acturues drawings and specifications indicating complete details of all iteras. The laying schedule shall•show pipe class, class coding, station'] imits and transition 02613-1 - stations for various pipe classes. TI-te above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes sliaIl conform to the locations indicated on the Drawings. Pipe shall not be supplied from i-aventory. B. Submit anticipated production and delivery schedule. C. Design Data l . Submit all design calculations and data in accordance with AWWA MD for C303 bar - wrapped concrete pressure pipe and AWWA C304 for bar -wrapped concrete pressure pipe. D. Test Reports 1. Shop test results as applicable per AWWA C301 or AWWA C303. 2. Field pressurelleakage tests. E. Cer:ia£icates 1. Prior to shipment of pipe, submit two (2) certified affidavits of compliance stating that the pipe for this Contract was manufactured, inspected and tested in accordance with the AWWA standards specified herein. 1.04 QUALIFICATIONS A. The materials specified here e intended to be standard types of bar -wrapped concrete pressure pipe for use in transporting potablew B. All bar -wrapped concrete pressure pipe and fiitiags shall be furnished by reputable manufaoturers V,,rth a minimum of ton years of experience in iiianufactriring concrete cylinder pipe 30 -in diameter and larger. The pipe and fittings shalt be manufactured and installed in accordance with industry standards and methods acid shall comply in all respects with requirem-ents of these specifications anal with the latest edition of all referenced standards and specifications. 1.05 REFERENCE STANDARDS A, The AWWA Standard and Design Standard far e Bar -Wrapped ConcretPressure Pipe, Steel Cylinder Type (AWWA C303, latest edition) :are made a part of these Specifications. Documents referenced in AWWA C3 01, Section. 1.3 formi a part of AWWA C3 01 to tho extent specified therein. B . Other standards applicable to the work specified herein are, but not lixnited to, the following: 1. AWWA C200 - Steel Water Pipe 6-in and Larger 2_ . AWWA C301 _ Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids 3. AWWA C600 - Installation of Ductile -Iron Dater Mains and Their Appurtenances 4. AWWA C651- Disinfection of Water Inains 5. AWWA M-9 - Concrete Pressure Pipe 6. AW-WA.M-11-Steel Pipe Guide for Design and Installation 02613-2 7. AWWA C304 - Design for Prestressed Concrete Cylinder Pipe &. AWWA- C303 -Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type C. American Association of State Highway and Transportation Officials (AASHTO) D. Where reference is made to one of the above standards, the revision is effect at the time of bid opening shall apply. 1.06 QUALITY ASSURANCE A. The bar -wrapped concrete pressure pipe and fittings mmufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of AWWA C303-95. The Owner reserves the right to provide, at Owner's expense, the services of an independent testing agency to V'testing of the pipe. The manufactures cooperation shall be required in these inspections. $. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall lie subj ect to rejection at any tine on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once at no additional cost to the Owner, unless otherwise approved by the Engineer. re 1.07 DELIVERY, STORAGE AND HANDLING A. Care shall be. takan in loadings transporting, and ualoadiag materials to prevent damage to the pipe and fittings. Under no circumstances shall the pipe be dropped or skidded against each other. Slangs, #looks, or pipe iongs shall be used in pipe handling. B. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings and other appurtenanous shalt. be kept free from dirt or foreign matter at all times. C. Pipe shall not be stacked higher than the limits recommended by its manufacturer. ;ThD bottom tier shall be kept off the ground on timbers, rails, or concrete. _ Stacking shall conform to the manufacturer's recomrnundations. ]�. Gaskets for rumliaaical and push -on joints to be stored shall be placed in a cool location out of direct sunlight. Gaskets shall not come in contact with petroleum products. Gaskets shall be used an a first in, first --out basis. 1.08 PATENTS: AND LICENSES all be responsible for all patents or licenses that exist on the equipment that may be A. The Contractor sh provided. B. The Contractor and equipment manufacturer shall assume all costs of patent fees or licenses for the equipment or process: and shall safeguard and save harmless the City/Engineer from all damages, judgments, claims and expenses arising from license fees; or claimed infringement of any letters, patent or patent rights, or fees for the use of any equipment or process structural feature or 0261.3-3 arrangement of any of the component parts of the installation; and the price bid shall be deemed to include payment of all such patent fees, licenses or other costs pertaining thereto. 1.09 WARRANTY A. Provide a two (2) year warranty as stipulated in the contract documents. PART 2: PRODUCTS 2.01 MATERIALS Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of AWWA C303 for bar -wrapped concrete pressure pipe for Water and Other Liquids. Care and coating thiclmess for pipe shall be as specified in AW-VA C3 03. Concrete cylinder pipe shall be the size shown on the drawings. A. The following shall be clearly"h&ked on the interior surface of each special and each length of pipe: a. The design pressure, mwdinum backfill height or treneh depth and date manufactured. b. The sequence or intended location of the pipe. c. Beveled pipe shall be marked with the amount of bevel and the point of maximum bevel shall be. marked at the end of the spigot. B. Pipe shall be designed in accordance with the AWWA M9 for C303 Bar Wrapped Concrete Pressure Pipe and AWWA C304-99 Design Standard, using the following design conditions; these conditions shall also be used in designing Ettirags that include a reinforced concrete exterior coating of the steel cylinder: a. External Loading 1) Tlie earffiload shall be taken as the greater of the following -- (a) Depth from existing ground ieyel to top of pipe as shown on plans, or (b) A minimum depth of six feet. 2) Earthloads (dea.dloads) shall be computed as outlined by flee "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook", American Concrete Pipe Association, latest editions. Trench width is assumed to be that giving the maximum load on - lie pipe (transition width) for the following parameters: (a) Soil Weight =130 pounds per cubic foot (b) KuN = 0.130 3) Live loads shall be calculated as: (a) Pipe in streets: AASHTO H-20 for two trucks passing i (b) Pipe within railroad right-of-way: Coopers B-80. (c) Both. H 20 and E-80 loads shall be computed in accordance with the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook". 02613-4 b. Ditomal Pressure Pipe design shall be in accordance with AWWA M 9, for the design pressure of 200psi working pressure, 300 "psi for surge and test pressures described in Section 3.03 Testing. C. Fittings Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in paragraph 2.0I.B.a.1 of this Section. In addition, under the internal loading conditions described in Section 2.01.B.b:2 of this specification, the thickness shall, be determined in accordance with Chapter S of AWWA Manual M9. 2. Fabrication of the fittings shall be as per the applicable standard and AWWA Manual M9. 3. Interior and exterior concretelmortar coating shall be as per AWWA C205 standard. D. The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell end of the pipe barrel. pipe shall not be shipped until the compressive strength of the concrete is a mhiimium of 4,500 psi, or 7 days after manufacture, and/or repair, whichever is the longer. unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits, blisters, rough spots, minor brealage, and Other imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufactnrer fiat strong and permanent repairs result. Repairs shall be, earefolly inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4500 psi at the end of 28 days, when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized far repairs subject to the approval of the Engineer. Major breakage or spallimg from interior of pipe shall be reason for the rejection of pipe. Pipe may be, repaired under unloaded conditions (removal of prestressing wire). New prestressing wire may be applied when the compressive strength as determined by cylinder testing equals or exceeds the strength required for prestressing as stated in AWWA C301. E. Cement shall be Type I or H and shall be in accordance with ASTM C150. F. The -pipe core shall be manufactured by the centrifi gal or vertically cast process. G. Mortar coatings shall consist of one part cement to a maximum of 2--1/2 parts fine aggregate, by weight. Rebound, not to exceed one fourth of the total mix weight may be used, provided the rebound is treated as fine aggregate. H, Bell and spigot joint rings shall be steel, self -centering type, and otherwise as specified in AWWA C301.. L The, rubber gaskets shall be. in accordance with AWWA C301. J. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Concrete Products, Inc. Wall ftdngs shall be supplied with adequate bracing to keep them round and true during transportation and construction. K Restrained joints shall be the field welded, clamp type or snap ring type as manufactured by Hanson Concrete Products, Inc., or approved equal. 02513-5 L. Radii for curved sections may be produced by joint deflection up to 75percent of that recommended by the manufacturer. Deflections required which are in excess of those recommendations shall be produced by beveling one or both ends of the pipe. M. Bends-slxaIl be fabricated to the degree of curvature required. PART 3: EXECUTION 3,01 GENERAL A Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes, fittings, or coatings. Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid shall conform to the lines and grades shown on the Drawings. B. All pipe and finings shall be subjected to a careful inspection and mortar coating disbonding and soundness test by tapping with a hammer prior to installation- C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional cost to the Owner- D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured. For prestressed concrete cylinder pipe, pipe -found to have longitudinal cracks from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions. Arrange for the manufacturer to supervise tfie installation of at least the first three standard joints and the first restrained joint 3.02 INSTALLING CONCRETE PRESSURE PIPE A. Concrete pressure pipe and fitiags shall be installed in accordance with requirements of AWWA M9, Concrete Pressure Pipe, except as otherwise provided here -in. A firm, even bearing throughout the length of the -pipe shall be provided by providing bedding rnaterral as specified in the contract documents. BLOCKING WILL NOT BE PERIV=D. B. All concrete pressure pipe shall have a minimum of five feet of cover. Pipe shaIl be laid such that the invert elevations shown on the Drawings are not exceeded. C. The pipe interior shall be maintained dry and broom clean throughout the construction period- D. Gasket, gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished' by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be harmless to the Jubber gasket. Pipe shall be laid with bell ends looking upstream. As soon as the tongue is centered in the groove of the previously laid pipe, it shall be forced home with approved automatic equipment. After the gasket is compressed, verify the position of the gasket with a feeler gage provided by the pipe manufacturer. E. Place a cloth diaper approved -by the pips manufacturer around each exterior joint recess and -_.. fasten it in place with either wire or steel strapping stitched into its edges. Mix a 1:2 mortar grout of sufficient liquid consistency to flour easily and pour it into the joint recess beneath the cloth band. To assist the flow and to assure complete filling of the entire recess completely around the 02613-6 4 pipe, rod the joint recess with a stiff -Wire curved to the radius of the pipe_ Close the joint recess at the top with a stiffer mix of the same mortar. 1 pack intezior joints of pipe 30-in in diameter and larger with mortar after backflling is completed. F. Mortar grout shall be employed, consisting of one part by volume of Portland cement, 1-112 parts byvalume of well graded coarse concrete sand meeting the requirements of ASTM C33 and sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry, crumbly consistency and shall be pushed into place and troweled to make a smooth joint. All pipe e shall be sound and clean before laying. When layrrtg is not in progress, including Cr. f lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. i Good aliguntent shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recommended by the manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided at no additional cost to the Owner, if required, in crossing utilities or other ' obstructions, which may be ence3untered upon opening the trench. H. Have on hand a su#ficient.supply of assorted short pipe lengths, adaptors, and any other fittings necessary to prevent delays in pipe laying. L Concrete thrust blocks shall not be used on this project except as specifically directed by the Owner or Engineer. Where concrete thrust blocks are required by Owner or Engineer, minimum bearing area shall be as shown on. the Drawings or as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing, concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any 7 1 joint. • WDDden side forms or sand bags shall be provided for thi ist blocks. J. provide joint restraint per AWWA Manual M9 -guidelines, using friction coefficient —D.25, at all conditions and locations as directly by the Owner or shown. on the Drawings. Except where shown otherwise on the Drawings, provide mechanical joint restraint as specified. Concrete thrust blocks shall not be used except where specifically directed by Owner or Engineer. 3.03 TESTNG A- Hydrostatic and Leakage Tests 1, Furnish all necessary equipment and labor for conducting a pressure test on the pipelines. The procedures and method for conducting the pressure feasts shall be approved by the Engineer. 2. Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required in conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any other equipment required in conjunction with conducting the tests. H drostatic pressure and leakage tests shall conform to A'WWA M 9 and Contract Documents. 3. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the design pressure (presented above) at the lowest point of the section being tested and this pressure maintained for at leas# one hour. The amount of leakage that will be permitted shall be in accordance with AWViTA C600. 4_ Lines, which fail to meet the requirements of the test, shall be repaired and retested as necessary until test requirements are inet Defective materials, pipes, valves, and accessories shall be removed and replaced. k 5. The Owner will supply at no cost to the Contractor a ;maximum quantity of water for testing purposes equal to 110 percent of the volume of the pipeline. The Contractor shall furnish and 02613-7 t i install the necessary connections, which may be required to transport the water to the pipe being tested. Additional water required will be provided at the Owner's standard rates for the volume required. 3.04 GLEAMING A. At the conclusion of the work, thoroughly clean all of the new pipelines by flushing with water or other means to remove all Flirt, stones, and pieces of wood or other material, which may have entered during the construction period- Debris cleaned from the lines shall be removed froze the lowest manhole. lfi after dais cleaning, obstructions remain, they shall be removed. B. A$er the pipelines are cleansed and lithe ground -water level is above the pipe, on following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced. 3.05 DISINFECTION A Before being placed into service, pipelines, which will convey potable water, shall be disinfected in accordance with Contract Documents and AWWA C-651. END OF SECTION 02613-8 02626 STEEL_ PIPE 1(7)1.00 GENERAL ,t 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and polyurethane coated steel pipe or cement mortar lined and mortar coated steel pipe, fittings, and specials as specified and as required for the proper installation and function of the pipe. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS 1. Pipe shall be the product of one manufacturer which has had not less than five (5) years successful experience manufacturing pipe of the particular type and size indicated, or which has demonstrated an experience record that is satisfactory to the Engineer and Owner. The acceptability of this experience record will be thoroughly investigated by the Engineer, and will be sole discretion of the Engineer and Owner. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location unless otherwise approved by the Engineer. 2. The lining shall be shop applied spun cement mortar lining. The manufacturer shall be certified under S.P.F.A. quality certification program for steel pipe and accessory manufacturing or certified under ISO-9000_ B. OWNER TESTING AND INSPECTION f 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer- C. FACTORY TESTING The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. 1. CEMENT MORTAR LINING Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. 2. POLYURETHANE COATING a. General: The polyurethane coating shall be tested in accordance with AWWA C210. b. Thickness: The thickness of the coating shall be tested in accordance with SSPC PA2. The coating system applied to the pipe shall be tested for holidays according to the procedures outlined in j NACE RPO188 using a wet sponge holiday tester or a high voltage spark tester (operating at } 100 volts per mil), for the dry film thickness specified of 35 mil. c. Adhesion Testing: 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. Steel Pipe 02626-1 2) Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this section. 3) Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. 4) Dollies or adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Partial substrate and glue failure will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial adhesion will be rejected as a substrate adhesion failure. 7) Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. 8) Adhesion tests will be conducted on polyurethane pipe coating and lining independently (where applicable) and will be accepted or rejected independently of the other. 9) Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. 3. HYDROSTATIC PRESSURE TESTING a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be made by applying air to the welds under 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. 4. CHARPY V-NOTCH TEST Each heat of steel shall be tested to verify minimum impact values of 25 ft-lb at 30 ` F. 5. MILL CERTIFICATION The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C-200, for all pipe, fittings, and specials. 6. ABSORPTION TEST FOR MORTAR COATING Absorption test: A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. 7. STRENGTH TEST FOR MORTAR COATING Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One inch (1 ") cubes shall be tested in accordance with ASTM C-109. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall be not less than 5,500 psi in 28 days. D. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION Steel Pipe 02626-2 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe !� jointing_ The technician shall assist and advise the Contractor in his pipe laying operations and 1 shall instruct construction personnel in proper joint assembly and joint inspection procedures. The i technician is not required to be on -site full time; however, the technician shall be on -site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 2. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 1 week at beginning of actual pipe laying operations to advise Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink installation procedures and general construction methods and how they may affect pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with contract specifications at no additional cost to the Owner. Cost for the Manufacturer's Representatives to return to the site shall be at no additional cost to the Owner. 1.03 SUBMITTALS A. Submittals shall include: 1. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the Engineer. I Drawings shall include a schematic location -profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan -profile sheets. Drawings shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also 4 include full details of reinforcement, and dimensions for pipe and fittings_ Details for the design and fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, drawings shall include proposed welding requirements and provisions for thermal stress control. 2. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C-200, AWWA C-205, AWWA C-210, AWWA C-222, and these specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical information. e. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this specification. f. Certified test reports for welder certification for factory and field welds. g. Certified test reports for cement mortar tests. h. Certified test reports for steel cylinder tests and cement mortar tests. 1.04 STANDARDS Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: ANSINSF Standard 61 AWWA C-200 "Steel Water Pipe 6 Inches and Larger' AWWA C-205 "Cement -Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger - Shop -Applied" AWWA C-206 "Field Welding of Steel Water Pipe" AWWA C-207 "Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 Inches" AWWA C-208 "Dimensions for Steel Water Pipe Fittings" Steel Pipe 02626-3 AWWA C-210 "Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AWWA C-216 "Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines" AWWA C-222 "Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings" AWWA C-602 "Cement -Mortar Lining of Water Pipelines - 4 In. and Larger - In -Place" AWWA MI Manual: "Steel Pipe - A Guide for Design and Installation" ASTM C-33 "Specifications for Concrete Aggregates" ASTM C-35 "Specifications for Inorganic Aggregates for Use in Gypsum Plaster" ASTM C-150 "Specifications for Portland Cement" ASTM E-165 "Practice for Liquid Penetrant Inspection Method" SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near -White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA Steel Structures Painting Council - A Guide to Safety /Guide 3 in Paint Application SSPC-PS Steel Structures Painting Council - A Guide for /Guide 17 Selecting Urethane Painting Systems ASTM D16 "Paint, Varnish, Lacquer, and Related Products" ASTM 522 "Mandrel Bend Test of Attached Organic Coatings" 1.05 DELIVERY AND STORAGE A. PACKING 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be installed. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe shall be rotated so that one stall remains vertical during storage, shipment and installation. Stulls shall not be removed until pipe is laid and set to grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. i B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. C_ POINT OF DELIVERY Steel Pipe 02626-4 It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded } truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points t along the route, and brought to the trench side by approved methods; however, the Contractor { shall be responsible that pipe is undamaged at the time of laying. 2.00 PRODUCTS 2.01 MATERIALS A. EXTERIOR POLYURETHANE COATING Polyurethane Coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM D16, Type V system which is a 2-package polyisocyanate, polyol-cured urethane coating. The components are mixed in 1:1 ratio at time of application. The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The plant -applied coating shall be a self priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion and shall be CORROPIPE 11 OMNI as manufactured by Madison Chemical Industries Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of five (5) years experience in the production of this type coating. The cured coating shall have the following properties: 1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent. 2. Temperature Resistance: Minus 40 degrees F and plus 150 degrees F. 3. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. 4. Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F. ! 5. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Poiyol resin, 1.15. 6. Minimum Impact Resistance: -80 inch -pounds using 1-inch diameter steel ball. 7. Minimum Tensile Strength: 2000 psi. 8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F. 9. Flexibility Resistance: ASTM D622 using 1-inch mandrel. Allow coating to cure for 7 days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. 10. Dry Film Thickness: 35 mils B. EXTERIOR POLYURETHANE COATING FOR SPECIALS, FITTINGS, REPAIR AND CONNECTIONS The shop -applied and field -applied coating shall be CORROPIPE-11 OMNI, and GP 1l (E) Touch -Up, respectively, as manufactured by Madison Chemical Industries or approved equal. The shop -applied and field -applied coating shall have the properties specified in paragraph 2.01A. Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. C_ CEMENT MORTAR LININGS Cement mortar linings shall be shop -applied for pipe sizes 96-inch and smaller. Shop -applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica sand ASTM C33. Curing of the linings shall conform to the requirements of AWWA C-205. D. CEMENT MORTAR COATING The outside mortar coating shall be shop applied, and shall be in accordance with AWWA C205. Pipe to be laid in casing shall have two built-up rings of mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe bell to prevent pipe being supported by the bell. Rings shall have a minimum thickness of 2". Rings shall be at the quarter points of the pipe section. An additional 1" of mortar coating shall be applied to bell sections of carrier pipe to be placed inside separate casing. Mortar coating reinforcing shall be electrically continuous with the steel cylinder. � E. FLANGE NUTS AND BOLTS All nuts and bolts shall be stainless steel. Use an anti -seize compound during installation_ F. STEEL Steel Pipe 02626-5 Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic grain size. G. BEND FITTINGS All bend fittings shall be long radius to permit easy passage of pipeline pigs. H. THREADED OUTLETS Where outlets or taps are threaded, furnish and install brass bushings for the outlet size indicated. 1. OUTLETS FOR WELD LEADS The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be approved by the Engineer. 2.02 MIXES A. MORTAR FOR INTERIOR JOINTS Mortar shall be one part cement to two parts sand. Cement shall be ASTM C-150, Type I. Sand shall be of sharp silica base. Sand shall be plaster sand meeting ASTM C-35. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. MORTAR FOR PIPE PATCHING FOR SHOP -APPLIED CEMENT MORTAR LINING Mortar for patching shall be as per interior joints. C. BONDING AGENT Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. 2.03 MANUFACTURED PRODUCTS 1. PIPE DESIGN a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C-200, AWWA Manual M-11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA Manual M-11; using the following parameters: 1) Unit Weight of Fill (W) = 130pcf 2) Live Load = AASHTO HS 20 3) Live Load = Coopers E80 at Railroads 4) Trench Depth = As indicated 5) Deflection Lag Factor _ (D,) = 1.1 6) Coefficient K = 0.10 7) Maximum Calculated Deflection - Dx = 2% (Polyurethane Coated Steel Pipe) 8) Maximum Calculated Deflection - Dx = 1 % (Mortar Coated Steel Pipe) 9) Soil Reaction Modulus - (E') = 1,500 (Typical Trench Section) b. The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA Manual M-11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner ! where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. Steel Pipe 02626-6 2. PROVISIONS FOR THRUST t a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient �.� distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. j Restrained joints shall consist of welded joints. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA Manual M-11 and the following: 1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 110 pcf (maximum value to be used). 3) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe) - Coefficient of Friction = 0.30 (maximum value to be used for mortar coated steel pipe). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe and 0.25 for mortar coated steel pipe_ 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: For A less than 60' L=PAsin (a(2) f(We +Wp+Ww) I L." For Agreater than 60" L=PA0—cos h) f(We +Wp+Ww) L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. A = Deflection angle We = Weight of earth Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 3. INSIDE DIAMETER The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the drawings. I 4. WALL THICKNESS The minimum pipe wall steel thickness shall be 0.20" or pipe O.D./230, whichever is greater for pipe t and fittings, with no minus tolerance. Minimum yield strength of steel shall be 36 ksi. Where indicated on the plans, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the minimum yield strength of the steel, nor the following, at the specified working pressure. Maximum Stress at Pipe Type Working Pressure { Polyurethane Coated Steel 23,000 psi Mortar Coated Steel 18,000 psi I Steel pipe 02626-7 Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25" or pipe O.D./144, whichever is greater. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50% of the steel yield strength at the thrust design pressure (1.5 times working pressure). 5. SEAMS Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6' except in specials and fittings. 6. JOINT LENGTH Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. B. JOINT WRAPPERS FOR MORTAR COATED STEEL PIPE Joint wrappers shall be similar to those manufactured by Mar -Mac Manufacturing Company. C. HEAT SHRINK SLEEVES FOR POLYURETHANE COATED STEEL PIPE Heat shrink sleeves shall meet AWWA C216, as manufactured by Canusa, Rachem or approved equal. D. JOINT BONDS, INSULATED CONNECTIONS, AND FLANGE GASKETS Joints are to be bonded to provide electrical continuity along the pipeline. Use two clips per joint where rubber gasket joints are used. No clips are required where joints are welded for thrust restraint. E. BEND FITTINGS -� All bend fittings shall be long radius to permit passage of pipeline pigs. -j F. PIPE ENDS Pipe ends shall be either rolled spigot rubber gasket joint, carnegle-shape rubber gasket, lap welded slip joints, butt strap joint, flanged joint, or flexible coupled joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1. RUBBER GASKET AND JOINT Joints shall conform to AWWA C-200 standard. The joints shall consist of a flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. The spigot end shall be a rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 on page 112 of the AWWA Manual M11, 4th edition. The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. The difference in diameter between the I.D. of the bell and the O.D. of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00" to .04" as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for the specified pressure and a deflected joint with a pull of 3/4". Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 2%. 2. LAP WELDED SLIP JOINT a. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1 /8" at any point around the periphery. b. In addition to the provisions for a minimum lap of 1-1/2" as specified in AWWA C-200, the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and i the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c. Lap welded slip joints shall be welded from the inside for pipe diameters 42" and larger. Lap welded slip joints may be welded on the inside or outside for pipe diameters smaller than 42". Steel Pipe 02626-8 3. FOR FITTINGS WITH FLANGES Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted i with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C-207 and AWWA C-206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which t are to be attached. 4. FLEXIBLE COUPLINGS Flexible couplings shall be provided where specified. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C-200. In addition, the welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least one (1) direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA Manual M-11. 5, BUTT STRAP CLOSURE JOINTS Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C-206 and applicable provisions of this specification. G. FACTORY -APPLIED EXTERIOR POLYURETHANE COATINGS 1. Applicator Qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi -part coatings. b_ Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Surface Preparation a. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning. b. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. c. In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees, preheat pipe to a temperature between 45 and 90 degrees and 5 degrees above dew point. d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as specified. Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp angular surface profile of the minimum depth specified. f. Protect prepared pipe from humidity, moisture, and rain. Keep pipe clean, dry, and free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting prior to primer application. g. Priming and coating of pipe shall be completed in a continuous operation the same day as surface preparation. h. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10; to a near -white metal blast cleaning with a 3.0 MIL angular profile in bare steel. 3. Equipment: Two -component, 1:1 mix ratio, heated airless spray unit. 4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of the surface shall not be less than 60 degrees F during application. 5. Humidity: Heating of pipe surfaces may be required to meet requirements of 2.01A if relative humidity exceeds 80 percent. 6. Resin. Do not thin or mix resins; use as received. Store resins at a temperature above 55 degrees F at all times. Steel Pipe 02626-9 7. Application: Applicator shall be approved by the coating manufacturer and conform to coating manufacturer's recommendations. Apply directly to pipe to achieve a total (DFT) dry film thickness of 35 mils. Multiple -pass, one coat application process is permitted provided maximum allowable J recoat time specified by coating manufacturer is not exceeded. The main line pipe shall have a cutback at time of application so that there is approximately 3-inches of bare steel on either side of the location of the future weld. The cutback area shall be sandblasted in the shop to facilitate easier field surface preparation. The exterior bare steel area of the pipe shall be adequately protected during pipe handling and shipment. 8. Recoating: Recoat only when coating has cured less than maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. Blow -off cleaning using clean, dry, high pressure compressed air. 9. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA Manual M-11. Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the ditch it is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of the plans and specifications govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Place and consolidate embedment and backfill prior to removing pipe stalls. Use immersion vibration or other approved method to consolidate embedment material. Maximum allowable pipe deflection is limited to 1% for mortar coated steel pipe and 2% for polyurethane coated steel pipe. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not fay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. B. PIPE HANDLING Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. LINE UP AND BENDS 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. PIPE LAYING — RUBBER GASKET JOINTS Join rubber gasket joints in accordance with the Manufacturer's recommendations. Clean bell and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for 1" gap for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed the manufacturer's recommendation. Check gasket with feeler gauge all around the pipe. In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or approved equal. Steel Pipe 02626-10 E. PIPE LAYING - WELDED JOINTS R� 1. Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Contractor shall provide adequate ventilation for welders and for Owner's representative to observe ` welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding shall be completed after application of field applied joint coating. I 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3. After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4. Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 5. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6. In all hand welding, the metal shall be deposited in successive layers_ For hand welds, not more than 118" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10_ Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. 11. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test shall be performed by the Contractor under the supervision and inspection of the Owner's Representative or an independent testing laboratory, on all full welded joints. Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 13. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical tesfing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. F. INSIDE JOINT GROUTING FOR PIPE WITH PLANT -APPLIED MORTAR LINING Upon completion of backfiiling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, 1 level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior { to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar 1 from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. Steel Pipe 02626-11 G. EXTERIOR GASKET JOINT PROTECTION FOR POLYURETHANE COATED STEEL PIPE - 1. GENERAL 1 Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3-inches. Overlapping of two or more heat shrink -sleeves to achieve the necessary width will not be permitted. 2. HEAT SHRINK SLEEVES a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type joints. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85-mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50-percent recovery. Sleeve length shall provide a minimum of 3-inches overlap onto intact pipe coating on each side of the joint. Width to take into consideration shrinkage of the sleeve due to installation and joint profile. d. Manufacturers: Canusa, or approved equal. 3. INSTALLATION a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC- SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6-inches onto the existing coating. b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. c. Complete joint bonding of pipe joints before application of joint coating. d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be -- filled with mastic sealant. e. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60" F and 100 ° 1= as recommended by the sleeve manufacturer. f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. g. Preheat pipe uniformly to 140"F to 160' F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. i. Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto the existing pipe coating. j. Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. I. Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. Steel Pipe 02626-12 H. PROTECTIVE WELDED JOINTS COATING SYSTEM FOR POLYURETHANE COATED STEEL PIPE 1. GENERAL ? a. Application of protective coating at the pipe joints will be as follows: apply a three layer joint coating system consisting of a factory applied 35 mil polyurethane coating, a field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding, and a field applied 110 mil (full recovered thickness) by 18-inch wide CAN USA AquaWrap high shrink heat shrinkable joint sleeve. After the heat shrinkable joint sleeve is installed, the Contractor my backfill the trench, and then weld the joint. ! b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the three layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or Owner to visually inspect and test the joint after welding. Any damage must be repaired. If the Contractor's welding procedure damages the three layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. JOINT COATING (3 LAYER) a. Apply three Layer Joint Coating System Before Welding the Joint b. Pipe Manufacturing and Heat Tape j A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. The Contractor shall field apply 60 mil thick by 6-inich wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign _- contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping i` the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6-inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60' F and 100 ° F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 ° F to 160' F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60" F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve l in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto the existing pipe coating. 10) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. f Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on the pipe surface_ Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. Monitor sleeve for color change, where t appropriate, or with appropriate temperature gauges. -� 11) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not Steel Pipe 02626-13 meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. 12) Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide r shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. d. Inspection, Testing, and Repairs Holiday testing shall be performed using a wet sponge holiday tester at each joint after field application of heat shrinkable joint sleeve. If any holidays or cuts are detected, the sleeve shall be repaired using CANUSA Repair Patch Kit (CRPK) or approved equal. The damaged area shall be covered with a minimum of 50 mm overlap around the damaged area. I. PROTECTION OF BURIED METAL Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape and encased in flowable fill. J. REPAIR AND FIELD TOUCHUP OF POLYURETHANE COATING 1. Apply Madison GP 11 (E) Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. 2. Repair Procedure - Holidays: a. Remove all traces of oil, grease, dust, dirt, etc. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. d. Retest for Holiday. 3. Repair Procedure - Field Cuts or Large Damage: a. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane ') coating. b. Remove all traces of oil, grease, dust, dirt, etc. c. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. d. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing. feather edges of repair material into prepared surface. Cover at least 1 inch of roughed area surrounding damage, or adjacent to field cut. e. Test repairs for Holidays. K. EXTERIOR JOINT PROTECTION FOR MORTAR COATED STEEL PIPE Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until mortar has set-up. L. PATCH OF MORTAR COATING 1. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than O.005" (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 2. Remove, replace or reject any disbanded coating. Apply bonding agent to patch area. Excessive `�-- field -patching of coating shall not be permitted. Patching will not be allowed where area to be repaired exceeds 100 square inches or has dimensions grater than 12". In general, there shall not be more than one patch on either the lining or coating on any one joint of pipe. A patch larger than 100 square inches or 12" in greatest dimension shall not be accepted. Adequately cure patches. Steel Pipe 02626_14 M. PATCH OF LINING (PLANT OR FIELD) 1. Repair cracks larger than 1116". Pipes with disbonded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12". In general, there shall be not more than one (1) patch in the lining of any joint of pipe. 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated_ Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the Engineer. N. QUALITY CONTROL OF FIELD APPLIED POLYURETHANE COATING 1. SURFACE PREPARATION Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. Use Testex tape on at least 1 joint/day to ensure that adequate profile is being achieved. 2. VISUAL Visually inspect cured coating to ensure that the coating is completely cured with no blisters, "sticky" or "gooey" areas. Also check to ensure that the coating completely covers the steel and existing coating. 3. THICKNESS Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA2. i 4. ADHESION Perform the following procedure on a minimum of 1 joint per day: a. Select area to test that has cured for at least 1 hour for fast setting coatings. b. Make small "X" cut through the coating down to the steel with a sharp knife. c. Each arm of the "X" should be approximately 1" long. d. With the point of the knife, attempt to remove the coating at the center of the "X" by sliding/poking the knife point under the coating. e. Reject if coating is removed easily in large sections (>2 inz)_ Note that some qualitative judgment is necessary and that the longer the coating has cured, the greater the adhesion. r f. Repair area with GP II (E) Touchup (or similar material) 5. HOLIDAY TESTING Holiday testing shall be performed using a wet sponge holiday tester at each joint no sooner than one hour after field application of polyurethane coating. 6. INSPECTION AT WELDED JOINTS When applying the three layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or Owner to visually inspect and test the joint after welding. Any damage must be repaired. If the Contractor's welding procedure damages the three layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 3.02 HYDROSTATIC TEST A. Perform a hydrostatic test in accordance per City of Fort Worth Standards. 3.03 DISINFECTION A. Disinfect the piping system as specified per TCEQ and City of Fort Worth requirements. END OF SECTION Steel Pipe 02626-15 r r� E1.-7 - Ductile Iron Fittings E1-7.1 General: This material standard covers the furnishing of ductile iron compact fittings, 3 inches through 64 inches and ductile iron full body fittings, 3 inches through 48 inches, for use in water and wastewater projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-7 of these General Contract Documents. Except as specified herein, the fittings shall be fabricated in accordance with the latest revisions of the following standards: A. ANSI/AWWA C104/A2-1.4, "Cement -Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSI/AWWA C105/A21.5, "Polyethylene Encasement for Ductile -Iron Pipe Systems" C. ANSFAWWA Cl 10/A21.10, "Ductile -Iron and Gray -Iron Fittings, 3 inch through 48 inch" D. ANSI/AWWA C111/A21.11, "Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings" E. ANSI/AWWA C115/A21.15, "Flanged Ductile -Iron. Pipe with Ductile - Iron or Gray -Iron Threaded Flanges" F. ANSI/AWWA Ci 16/A21.16, "Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings for Water Supply Service" G. ANSI/AWWA C153/A21.53, "Ductile -Iron Compact Fittings For Water S ervice" H_ ANSUNSF 61, "Drinking Water System Components — Health Effects" E1-7.2 Design Requirements A. Joints: Fittings shall have flanged, mechanical, restrained, push -on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: B. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Fort Worth Water Department El-7(l) Ductile Iron Fittings Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size in Pressure Rating (PSI) 3" — 24" 350 PSI 30" — 48" 54" — 64" 250 PSI 150 PSI Ductile -Iron Full Body Fittings (AWWA C1IO/A21.10) Nominal Size in Pressure Rating S 3" — 24" 350 PSI 30" — 48" 250 PSI C. Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section E1-7.1 of this Specification. D. Flange: Unless specified otherwise, the bolt circle and the bolt -holes shall match those of ANSI 1316.1 Class 125. All screwed -on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. E_ Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536_ Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee -head bolts conforming to ANSI/AWWA C153/A21.53. F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -alloy steel in accordance with ANSFAWWA C11 l/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts"_ For mechanical joints, the bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin_ Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be XylanO, as manufactured by - Whitford Corporation, or approved. equal. Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance- G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push -on joints; all in sufficient quantity for -assembly of each joint_ H. Outside Coating: All ductile fittings shall have.an asphaltic or fusion bonded epoxy coating. Asphaltic coatings shall be a minimum of I mil thickness, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C 116/A21.16, shall Fort Worth Water Department El -7(2) Ductile Iron Fittings have a minimum dry film thickness of 4 mils, and be certified in r accordance with ANSUNSF 61. , I. Interior Lining: All ductile iron fittings are to be furnished with a cement - mortar lining of standard thickness as defined in referenced ANSI/AWWA C104/A21.4 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply with ANSI/AWWA CI 16/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. J. Pal eth lene Encasement: All ductile iron fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried fittings shall be 8 mil linear love density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. Polyethylene film must be marked as follows: 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSI/AWWA CI05/A21.5 4. Minimum film thickness and material type 5. Applicable range ofnominal diameter size(s). 6- Warning -- Corrosion Protection — Repair Any Damage K. Marking: Fitting marking shall meet the requirements ofANSI/AWWA C110%A21.10 or ANSUAWWA C153/A21.53 shall have distinctively cast on them the following information: 1. C-153 or C-110, depending on which type of fitting provided. 2. Pressure Rating 3. Nominal diameter of openings 4. Manufacturer's identification 5. Country where cast 6. Number of degrees or fraction of the circle on all bends 7. Letters "DP' or "DUCTILE" cast on them. El -7.3 Tests and Reports The Contractor shall, upon request by City, furbish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. Fort Worth Water Department EI-7(3) Ductile Iron Fittings I El-32 PRESSURE CLASS DUCTILE IRON PIPE El-32.1 Scope of Work A. General: This specification covers 3" through 64" ductile iron pipe, centrifugally cast, for water, wastewater, or other liquid application, with flanged, push -on, restrained, or mechanical joints. All pipe furnished shall be in conformance with ANSFAWWA C151/A21.51, latest revision thereof: B. Related Requirements: Ductile iron pipe shall meet the requirements of E1-7 "Ductile Iron Fittings", E1-13 "Polyethylene Wrapping, E2-6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iron Pipe Fittings". Ei-32.2 Standards Except as specified herein, ductile iron pipe shall be in accordance with the latest revisions of the following Standards: A. ANSFAWWA C104/A21.4, "Cement -Mortar Lining for Ductile Iron Pipe and Fittings for Water' B. ANSFAWWA C105/A21.5, "Polyethylene Encasement for Ductile -Iron Pipe Systems" C. ANSI/AWWA C110/A21.10, "Ductile -Iron and Gray -Iron Fittings, 3 inch through 48 inch" D. ANSFAWWA CI I I/A21.1 I, "Rubber -Gasket Joints for Ductile -Iron. Pressure Pipe and Fittings" E. ANSFAWWA C115/A21.15, "Flanged Ductile -Iron Pipe with Ductile - Iron or Gray -Iron Threaded Flanges" F. ANSFAWWA C116/A21.16, "Protective Fusion -Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile -Iron and Gray -Iron Fittings for Water Supply Service" G. ANSI/AWWA C150/A21.50, "Thickness Design of Ductile Iran Pipe" H. ANSFAWWA C151/A21.51, "Ductile -Iron Pipe, Centrifugally Cast, for Water' I. ANSFAWWA C153/A21.53, "Ductile -Iron Compact Fittings For Water Service" Fort Worth Water Department E-1-32(l) Pressure Class Ductile iron Pipe J. ANSI/AWWA C600, "AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances" K. ANSI/NSF 61, "Drinking Water System Components —Health Effects" E1-32.3 DESIGN REQUIREMENTS A. As a minimum standard, the following pressure classes shall apply: Diameter Pipe (inch) 3" through 12" 14" — 20" 24" 30" — 64" Min. Pressure Class (PSI) 350 psi 250 psi 200 psi 200 psi B. Engineer shall verify that pressure class specified meets the minimum design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSI/AWWA C150/A21.50 for a minimum 200 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance (if anticipated surge pressures are greater than 100 psi, the actual surge pressure shall be used); a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a minimum depth of cover of 12 feet. Type 4 laying conditions are as defined in ANSI/AWWA C150/A21.50. E1-32.4 DUCTILE IRON PIPE --- GENERAL A. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSIIAWWA C151/A21. B. Pipe markings shall meet the minimum requirements ofANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: 1. "DI" or "DUCTILE" shall be cast or metal stamped on each pipe 2. Weight, pressure class, and nominal thickness of each pipe 3. Year and country pipe was cast 4. Manufacturer's mark C. Iron used in the manufacture of pipe for these specifications shall have: 1. Minimum tensile strength — 60,000 psi 2. Minimum yield strength — 42,000 psi 3. Minimum elongation —10% Fort Worth Water Department 1<1-32(2) Pressure Class Ductile Iron Pipe El-32.5 DUCTILE IRONPIPE - JOINTS A. General — Comply with ANSFAWWA CI 1 I/A21.11, latest revision. 1. Push -On Joints 2. Mechanical Joints 3, Restrained Joints 4. Flanged Joints — AWWA CI 15/A21.15, ANSI B16.1, Class 125 B. All robber joint gaskets utilized on ductile -iron pipe shall be in conformance with ANSI/AWWA C11I/A21.1 I, latest revision. C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -carbon steel in accordance with ANSI/AWWA C1 11/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be of XylanO as manufactured by Whitford Corporation, or approved equal_. Coating shall conform to the performance requirements ofASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. E1-32.6 DUCTILE IRON PIPE -COATINGS A. All ductile iron pipe shall have an asphaltic coating, minimum of I mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSI/AWWA CI04/A21.04, or latest revision. C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop - coated with rust inhibitive primer. Pirirfler shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. D. All buried ductile iron pipe shall be polyethylene encased, unless Otherwise specified_ Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL} polyethylene encasement conforming to AWWA CI05/A21.5. Polyethylene film must be marked as follows: I . Manufacturer's name or trademark 2- Year of manufacturer 3. ANSFAWWA CI05/A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s)_ FDuLiff -F----Fort Worth Water Department E-1-32 3RIC�) Pressure Clas 2�s,, 5. Warning -Corrosion Protection -Repair Any Damage E. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant coating applied to the interior. Interior coating shall be pre -approved by Fort Worth Water Department Standard Product Committee for application in wastewater environment. Coating shall be Protecto 401 or approved equal. E1-32.7 TESTS A. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSIIAWWA C15l/A21.51. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. B. The manufacturer shall take adequate measures during pipe production to r assure compliance with ANSUAWWA C151IA21.51 by performing quality -control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard. C. The City of Fort Worth may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. D. The Contractor shall, upon request by City, fiunish manufacturer's certified test reports that indicate that each run of pipe famished has met specifications, that all inspections have been made, and that all tests have been performed in accordance with ANSUAWWA C15IIA21.51. Fort Worth Water Department E-1-32(4) Pressure Gass Ductile Iron Pipe TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION 1 SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PARTI GENERAL ' 1.01 t SECTION INCLUDES A. Joint bonding requirements for electrical continuity along dielectrically coated steel pipe, concrete cylinder pipe and ductile iron pipe. B. Electrical isolation devices for installation at connections to existing piping, at laterals, at cased crossings and at tunnels. 1.02 RELATED SECTIONS I i A. t Section 15641 - Corrosion Control Test Stations. B. Section 15642 - Specification for Magnesium Anode Cathodic Protection F i Systems. 1.03 REFERENCES A. ASTM D 1248 - Polyethylene Plastics Molding and Extrusion Material. B. AWWA C207 - Steel Pipe Flange for Waterworks Service. 1 C. AWWA M9 Manual - Concrete Pressure Pipe. D. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings. E. ANSI B16.5 - Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the City of Fort Worth. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Test Results: Electrical continuity and flange isolation test results shall be submitted to the owner or its designated representative. 15640 November 2006 Page 1 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION 1.05 QUALITY CONTROL A. Provide manufacturer's certification that all electrical continuity bonding meets the requirements of the drawings and specifications. Reference certification to applicable section of specifications and applicable standard detail. B. Provide manufacturer's certification that all isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART PRODUCTS 2.01 DESCRIPTION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds. 2. Flange isolation assemblies. 3. Casing spacers. -' 4. End seals. 2.02 ELECTRICAL CONTINUITY BONDS A. Applications: Applications for electrical continuity bonding include the following: 1 Bonding across bolted joint assemblies. 2. Bonding across gasketed joint assemblies. B. Preparation of Concrete Pipe for Bonding: 1. General: a) Fabrication: Use prestressed concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b) Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. Manufacturer to report values obtained and method of measurement. b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity: 15640 November 2006 Page 2 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. 1) Use and install two continuous straps 180' apart longitudinally along ` the pipe. These straps must maintain electrical continuity between metallic components. 2) Use steel straps made of mild steel and free of grease, mill scale, or other high resistance deposits. 3) Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity: a) Establish continuity of all joint components and steel cylinder. These components include the following: i 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b) If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. C. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe. Mechanical joints, however, require the installation of two bond wires across the joint as shown on the project drawings. D. Preparation of Ductile Iron Pipe for Bonding: Thermite weld two insulated bond wires across each joint. E. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 4 AWG, seven strand, copper cable with THIN insulation. Remove one inch of THHN insulation from each end of the bond wire. Provide the minimum number of bond wires as shown on drawings for steel or ductile iron pipe. F. Electrical Bond Clip: Weld three (3) ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8- inch fillet welds to the bell and spigot of adjacent concrete cylinder pipe. Manufacture clips to maintain continuity regardless of small deflections of finished joints. 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below -grade to aboveground piping transitions. 3. At locations shown on the drawings. November 2006 15640 Page 3 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION B. For concrete cylinder pipe, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 4. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. C. For steel pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain -faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. D. For ductile iron pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 15640 November 2006 Page 4 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND kr FORT WORTH, TEXAS ELECTRICAL ISOLATION b) For piping between 12 inches and 24 inches diameter, provide Phenolic f PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain -faced phenolic gasket, as manufactured by ' Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket ` between two full-faced gaskets. Provide cloth -inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-I washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. E. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal_ 2.04 CASING SPACERS A. For water or wastewater piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. C B. Inside diameter of casing or tunnel liner must be 4 inches greater in diameter than the outside diameter of the piping. In the case of mechanically coupled piping, the casing must be a minimum of 4 inches greater in diameter than the outside k diameter of the coupling at its largest point. C. For welded steel pipe 12 inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 2.05 CASING END SEALS A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal B. For all piping 24 inch diameter and greater, use pull -on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Ine. or approved equal. 15640 November 2006 Page 5 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION C. Casing End Seals shall be as shown on the plans for the Baytown Area Water Authority Project. PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. B. General: Attach bond wires or bond straps at required locations by thermite welding process- C. Thermite Welding Methods: Perform thermite welding of bond wires and bond straps to piping in the following manner: l . Clean and dry pipe to which wires or straps are to be attached. 2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind surface to bright metal. 3. Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe, exposing clean, oxide -free copper for welding. : 4. Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5. Place metal disk in bottom of mold. 6. Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7. Close mold cover and ignite starting powder with flint gun. 8. After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. Pull on wire or strap to assure a secure connection. If weld is not secure or the bond breaks, repeat procedure with new wire or strap. 9. If weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover coated weld with a plastic weld cap. D. Post -Installation Inspection: Post -installation inspection of all electrical continuity bonds shall be made through a visual examination of each thermite weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more of the following tests: I. Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe and bonds. 15640 November 2006 Page 6 of 9 CJ TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION 2. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO). Resistance of 0.001 ohms or less is acceptable. 3. Position a CSE at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record static, current -applied, and instant "off" pipe -to -soil potential readings along the pipe relative to the stationary CSE. a. Static potential measurements referenced to stationary CSE must be nearly identical along the pipe to indicate electrical continuity. b. Instant "off' potentials referenced to stationary CSE must be nearly identical along pipe to indicate electrical continuity. C. The difference between the instant "off' and the static potential referenced to stationary CSE must be equal at each point of contact to pipe to indicate electrical continuity. 4. If any of the above procedures indicates a poor quality bond connection, rebond the joint. 5. Record results and submit to the owner or its designated representative for approval prior to backfilling. E. Backfilling of Bonded Joints: I. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. a. Use appropriate backf ll material to completely cover the electrical bond. b. Provide protection so that future construction activities in the area will not destroy the bonded connections. 2. If construction activity damages a bonded connection, install new bond wire. 3.02 INSTALLATION OF FLANGE ISOLATION DEVICES A. Placement: Install isolation joints at the locations shown on the drawings. B. Assembly: Place gasket, sleeves, and washers as recommended by the manufacturer. Follow manufacturer's recommendations for even tightening to proper torque. C. Testing: Immediately after an insulating fitting has been installed, test electrical isolation with a Gas Electronics model 601 meter. Fully document test results. November 2006 15640 Page 7 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH, TEXAS ELECTRICAL ISOLATION l.a D. Painting: Do not use metal base paints on insulating fittings. E. Encapsulation: Encapsulate below -grade isolation joints with the Carboline Densyl tape system, or approved equal, after the isolation joint has been tested for effectiveness. 3.03 TESTING OF JOINT CONTINUITY BONDS AND INSULATED JOINTS A. General: After the completion of the continuity bonding of individual joints but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. B. A DC current shall be impressed on the pipe on one side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. C. The pipe -to soil potential shall be measured on each side of the insulated joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off . D. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. E. This same procedure shall be used to test individual insulated joints except that the joint is considered insulated if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 3.04 INSTALLATION OF CASING SPACERS A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels- B. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, particularly at the ends, to offset settling and possible electrical shorting. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6- inch lifts and compact each layer. D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 15640 November 2006 Page 8 of 9 TRINITY RAILWAY EXPRESS WATER MAIN JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION 4 E. Install casing spacers in accordance with the manufacturer's instructions - Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. F. Insulator Spacing: 1. Maximum distance between spacers to be 10 feet for pipe sizes 6 inches and smaller, and 6 feet for pipe sizes greater than 6 inches. 2. For ductile -iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent, reduce the spacing. 3.05 INSTALLATION OF END SEALS A. Assemble hard rubber Link -Seals around the pipe and slide into the annular space between the pipe and casing. Evenly tighten the bolts to provide a positive seal. B. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. 3.06 CASED CROSSING ISOLATION TESTS A. immediately after the pipe has been installed in the casing, but prior to connecting the line, perform an electrical continuity test to determine whether the casing is in fact insulated from the pipe. The continuity check shall be fully documented and approved by the owner or its designated representative prior to backfilling. between pipe and casing is not effective the cause shall B. If the electrical isolation b p p g , be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backftlled. END OF SECTION 15640 November 2006 Page 9 of 9 APPENDIX C SPECIFICATION SECTION 15641 CORROSION CONTROL TEST STATIONS TRINITY RAILWAY EXPRESS WATER MAIN CORROSION CONTROL FORT WORTH, TEXAS _ TEST STATIONS �l 1 SECTION 15641 CORROSION CONTROL TEST STATIONS PART1 GENERAL 1.01 SECTION INCLUDES A. Test station materials and installation requirements. B. Locations requiring test stations are adjacent to manholes, major pipeline crossings, cased crossings and tunnels, and below -grade isolation joints. 1.02 RELATED SECTIONS A. Section 15640 - Joint Bonding and Electrical Isolation. B. Section 15642 — Specification for Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. ASTM D1242 - Polyethylene Plastic Molding and Extrusion Material. B. NACE RP0169-2002 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 -Thermoplastic Insulated Wires. D. UL 426A - Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals shall conform to the requirements of the City of Fort Worth. B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog cuts shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. C. Drawings: As -built drawings of the corrosion control test stations shall be maintained by the Contractor during installation and construction. Drawings shall be revised to show exact locations of all wiring, connections, and terminal boxes. All items of equipment and material shall be properly identified. The original as -built drawings shall be submitted to the owner or its designated representative. 15641 November 2006 Page 1 of 6 TRINITY RAILWAY EXPRESS WATER MAIN CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS t 1.06 QUALITY CONTROL A. Provide manufacturer's certifications that all components of the corrosion control test stations meet the requirements of the drawings and specifications. The certification shall reference the applicable section of the specifications and the applicable standard details. B. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mecha6cal and structural features shall determine exact locations. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the drawings. B. The terminal box shall be a five terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. D. Install a marker sign adjacent to all flush -mounted test stations. 2.02 ABOVE -GRADE TEST STATIONS A. At test station locations where flush mounted structures cannot be installed, an above - grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. B. The test station shall be a five terminal Big Fink as manufactured by Cott Manufacturing or approved equal. C. Terminal boxes shall have a lockable, corrosion -proof plastic cover and shall be mounted on a 5-foot length of 3-inch diameter galvanized steel conduit. D. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. 15641 November 2006 Page 2 of 6 TRINITY RAILWAY EXPRESS WATER MAIN CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS k 2.03 PERMANENT REFERENCE ELECTRODES I A. The permanent reference electrode shall be a copper/copper sulfate Permaceil, double membrane, ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. i B. The electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. 2.04 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, THW or THHN insulation. B. Type insulation shall be color coded based upon connection to underground structures: 1. Water piping: white. 2. Foreign structures: red. 3. Steel casings: yellow. C. All terminal boards shall be wired by the installer as shown on the drawings. 2.05 THERMITE WELD EQUIPMENT �..__. A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. Use only the correct charges for the specific application. Welding charges and molds shall be Erico, Cadweld or Continental Industries, Thermoweld. B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or approved equal. Cover coated weld with a plastic weld cap. PART 3 EXECUTION 3.01 APPLICATIONS A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1. Testing to determine the effectiveness of the installed cathodic protection systems and to allow for startup adjustments. 2. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray d-c currents and required mitigative measures. 15641 November 2006 Page 3 of 6 I TRINITY RAILWAY EXPRESS WATER MAIN CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS 4. Periodic monitoring to determine status of existing cathodic protection systems, stray current, and foreign line influence. B. Install test stations at each of the locations scheduled on the drawings. As a minimum, test stations are required at each of the following locations: 1. At all major underground metallic pipeline crossings. 2_ At all cased crossings and tunnels (both ends). 3. At all underground isolation flanges. 3.02 GENERAL A. Install test stations at locations indicated on drawings. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the owner or its designated representative. B. Use continuous test station lead wires without cuts or tears in the insulation- C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe is installed under a road, place the test station at the curb for easy access. D. Attach test lead wires to the pipe by thermite welding. E. Attach test wires to the pipe prior to backfilling. F. Use color coded test wires as indicated on the drawings. G. Wire test station terminal board configurations as shown on the drawings. H. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before the test leads are connected to their pipeline. The owner should have a representative present. 3.03 FLUSH -MOUNT TEST STATIONS A. Install flush -mount test stations as shown on the drawings. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. C. Install flush -mount test stations with permanent copper/copper sulfate reference electrodes where indicated on the drawings. I . install permanent reference electrode approximately 6 inches from the pipe. 2. Compact native soil by hand around the electrode. The balance of the backf ll shall be select granular backfill material. 15641 November 2006 Page 4 of 6 TRINITY RAILWAY EXPRESS WATER MAIN CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS } t 3. Saturate the backfilled permanent reference electrode with 5 gallons of water. D. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. 3.04 ABOVE -GRADE TEST STATIONS A. Install above -grade test stations where a flush mounted test station cannot be located. Use and location of above -grade test stations shall be approved by the owner or its designated representative. B. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for i physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. D. Set test stations in a Portland cement concrete anchor. The concrete anchor shall be a minimum of 12 inches in diameter and no less than 2 feet thick. 3.05 TEST LEAD WIRE ATTACHMENT A. Attach test leads to the pipe by thermite welding directly to the pipe for steel pipelines. } See drawings. B. The pipe to which the wires are to be attached shall be clean and dry. C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire for all No. 12 AWG wires. F. Place the metal disk in the bottom of the mold. G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. 1. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. 15641 November 2006 Page 5 of 6 TRINITY RAILWAY EXPRESS WATER MAIN CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS J. If the weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover the coated weld with a plastic weld cap. 3.06 POST INSTALLATION BACKFILLING OF TEST STATION - LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. B. After completion of the backfilling of the test wires to the pipe, verify the connection by recording a pipe -to -soil potential. C. RepIace any test wire found to have a high resistance connection. END OF SECTION l _ • 15641 November 2006 Page 6 of 6 APPENDIX jD SPECIFICATION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION _ FORT WORTH, TEXAS FOR PIPELINES SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES Requirements for magnesium anodes to cathodically protect bar -wrapped concrete cylinder pipe (AWWA C303), ductile iron pipe, and dielectrically coated steel pipe. A, Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test the required cathodic protection system components for the exterior surfaces of the proposed 36" diameter Trinity Railway Express Water Main Extension. The work shall be performed in accordance with the provisions of the specifications, applicable plans, codes and standards, and subject to other terms and conditions for the project. B. Cathodic protection components shall be as shown on the project drawings for the proposed Trinity Railway Express Water Main Extension Project. The cathodic protection system shall include but not be limited to the following: 1. Materials and installation. 2. Post -installation survey. 3. Final Report C. Applications: Required applications of cathodic protection include buried water piping and appurtenances. References to concrete cylinder pipe shall be interpreted as bar - wrapped concrete cylinder pipe (AWWA Type C303). 1.02 REFERENCES A. NEC 70 - National Electrical Code B. NACE RP-0169-96 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 — Thermoplastic -Insulated Wires. D. UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors. 1.03 QUALITY CONTROL A. Installer Qualifications: Cathodic protection installer shall have a minimum of 5 years of documented experience in the type of cathodic protection work required for the project. 15642 November 2006 Page I of 8 TRINITY RAILWAY EXPRESS WATER MAIN. CATHODIC PROTECTION FORT WORTH, TEXAS _. FOR PIPELINES B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for installation of anodes, field splices, and thermite welding. All testing shall be completed by a NACE International certified corrosion technologist. C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area. Care shall be taken during excavation not to damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. PART 2 ANODES 2.01 SACRIFICIAL ANODES - MAGNESIUM A. Magnesium Anodes: 20-pound, 2" x 2" x 60", prepackaged, high potential magnesium anodes shall be used. The metallurgical composition of the magnesium anodes shall be as follows: Element Percent Composition Aluminum 0.01 Maximum Manganese 0.50 to 1.3 1 Copper 0.02 Maximum Nickel 0.001 Maximum Iron 0.03 Maximum Other - (each) 0.05 Maximum Other - (total) 0.30 Maximum Magnesium Balance B. Magnesium Anode Current Capacity: Magnesium anodes shall have a current capacity of no less than 500 amp -hours per pound of magnesium. C. Anode Backfill Material: Chemical backfill material shall be used around all galvanic anodes installed. Backfill shall provide for a reduced contact resistance to earth, provide for a uniform environment surrounding the anode, retain moisture around the anode, and prevent passivation of the anode. 1. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: a. Ground hydrated gypsum: 75 percent b. Powdered bentonite: 20 percent C. Anhydrous sodium sulfate: 5 percent. 2. The backfill shall have a grain size such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 3. The backfill mixture shall completely surround the anode within a cotton bag. 15642 November 2006 Page 2 of 8 TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION FORT WORTH, TEXAS FOR PIPELINES 4. For standard cast magnesium ingots, the weight of backfill required shall be as follows: Anode Weight Backfill Weight Total Weight (Pounds) _(Pounds) (Poundsh__ 20 50 70 D. Anode Lead Wires: 1. The standard lead wire for a magnesium anode shall be a 20-foot length of No. 12 AWG solid copper wire with type TW insulation. E. Lead Wire Connection to Magnesium Anode: 1. Magnesium anodes shall be cast with a galvanized steel core with the weight of the core not to exceed 0.10 pounds per linear foot. 2. One end of the anode shall be recessed to expose the core for the lead wire connection. 3. The lead wire shall be silver -soldered to the core and the connection fully insulated by filling the recess with an electrical potting compound. 2.02 SPLICING TAPE Tape used for taping anode lead wire to anode header cable connections shall be Scotch 88 vinyl electrical tape and Scotch 130C rubber splicing tape, as manufactured by Scotch, 3M, or approved equal. Taped splices shall be covered with a coating of Scotchkote electrical coating. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YCIOCI0 as manufactured by Burndy or approved equal. 2.04 ANODE HEADER CABLE Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (Black). 2.05 TEST STATIONS A. All test stations, with exception of anode groundbed test stations, shall be seven -terminal Big Fink as manufactured by Cott Manufacturing or approved equal. For anode groundbeds, the test stations shall be seven -terminal, flush -to -grade, type NM-7 with cast iron lockable lid as manufactured by C. P. Test Services or approved equal. B. If the area is not paved, the test station shall be installed in a 6" x 24" x 24" square concrete pad. November 2006 15642 Page 3of8 TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION FORT WORTH, TEXAS _ FOR PIPELINES C. At test station locations where flush mounted structures cannot be installed, an above - grade test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. D. Terminal boxes shall have a lockable, corrosion -proof plastic cover and shall be mounted on a 5-foot length of 3-inch diameter concrete filled galvanized steel conduit. E. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. B. Two shunts are required in each magnesium anode groundbed test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 AWG stranded copper cable with 'type THW insulation (white). 2.08 PERMANENT REFERENCE ELECTRODE A. The permanent reference electrode shall be a copper/copper sulfate Permacell as manufactured by Corrpro Companies or approved equal. B. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a 3.0 microamp load. 2.09 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the following sections. A. Charges and Molds: Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or approved equal. The coated weld shall be covered with a plastic weld cap. November 2006 15642 Page 4 of 8 TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION FORT WORTH, TEXAS _ _ _ FOR PIPELINES ' PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. Number of Anodes and Location shall be as indicated on the test station schedule on the project drawings. B. Placement: Each anode shall be installed vertically in a 10 inch diameter by 10 foot deep hole as shown on the project drawings. Centerline of the anode shall be a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right- of-way as far away from the waterline as possible. C. Anodes shall be installed on 10-foot centers. D. Augured Hole: The hole diameter shall easily accommodate the anode. E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE A. Location: One permanent copper/copper sulfate reference electrode shall be installed at each anode groundbed test station and at each isolating flange test station. The permanent reference electrode shall be within 6" of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recommendations B. Placement: The permanent reference electrode shall be placed in the same ditch with the waterline and carefully covered with the same soil as the pipeline backfill. C. Lead Wire: The permanent reference electrode lead wire shall be protected during backfill operations and routed to the test station along with the waterline test leads and anode ground bed cables. 3.03 INSTALLATION OF WIRE AND CABLE A. Depth: All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. November 2006 15642 Page 5 of 8 TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION FORT WORTH, TEXAS _ _ _ _ _ FOR PIPELINES B. Anode Header Cable: Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. C. Anode Lead Wire to Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings. D. Anode Connection -To -Pipeline: Each group of ten (10) anodes shall be connected to the pipeline through a test station. Each group of ten anodes will be divided into two groups of five (5) anodes. Each group having it's own header cable routed to the test station. A 0.01 ohm shunt shall be used to connect each anode header cable to the pipeline as shown on the project drawings. E. A 3" wide yellow non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18" below the surface and along the length of all cathodic protection cable trenches. 3.04 TEST LEAD WIRE ATTACHMENT A. Test lead cables shall be attached to the pipe by thermite welding. B. The pipe to which the wires are to be attached shall be clean and dry. C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. The surface shall be cleaned to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No. 12 AWG size shall use a copper sleeve crimped over the wire. F. The metal disk shall be placed in the bottom of the mold. G. The cap from the weld charge container shall be removed and the contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 1. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. 1f the weld is not secure or the F wire breaks, repeat the procedure. November 2006 15642 Page 6 of 8 TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES J. If the weld is secure, coat all bare metal and weld metal with Kop-Coat. The coated weld shall be covered with a plastic weld cap. ? 3.05 FLUSH -TO -GRADE TEST STATIONS A. Flush -to -grade test stations shall be installed as shown on the drawings. Test stations shall be installed in a 6" x 24" x 24" square concrete pad. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for test purposes. 3.06 POST INSTALLATION BACKFILLING OF CABLES A. General: During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.07 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION SYSTEMS A. General: As soon as possible after the cathodic protection equipment has been installed, the system shall be inspected, energized and adjusted. B. System Commissioning: The commissioning of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrosion control standards set forth by NACE International and/or AW WA. C. Method: The Corrosion Engineer shall: 1. Measure native state structure -to -soil potentials along the waterline using the permanent reference electrodes at each anode groundbed test station prior to energizing the cathodic protection system. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline leads in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 3. Allow 2 weeks for the pipeline to polarize. 4. Adjust, if necessary, the cathodic protection current output in each anode test station to satisfy the criteria of a minimum of 100 millivolts of polarization or an "Instant Off' potential at least as negative as -850 millivolts CSE. 5. Record all final current outputs measured at each test station. 6. Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. T Verify that interference does not exist with foreign structures. Perform joint tests with owners of the foreign structure and mitigate any interference detected. Foreign line test stations have been provided to facilitate the interference testing and November 2006 15642 Page 7 of 8 TRINITY RAILWAY EXPRESS WATER MAIN CATHODIC PROTECTION FORT WORTH TEXAS FOR PIPELINES installation of any necessary resistance bonds. It is the corrosion engineers responsibility to coordinate the interference testing with the owners of foreign structures. D. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E. Equipment: All cathodic protection testing instruments shall be in proper working order and calibrated according to factory specifications. F. Report: The results of all commissioning procedures along with documentation of anode groundbed current outputs, pipe -to -soil potentials, results of interference testing, results of insulated joint tests and as built drawings shall be compiled in a final report and furnished to the owner along with operating and maintenance instructions. END OF SECTION November 2006 15642 Page 8 of 8 APPENDIX E SPECIFICATION SECTION 1.5643 POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE G TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH TEXAS FOR DUCTILE IRON PIPE SECTION 15643 POLYETHYLENE ENCASEMENT PART GENERAL j 1.01 SECTION INCLUDES A. Polyethylene encasement that is part of the corrosion protection system for the ductile iron pipe option. B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other appurtenances in ductile or cast iron systems. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. 1. No separate payment will be made for polyethylene wrap. Include cost of polyethylene wrap in unit price for pipes and fittings to be wrapped. B. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for ' work in this Section is included in the total Stipulated Price. I 1.03 REFERENCES A. ASTM D 149 — Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies. B. ASTM D 882 — Standard Test Method for Tensile Properties of Thin Plastic Sheeting. C. ASTM D 1709 — Standard Test Methods for Impact Resistance of Plastic Film by the Free -Falling Dart Method. D. ASTM D 1922 — Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. E. ASTM D 4976 — Standard Specification for Polyethylene Plastics Molding and Extrusion Materials. F. ANSI/AWWA C600 — Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances. G. ANSI/AWWA C105/A21.5 - Polyethylene Encasement for Ductile -Iron Piping for Water and Other Liquids. November 2006 15643 Pagel of 9 i TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH TEXAS FOR DUCTILE IRON PIPE t i 1.04 SUBMITTALS A. Product Data: Submit product data for proposed film, and tape or plastic tie straps for approval. All film to be used in accordance with this standard shall be manufactured from virgin polyethylene, shall not be recycled and shall be purchased new for the project, clean, sound and without defects. B. Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one sample of tube for each pipe diameter and one sample of each sheet material to be used. Samples shall be standard production, minimum length needed for two running feet of pipe. C. Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field application. a. Film Manufacturing: The manufacturer of polyethylene film for corrosion protection encasement of ductile iron pipe shall have a verifiable quality control system to assure that film is produced from only virgin polyethylene and that it complies with all requirements of this specification. Documentation of Quality Control procedures and test results shall be submitted and shall be made available for inspection for at least one year subsequent to delivery to job site. A current ISO certificate may be used in lieu of other quality control documentation. i -' b. Field Application: The contractor shall develop, and submit for approval, a comprehensive Quality Assurance Plan for installation of polyethylene encasement. Address all aspects of material and pipe handling, bedding, preparation of pipe surface, film installation and anchoring, service taps and backfill. Include written procedures to be used by installers. D. Manufacturer's Certification: Submit polyethylene film manufacturer's certification of compliance with this Section. The polyethylene film manufacturer shall provide a notarized statement from an officer of the company that the film meets the inspection and all applicable material specifications of this specification. The manufacturer's statement of compliance must be verifiable. Statements from distributors or contractors shall not be accepted in lieu of a statement from the original manufacturer of the polyethylene film. E. Installer Qualifications: Polyethylene encasement shall only be installed by qualified persons who have been trained in the proper procedures described in Part 3 of these specifications. F. Qualified persons shall be those that have had training and experience in the installation of polyethylene encasement for corrosion protection of ductile iron pipe. Such persons may be certificated as qualified by the Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering/inspection firms who offer training courses in the proper November 2006 15643 Page 2 of 9 TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH TEXAS FOR DUCTILE IRON PIPE method(s) of installation. Proof of qualifications shall be submitted with the shop drawings and shall be provided to project inspectors upon request. PART 2 PRODUCTS 2.01 MATERIALS A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following requirements. 1. High -Density, Cross -Laminated, Polyethylene: High -density, cross -laminated polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material_ Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. High -density: 0.940 to 0.960 g/cm3 3. Dielectric Strength: Volume resistive 1015 ohminimum gt resistivity, ohm -cm, k-- b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 6,300 psi, minimum in machine and transverse direction (ASTM D 882) for 0.004 in. (4 mil) thick film. 2. Elongation: 100 percent, minimum in machine and transverse direction (ASTM D 882) 3, Dielectric Strength: 800 volts/mil thickness, minimum (ASTM D 149) 4. Impact Resistance: 800 g, minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 250 gf (grams force), minimum in machine and transverse direction (ASTM D1922) c. Thickness: High -density, cross -laminated polyethylene film shall have a minimum thickness of 0.004 in. (4 mils). I d. Color: Supply white polyethylene film with a minimum 2 percent hindered - amine ultraviolet inhibitor. 2. Linear Low -Density, Polyethylene: Linear low -density polyethylene film manufactured from virgin polyethylene material conforming to the following: November 2006 15643 Page 3 of 9 TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH TEXAS FOR DUCTILE IRON PIPE a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. Density: 0.910 to 0.935 g/cm3 3. Volume resistivity: 10i5 ohm -cm, minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 3,600 psi, minimum in machine and transverse direction (ASTM D 882) for 0.008 in. (8 mil) thick film. 2. Elongation: 800 percent, minimum in machine and transverse direction (ASTM D 882) 3. Dielectric Strength: 800 volts/mil thickness, minimum (ASTM D 149) 4. Impact Resistance: 600 g, minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 2,550 gf, minimum in machine and transverse direction (ASTM D1922) c. Thickness: Linear low -density polyethylene film shall have a minimum thickness of 0.008 in. (8 mils). d. Color: Polyethylene film shall be supplied in its natural color, colors including white, black or weather resistant black containing not less than 2 percent carbon black with a particle diameter of 50 nin or less. A minimum 2 percent of a hindered -amine ultraviolet inhibitor is required for all films other than the weather -resistant black film with carbon black. Where colors other than natural, white, or black are specified for purposes of identification, they shall comply with the raw material and physical property requirements of this specification and not degrade under ultraviolet exposure during storage and while on the project site_ e. Polyethylene Tube and Sheet Size: For push -on joint pipe, polyethylene tube and sheet sizes to conform to the following: November 2006 15643 Page 4 of 9 TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH TEXAS FOR DUCTILE IRON PIPE Nominal Pipe Diameter -Inches Minimum Polyethylene Width — Inches Flat Tube Sheet ' 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 3. Large Bell Circumferences: Where bell ends of the pipe are larger than the sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints 4. Marking: The polyethylene film shall be clearly marked every two feet with the following information: a. Manufacturer's name or trademark b. Year of manufacture c. ANSI/AWWA C105/A21.5 d. Minimum film thickness and material type (HDCLPE or LLDPE) e. Applicable range of nominal pipe diameter size(s) f Warning — Corrosion Protection — Repair Any Damage Letters and numerals used for marking items "a" through "e" shall not be less than 1 inch in height and item " P' shall not be less than 1 1/2 inches in height. B. Polyethylene Tape: Provide 1 'h-inch wide, plastic -backed, adhesive tape. Acceptable I tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or approved equal. Fulton Tie Strips are an approved alternative to tape. I 1 November 2006 15643 Page 5 of 9 TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH. TEXAS _ FOR DUCTILE IRON PIPE PART 3 EXECUTION 3.01 PREPARATION A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. B. Fit polyethylene film to contour of pipe to effect a snug, but not tight fit; encase with minimum space between polyethylene and pipe. Allow sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces, such as bell -spigot interfaces, bolted joints, or fittings, and to prevent damage to polyethylene due to backfilling operations. Secure overlaps and ends with approved adhesive tape or approved plastic tie straps to hold polyethylene encasement in place until backfilling operations are complete. C. For installations below water table or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie straps every two feet along the barrel. 3.02 INSTALLATION A. Tubular Type (Method A): 1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe, centering tube to provide 1-foot overlap on each adjacent pipe section. Bunch accordion -fashion lengthwise until it clears pipe ends. 2. Lower pipe into trench and make up pipe joint with preceding section of pipe. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 3. After assembling pipe joint, make overlap of polyethylene tube. Pull bunched polyethylene from preceding length of pipe, slip it over end of adjoining length of pipe, and secure in place. Then slip end of polyethylene from adjoining pipe section over end of first wrap until it overlaps joint at end of preceding length of pipe. Secure overlap in place. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. 4. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. B. Tubular Type (Method B): 1. Cut polyethylene tube to a length approximately 1 foot shorter than pipe section. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. Take up November 2006 15643 Page 6 of 9 OR TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH, TEXAS FOR DUCTILE IRON PIPE slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 2. Before making up joint, slip 4-foot length of polyethylene tube over end of preceding pipe section, bunching in accordion -fashion lengthwise. After completing joint, pull 4-foot length of polyethylene over joint, overlapping polyethylene previously placed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 3. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. C. Sheet Type (Method C): 1. Cut polyethylene sheet to a length approximately 2 feet longer than pipe section. Center length to provide 1-foot overlap on each adjacent pipe section, bunching sheet until it clears pipe ends. Wrap polyethylene around pipe so that sheet circumferentially overlaps top quadrant of pipe. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 2. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. Make shallow bell hole at joints to facilitate installation of polyethylene. After completing joint, make overlap and secure ends. 3. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. D. Installation in Directional Drilled Bore: 1. Install as described in 3.02A. Tubular Type (Method A) with the exception that the polyethylene encasement overlap must face away from the pull direction to avoid the under film accumulation of drilling and and other foreign matter. 2. Attach pulling head to spigot end of the leading pipe length. 3. Securely anchor the polyethylene tube to the end of the barrel of the leading pipe length with overlapping circumferential wraps of tape every one foot. These wraps of tape shall seal the end of the polyethylene tube to the barrel of the pipe and extend along the pipe barrel and polyethylene tube for a minimum of I foot. 4. The drilling fluid and cuttings shall not enter under the polyethylene tube during the pull back or other operations. At assembled joints, the polyethylene overlap shall always have the forward pipe's polyethylene tube overlap the next following pipe's tube. The polyethylene on both sides of the joint shall be secured with circumferential wraps of tape or plastic tie straps. November 2006 15643 Page 7 of 9 TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH, TEXAS FOR DUCTILE IRON PIPE 5. Continue process while taping on each side of successive joints and every two feet along barrel. E. Pipe -shaped Appurtenances: Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe. F. Odd -shaped Appurtenances: When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length of polyethylene tube by passing sheet around appurtenance and encasing it. Make seams by bringing edges together, folding over twice, and taping down. Tape polyethylene securely in place at valve stem and other penetrations. G. Openings in Encasement: Create openings for branches, saddles, service taps, blowoffs, air valves, and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene, with tape. For direct service taps, apply 3 wraps of tape completely around the polyethylene encased pipe to cover the area where the tapping machine and chain will be mounted. After the tapping machine is mounted, install the corporation stop directly through the tape and polyethylene. After the direct tap is completed, the entire circumferential area shall be closely inspected and repaired as needed to comply with this specification. For hydrant relief holes and similar orifices, apply 3 wraps of tape completely around the polyethylene encased pipe, then, with a utility knife, cut a hole in the tape and polyethylene that is 1-inch larger in diameter than the orifice/opening. H. Junctions between Wrapped and Unwrapped Pipe: Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for at least 3 feet. Secure end with circumferential turns of tape. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for a minimum clear distance of 3 feet away from the ductile iron pipe. 3.03 REPAIRS Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around pipe to cover damaged area, and secured in place. 3.04 BACKFILL Use the same backfill material as that specified for pipe without polyethylene wrap. Prevent damage to the polyethylene wrap when placing backfll. Assure backfill material is free from cinders, refuse, boulders, rocks, stones, or other material that could damage the polyethylene. Follow AWWA C600 for backfilling. November 2006 15643 Page 8 of 9 TRINITY RAILWAY EXPRESS WATER MAIN POLYETHYLENE ENCASEMENT FORT WORTH, TEXAS FOR DUCTILE IRON PIPE 3.05 QUALITY ASSURANCE A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects. B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative. C. Non -Compliance: The Contractor will correct any deficiencies in materials or l installation at his expense, including excavating the pipe subsequent to backfilling and re- installing the polyethylene wrap. r END OF SECTION November 2006 15643 Page 9 of 9 Appendix C Corr sivity Study and Corrosion Protection Design CC* CORRPRO �. _ _ COMPANIES INC Preserve and Sustain GabalAssets & Intraskmfure November 20, 2006 Mr. Craig Schellbach TranSystems Corporation Consultants 500 West 7t' Street, Suite 1100 Fort Worth, Texas 76102 Reference: Corrosivity Study and Corrosion Protection Design — Rev. 1 Trinity Railway Express Water Main Extension Project Fort Worth, Texas Dear Mr. Schellbach: �4 Enclosed you will find our revised corrosivity study and corrosion protection design document, including specifications and drawings for the above referenced project. r $ We appreciate this opportunity to provide our services to TranSystems Corporation Consultants. Please do not hesitate to contact the undersigned should you have comments or questions. Very truly yours, Corrpro Companies, Inc. I Rafael E. Rodriguez, MSE Project Manager GAjobs12006130544 ITR2-2701.doc E CORROSIVITY STUDY AND E CORROSION PROTECTION DESIGN I TRINITY RAILWAY EXPRESS WATER MAIN EXTENSION FROM F.M. 1.57 TO S.H. 360 i FORT WORTH, TEXAS j PREPARED FOR TRA.NSYSTEMS CORPORATION CONSULTANTS FORT WORTH, TEXAS PREPARED BY CORRPRO COMPANIES, INC. HOUSTON, TEXAS O � � ` E k NOVEMBER, 2006 I i I 4 TABLE OF CONTENTS 1.0 Introduction 2.0 Executive Summary i 3.0 Corrosivity Evaluation 3.1 Summary 3.2 Results and Analysis f 3.3 Corrosion Protection Requirements I 4.0 Design Report i 4.1 Summary 4.2 Protective Coating 4.3 Pipe Bedding and Backfill 4.4 Cathodic Protection I� 4.5 Joint Bonding and Electrical Isolation F 4.6 Test Stations 4.7 Conclusions Appendices Appendix A Field Data f Appendix B Specification Section 15640 — Joint Bonding and Electrical Isolation tAppendix C Specification Section 15641— Corrosion Control Test Stations Appendix D Specification Section 15642 - Specification for Magnesium r Anode Cathodic Protection Systems Appendix E Specifications for Polyethylene Encasement for Ductile Iron Pipe CORROSIVITY STUDY AND CORROSION PROTECTION DESIGN TRINITY RAILWAY EXPRESS WATER MAIN EXTENSION PROJECT FORT WORTH, TEXAS 1.0 INTRODUCTION Corrpro Companies Inc. was retained by TranSystems Corporation Consultants to perform a corrosivity evaluation and to provide corrosion protection design services along the proposed route of the 36" diameter Water Main Extension along the Trinity Railway Express right-of-way, from F-M. 157 to S.H. 360, in Fort Worth, Texas. The proposed 36" diameter water main right-of-way has an approximate length of 14,403 feet. In addition, a corrosivity evaluation was conducted along the proposed right-of-way of the 16" diameter waterline to be installed along Tarrant Main, from the Trinity Rail Express right-of-way to South Pipeline Road. The approximate length of the proposed 16" diameter waterline is 3,010 feet. The proposed 36" and 16" diameter pipelines will be offered for bid with the following material alternatives: l s Bar -wrapped concrete cylinder pipe (AWWA — C303). Dielectrically coated carbon steel pipe. o Ductile iron pipe. Upon completion of the corrosion evaluation, a corrosion protection design was prepared including the requirements for joint bonding, electrical isolation, stray current control, corrosion control test stations and cathodic protection. This report presents the results -of the corrosion evaluation and corrosion protection design. 2..0 EXECUTIVE SUMMARY 2.1. A soil resistivity survey conducted along the proposed water main alignment indicates the soil may be corrosive to the three metallic pipe material options being considered - concrete cylinder pipe, dielectrically coated steel and ductile iron — from Euless South to the Trinity Boulevard. Corrosion protection measures are recommended for all of these materials along the indicated pipe section to preserve the physical integrity of the pipe. 2.2. The mortar coating on the concrete cylinder pipe (CCP) option provides corrosion protection for the embedded steel components. However, areas of low soil resistivity may compromise the level of corrosion protection in the long run, making the steel susceptible to corrosion. Therefore, it is recommended that the CCP option be cathodically protected from pipe station 192+00 to station 286+00. The remaining sections of the 36"/16" diameter pipe do not require additional corrosion control measures. 2.3. The installation of a galvanic anode cathodic protection system along the full length of the water main is recommended for the dielectrically coated steel pipe option to minimize the probability of corrosion at coating holidays. 2.4. The annealing oxide and asphaltic shop coating typically present on the ductile iron pipe should be supplemented with the installation of polyethylene encasement along the full length of the pipe to protect its external integrity from the corrosive effects of the soil. In addition, cathodic protection shall be provided from pipe station 192+00 to station 286+00. 2.5. Joint bonding of the concrete cylinder pipe and the ductile iron pipe options is required to maintain the electrical continuity along the entire pipe. Electrical continuity is a necessary condition to apply cathodic protection. For the dielectrically coated steel pipe option, joint bonding at mechanical connections is also required. 2.6. Regardless of the pipe material, the water main must be electrically isolated at its connection to the existing 36" water main Contract 1 and at laterals. For the CCP and DIP options, the water main must also be electrically isolated at the gate valve located at station 195+40. 2.7. Test stations should be installed at foreign line crossings, cased crossings, major road crossings, and at the location of all in -line isolators to monitor the effectiveness of the proposed cathodic protection system and to allow for DC interference testing. 3.0 CORROSIVITY EVALUATION A laboratory soil electrochemical analysis was not conducted since soil samples were not available for a corrosivity investigation. Therefore, the soil corrosivity analysis and corrosion control recommendations presented in this report are based on the results of the field soil resistivity survey only. During the field evaluation, Corrpro also investigated the possible influences of stray DC currents and overhead high -voltage AC power lines on the proposed waterline. OA The evaluation performed is the basis for determining the corrosion protection requirements for the bar -wrapped concrete cylinder pipe (CCP), dielectrically coated carbon steel pipe, and ductile iron pipe (DIP) options. 3.1 RESULTS AND ANALYSIS Field testing was performed to collect electrical data pertaining to the corrosivity of the proposed pipeline alignment with respect to CCP, carbon steel and DIP. Soil resistivity measurements were recorded from grade to depths of five, ten and fifteen feet at fifteen (17) locations along the proposed alignment_ This data is recorded in Appendix A. Using the Barnes Layer procedure, soil resistivities were calculated for the 5 to 10 feet and 10 to 15 feet layers. Statistical distribution of the soil resistivity for the layers of interest, where the water pipe is to be installed, is summarized as follows: Trinity Railway Express Water Main Extension Project Soil Resistive Statistics From F.M. 157 to S.H. 360 5'-10, 10'-15' Minimum 2,011 1,022 Maximum 58,393 40,705 Average 16,231 12,693 <1,000 0.0% 0.0% % < 2,000 0.0% 14.3% % < 3,000 28.6% 28.6% % > 3,000 71.4% 71.4% % > 5,000 50.0% 50.0% Trine Railway Express Water Main Extension Project Soil Resistivity Statistics Along Tarrant Main 5'-10' 10'-15' Minimum 3,074 4,148 Maximum 9,163 13,340 Average 5,768 7,830 %<1,000 0.0% 0.0% % < 2,000 0.0% 0.0% % < 3,000 0.0% 0.0% % > 3,000 100.0% 100.0% % > 5,000 66.7% 66.7% 3 Resistivity is a common parameter for evaluating the corrosiveness of the soil. Resistivity is the inverse of conductivity and is measured in units of ohm - centimeters. Corrosivity is often an inverse function of resistivity with low resistivity soils usually more corrosive than high resistivity soils. Resistivity is also related to the concentration of salts, with low resistivity indicating high levels of salt. Metallic foreign pipeline crossings that may cause interference due to stray currents were identified at the following pipe stations_ 167+50 (gas), 194+60 (gas), and 285+75. DC interference conditions, which may lead to accelerated corrosion of the waterline, are possible at cathodically protected foreign line crossings. High voltage power transmission lines were observed parallel to the proposed waterline from pipe station 252+00 to station 265+00. Therefore, AC interference may be of a concern during the installation and operation of the proposed 36" waterline. 3.2 CORROSION PROTECTION REQUIREMENTS An analysis of the field data obtained during the survey and of the types of proposed pipe materials was made to determine the corrosion control requirements that could be considered for the proposed 36" Diameter Trinity Railway Express Water Main Expansion. Areas of low soil resistivity along the proposed pipeline alignment and the presence of potential sources of DC interference (i.e., cathodically protected foreign pipelines crossing the waterline alignment) indicate that ferrous materials will probably be subject to electrochemical corrosion between pipe stations 192+00 and 286+00. The high pH of the mortar coating on the CCP provides corrosion protection for the embedded steel components. Nevertheless, low soil resistivity, particularly if caused by high moisture content and high concentrations of salts, may compromise the level of corrosion protection in the long run, making the steel susceptible to corrosion. Therefore, cathodic protection is recommended from pipe station 192+00 to station 286+00. The remaining sections of the CCP option do not require the implementation of corrosion control measures. The dielectric coating on the steel pipe will be the primary corrosion control mechanism. Corrosion will occur, however, at those areas where there are breaks in the coating. Therefore, the coating must be supplemented with cathodic protection throughout the full length of the pipe. rd 4.0 Polyethylene encasement for the full length of the pipe and cathodic protection from pipe stations 192+00 to station 286+00 are the recommended corrosion control methods for external corrosion protection of the ductile iron pipe option. No additional corrosion control measures are required for the remaining sections of the ductile iron pipe option. Electrical continuity is necessary to apply cathodic protection. The CCP option and the ductile iron pipe option are electrically discontinuous because of the dielectric sealing materials used at each pipe joint. Joint bonding will therefore be required to maintain electrical continuity for the CCP and for the ductile iron pipe options. The same requirement applies to the dielectrically coated steel pipe at non -welded joints. It is necessary to electrically isolate the proposed 36" diameter water pipeline at all tie-ins to other buried metallic pipelines regardless of the pipe material. In addition, for the CCP and DIP options, the pipe must be electrically isolated at the gate valve at Euless South Main Roadway (Station 195+40) to separate the cathodically protected pipe section from the non-cathodically protected pipe section. The water pipe must also be electrically isolated from steel casings where the pipe passes through casings. Monitoring test stations should be installed for the pipeline at foreign line crossings, cased crossings, major road crossings and at the location of all in -line isolators. CORROSION PROTECTION DESIGN REPORT 41 SUMMARY The proposed water pipeline will be offered for competitive bidding based on the following alternative configurations: e 36" diameter bar -wrapped concrete corrosion control joint continuity connections to configuration. system consisting c bonds, monitoring existing pipelines cylinder pipe (AWWA C303): A f galvanic anode cathodic protection, test stations and joint isolation at is recommended for this pipeline ® 36" diameter dielectrically coated carbon steel pipe: A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds for all non -welded joints, monitoring test stations, joint isolation at connections to existing pipelines and electrical isolation at cased crossings is recommended for this pipeline configuration. 5 e 36" diameter ductile iron pipe: A corrosion control system consisting of polyethylene encasement, galvanic anode cathodic protection, joint continuity bonds, monitoring test stations, joint isolation at connections to existing pipelines and electrical isolation at cased crossings is recommended for this pipeline configuration. 4.2 PROTECTIVE COATINGS The mortar coating on the CCP option provides a high pH environment, which is protective of the steel embeddments. The mortar coating should be applied in accordance with AWWA Standards to make certain that it is of low porosity and low permeability. The pipe should be handled without cracking the mortar and the joints must be properly diapered. A polyurethane coating system, in accordance with the ANSI/AWWA C222 Standard, is recommended for the external surfaces of the steel pipe option. All welded and/or mechanical joints should be coated with heat shrink sleeves. Proper installation of the heat shrink sleeve must be assured to prevent any delamination between the coated pipe and the sleeve. Installation of a polyethylene encasement is recommended. The polyethylene encasement for the external surfaces of the ductile iron pipe material should be in accordance with the AWWA C-I05/A21.5 Standard. The high -density, cross - laminated polyethylene film is recommended for this application. Appendix E presents the recommended specification for polyethylene encasement for ductile iron pipes. 4.3 PIPE BEDDING & BACKFILL There may be places along the pipeline right-of-way where the pipe will be installed in rocky areas. It is essential that the pipe be provided with proper bedding to prevent physical damage to the pipe, mortar and/or dielectric coating. It is recommended that bedding materials such as clean river sand be used for this purpose. Backfill material should also be finely graded to prevent damage to either the dielectric or mortar coating. 4.4 CATHODIC PROTECTION The recommended galvanic anode cathodic protection system for the CCP option consists of seventeen (17) anode groundbeds, each consisting of ten, 20-pound prepackaged high potential magnesium anodes installed vertically at 10-foot spacing. The anode groundbeds are to be installed between pipe stations 195+40 and 286+04. This translates to an average spacing of approximately 533 feet between anode groundbeds- in, The recommended galvanic anode cathodic protection system for the dielectrically coated steel pipe option consists of nine (9) anode groundbeds to be installed between pipe stations 142+10 and 195+40, and eight (8) anode groundbeds to be installed between pipe stations 195+40 and 286+04. One anode groundbed is recommended for protection of the 16" diameter waterline along Tarrant Main. Each anode groundbed shall consist of ten, 20-pound prepackaged high potential magnesium anodes installed vertically at 10-foot spacing. This translates to an average groundbed spacing of approximately 533 feet from pipe station 142+10 to pipe station 195+40, and an average groundbed spacing of 1,135 feet from pipe station 195+40 to pipe station 286+04. The recommended anode groundbed for the 16" diameter waterline along Tarrant Main shall be installed close to the Iongitudinal center of the alignment (i.e., station 15+50). The recommended galvanic anode cathodic protection system for the ductile iron pipe option consists of eight (8) anode groundbeds, each consisting of ten, 20- pound prepackaged high potential magnesium anodes to be installed vertically between pipe stations 195+40 and 286+04. This translates to an average spacing of 1,135 feet between anode groundbeds. The CCP option will require, in addition, three bonding clips welded across each joint to ensure electrical continuity of the pipeline, while the ductile iron pipe option will require two bonding wires welded across each joint to ensure electrical continuity of the pipeline. For the dielectrically, coated pipe, joint bonding shall be performed at all mechanical connections. No joint bonding is necessary at welded connections. Refer to Appendix D, Specification for galvanic anode cathodic protection systems. 4.5 JOINT BONDING AND ELECTRICAL ISOLATION The 36" diameter Trinity Railway Express Water Main Extension shall be electrically isolated from existing metallic transmission mains and laterals. For the CCP and DIP options, the waterline shall also be electrically isolated at the gate valve at Euless South Main Roadway (Station 195+40) to separate the cathodically protected pipe section from the non -catholically protected pipe section. Bonding of non -welded joints is required for the CCP, the ductile iron pipe and the dielectrically coated carbon steel pipe material options. Bond cables should be thermite welded across non -welded steel pipe joints and across all ductile iron pipe joints. Steel clips should be welded across CCP joints except when the joints are restrained by welding. Refer to Appendix B, Joint Bonding and Electrical Isolation. VA 4.6 TEST STATIONS Test stations will allow periodic monitoring of the effectiveness of the cathodic protection system. Test stations are required for all pipe materials at cased crossings, foreign line crossings, major highway crossing, all tie-ins from laterals and spur lines, and isolation joints. Cathodic protection monitoring test stations should also be installed so as to limit the maximum distance between two test stations to one mile. Test Station types are as follows: 1. TS - Standard pipe -to -soil potential measurement test station at groundbed locations (see TS type test station on the cathodic protection drawings). 2. CP - Test station installed at the ends of metallic pipeline casings with lead wires to the pipeline and lead wires to the casing (see CP type test station on the cathodic protection drawings). CP test stations shall be installed at both ends of all metallic casings. 3. FL - Test station installed at crossing of underground, steel piping systems owned by others (foreign pipelines) (see FL type test station on the cathodic protection drawings). In addition to the lead wires to be installed for the pipeline and the foreign pipelines, bond wires shall also be installed, one to the water transmission pipeline and one to the foreign pipeline_ 4. IF -Test station installed across insulating joints. (see IF type test station on the cathodic protection drawings). Note: Lead wires and bond wires are to be installed on the foreign pipelines by the foreign pipeline owners. The City of Fort Worth will make arrangements with the foreign pipeline owners for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines. k- 4 Trinity Railway Express Water Main Extension Project Fort Worth, Texas CCP Option Test Station Schedule Station No. Description Type 142+11 Connection to Existing 36" Waterline IF 163+50 Cased Crossing at RR spur CP 165+50 Cased Crossing at RR spur CP 167+55 Gas line crossing (if metallic) FL 170+00 Cased Crossing at RR spur CP 170+90 Cased Crossing at RR spur CP 191+50 Cased Crossing at Euless South Main Roadway CP e 195+00 Cased Crossing at.Euless South Main Roadway CP 198+10 i Anode Groundbed TS 203+45 Anode Groundbed TS 208+80 Anode Groundbed TS 213+75 Anode Groundbed TS 219+10 Anode Groundbed TS 224+45 Anode Groundbed TS 229+80 I Anode Groundbed TS 235-+-15 Anode Groundbed TS j 240+50 Anode Groundbed TS 245+00 i Anode Groundbed TS 6 S Trinity Railway Express Water Main Extension Project Fort Worth, Texas CCP Option Test Station Schedule Station No. Description Tyne 248+95 Cased Crossing CP 250+10 Cased Crossing CP 252+50 Anode Groundbed TS 257+85 Anode Groundbed TS 263+20 Anode Groundbed TS 268+55 Anode Groundbed TS 275+60 Anode Groundbed TS 279+25 Anode Groundbed TS 278+00 Cased Crossing at S.H. 360 CP 281+70 Cased Crossing at S.H. 360 CP 284+60 Anode Groundbed TS 284+05 Cased Crossing at Trinity Blvd. CP 285+95 Cased Crossing at Trinity Blvd. CP 286+13 Connection to existing 24" pipeline 1F On 16" Diameter Waterline along Tarrant Main Station No. Description Tyne 21+75 Koch HP Gas Line Crossing FL 10 s. Trinity Railway Express Water Main Extension Project Fort Worth, Texas Dielectrically Coated Steel Pipe Option Station No. Description Type 142+11 Connection to Existing 36" Waterline IF 144+80 Anode Groundbed TS 150+10 Anode Groundbed TS 155+50 Anode Groundbed TS 160+85 Anode Groundbed TS 163+50 Cased Crossing at RR spur CP 165+50 Cased Crossing at RR spur CP 166+20 Anode Groundbed TS 167+55 Gas line crossing (if metallic) FL 170+00 Cased Crossing at RR spur CP 170+90 Cased Crossing at RR spur CP 171+55 Anode Groundbed TS 176+50 Anode Groundbed TS 182+25 Anode Groundbed TS 187+60 Anode Groundbed TS 191+50 Cased Crossing at Euless South Main Roadway CP 195+00 Cased Crossing at Euless South Main Roadway CP 201+10 Anode Groundbed TS 212+45 Anode Groundbed TS 223+80 Anode Groundbed TS 11 Trinity Railway Express Water Main Extension Project Fort Worth, Texas Dielectrically Coated Steel Pipe Option Station No. Description Tvpe 235+15 Anode Groundbed TS 246+50 Anode Groundbed TS 248+95 Cased Crossing CP 250+10 Cased Crossing CP 257+85 Anode Groundbed TS 269+20 Anode Groundbed TS 278+00 Cased Crossing at S.H. 360 CP 281+70 Cased Crossing at S.H. 360 CP 282+00 Anode Groundbed TS 284+05 Cased Crossing at Trinity Blvd_ CP 285+95 Cased Crossing at Trinity Blvd. CP 286+13 Connection to existing 24" pipeline IF On 16" Diameter Waterline along Tarrant Main Station No. Description Type 15+50 Anode Groundbed TS 21+75 Koch HP Gas Line Crossing FL 12 a Trinity Railway Express Water Main Extension Project Fort Worth, Texas Ductile Iron Pipe Option Station No. Description Type 142+11 Connection to Existing 36" Waterline 1F 163+50 Cased Crossing at RR spur CP 165+50 Cased Crossing at RR spur CP 167+55 Gas line crossing (if metallic) FL 170+00 Cased Crossing at RR spur CP 170+90 Cased Crossing at RR spur CP 191+50 Cased Crossing at Euless South Main Roadway CP 195+00 Cased Crossing at Euless South Main Roadway CP 201+10 Anode Groundbed TS 212+45 Anode Groundbed 'TS 223+80 Anode Groundbed TS 235+15 Anode Groundbed TS 246+50 Anode Groundbed TS 248+95 Cased Crossing CP 250+10 Cased Crossing CP 257+85 Anode Groundbed TS 269+20 Anode Groundbed TS 278+00 Cased Crossing at S.H. 360 CP 281+70 Cased Crossing at S.H. 360 CP 282+00 Anode Groundbed TS 13 �. Trinity Railway Express Water Main Extension Project Fort Worth, Texas Ductile Iron Pipe Option Station No. Description Type 284+05 Cased Crossing at Trinity Blvd. CP 285+95 Cased Crossing at Trinity Blvd. CP 286+13 Connection to existing 24" pipeline IF On 16" Diameter Waterline along Tarrant Main Station No. Description Type 21+75 Koch HP Gas Line Crossing FL 14 4.7 CONCLUSIONS AND RECOMMENDATIONS 4.7.1. The installation of galvanic anodes at corrosive areas of the waterline alignment will provide the means for external corrosion control of the waterline. 4.7.2 The proposed 36" diameter Trinity Boulevard Water Main should be electrically isolated from the existing metallic transmission mains and laterals. For the CCP and DIP options, the waterline shall also be electrically isolated at the gate valve at Euless South Main Roadway (Station 195+40) to separate the cathodically protected pipe section from the non-cathodically protected pipe section. 4.7.3 Joint bonding of the concrete cylinder pipe and the ductile iron pipe options is required to maintain the electrical continuity throughout the pipe section that needs to be cathodically protected. For the dielectrically coated steel pipe option, joint bonding at mechanical connections is also required at the pipe sections that require cathodic protection. 4.7.4 Proper monitoring of the cathodic protection system will be achieved through test stations installed- at foreign pipeline crossings, cased crossings and buried isolation fittings. In addition, permanent reference cells will allow monitoring at groundbed locations and at buried isolation fittings. I APPENDIX A FIELD DATA � 1 f ® .� w 0) a M G �L 3 .E � •b m f I• A ,1 r � o a o Q CD a a o (D 0 C) o 0 0 0 0 0 0 0 o a 0 0 0 0 o Q C Q C� C C o fl C C a W> a� CoLO o� o LO o LO (0 ►O W I- Ii M V) ry (NI r r (UJO-Wqo) /l}lnl;SISGN pog 00+ESZ 00+ELZ 00+E9Z in r 00+ESZ o 00+SM 00+EEZ a� 00+£ZZ E Z Q � 0 00+£6Z 1 U I 00+£0Z O 00+M OWS 00+M 00+£91. OW14 Soil Resistivity Summary Sheet Loc # Sta. No. Res @ 0'-5' Res @ 5'-10' Res @ 10'-15' 1 143+00 36,002 44,383 33,645 2 163+00 21,122 58,393 40,705 3 173+00 8,723 8,975 10,174 4 183+00 20,232 30,181 21,197 5 192+00 14,985 31,731 22,023 6 203+00 3,504 2,097 1,022 7 213+00 14,410 9,163 13,340 8 223+00 4,098 3,398 4,050 9 233+00 4,290 2,011 2,191 10 243+00 5,103 3,671 3,155 11 253+00 4,462 2,515 4,676 12 263+00 10,609 25,120 17,267 13 273+00 2,786 3,005 2,921 14 283+00 4,165 2,595 1,335 ,r A y IL 0 t a.� �J M uj m C a� a.+ ate+ r r r r r r r i r; r• / .1 1 0 0 0 0 0 0 0 0 0 O 47 O N r (W3-Wtjo) ,4!AIjSIS0a IlOS 0 0 (D C Li 00+05 09+n 00+Z zi U) 0 U co a) 0� I Soil Resistivity Summary Sheet Loc # Sta. No. Res @ 0'-6' Res @ 6'-10' Res @ 10'-1 1 2+00 14,410 9,163 13,340 2 14+50 12,323 5,067 4,148 3 30+00 1,331 3,074 6,001